Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 06032008 - C.6
I: TO: BOARD OF SUPERVISORSIA� Contra FROM: JULIA R.'BU;LI'cEN, PUBLIC WORKS DIRECTOR Costa DATE: June 3, 2008 County SUBJECT: APPROVE plans and specifications, AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract to the lowest responsive and responsible bidder for the Stone Valley Road Rehabilitation project, Alamo area, (District III) .Project No. 0662-6R4055-08. SPECIFIC REQUISF(S)OR RFCONIMI;NDAIION(S)&BACKGROUND AN D.)USTIF1C.'AIION RECOMMENDED ACTION: APPROVE plans and specifications; AWARD and AUTHORIZE the Public Works Director, or dcsio iiee, to execute a contract in the amount of $322,821 to MCK Services, Inc., the lowest responsive and responsible bidder for the Stone Valley Road Rehabilitation project, Alamo area. (Surface Transportation Program and Local FLIndS) (District III) FISCAL IMPACT: Project will be funded by 65% Surface Transportation Program (STP), 35% Local .Funds. Continued on Attachment: ® SIGNATURE: RI:CO�IIIENDA'1'ION OF COUNTY ADMINISTRATOR ❑ RECOI 'IE DA"' N OF BOARD COMMITTEE �PPROVE ❑ OTHER c SICNATLIRE(S):qL�:_," Z�6�� ACTION OF BO®R ON 6)t /03l = $ .APPROVED AS CONINIENDED OTHER ❑ V�C);TE OF SUPERVISORS I hereby certify that this is a true and correct copy of an action f UNANIMOUS(ABSENT ) taken and entered on the minutes of the Board of Supervisors on AYES: NOES: the date shown. ABSENT: ABSTAIN: KF.:ku. ATTESTED: (is%,.,C'onst`•.BO`%.2008`.6-3-Q8 S[UnC Valley Road Rehabilitation Anard.docx JOHN CULLEN, Clerk of the Board of Supervisors and County Ori;;.Ilk':Public Works(Construction Division) Administrator Contact: Kevin Emigh(92 i313-??33) cc: Auditor-Controller li.Kuevor.CAO County Counsel By Deputy Contactor Surety SUBJECT: Award of Contract for Stone Valley Road Rehabilitation, Alamo area. (District III) Project No.0662-684055-08 DATE: June 3, 2008 PAGE: 2 of 3 REASONS FOR RECOMMENDATIONS AND BACKGROUND: , The Public Works Department received bids from the following contractors: BIDDER TOTAL AMOUNT BOND AMOUNTS MCK Services, Inc. $322,821.61 Payment: $322,821.61 685 Howe Road Performance: $322,821.61 Martinez, CA 94553 Bay Cities Paving & Grading, Inc. Concord, CA 94524 Martin General Engineering, Inc. Rancho Cordova, CA 95742 Ghilotti Bros., Inc. San Rafael, CA 94901 Granite Construction Company Watsonville, CA 95076 .J.A. Gonsalves & Son Construction, Inc. Napa, CA 94558 The above-captioned project having been previously approved, and the plans and specifications having been prepared by, filed with, and approved by the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on May 6, 2008, and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1 Categorical Exemption, and a Notice of Exemption having been filed with the.County Clerk on October 10, 2006; and The bidder listed first above, MCK Services, Inc., having submitted the lowest responsive and responsible bid, which is $35,840.29 less than the next lowest bid; and The Director of Public Works recommending that the bid submitted by MCK Services, Inc. is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and 1 , SU13JE,CT: Award of Contract for Stone Valley Road Rehabilitation, Alamo area. (District III) Project No.0662-6R4055-08 DATE: June 3, 2008 PAGE: 3 of 3 The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to MCK Services, Inc. at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefore; and The Board FURTHER ORDERS that after the`contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee, is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works, or designee is authorized to sign any escrow agreements prepared for this project io permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure perforniance under the contract, pursuant to Public Contract Code Section 22300; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works, or designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to NICK Services, Inc., be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from re- awarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). CONSEQUENCES OF NEGATIVE, ACTION: The Stone Valley Road Rehabilitation project would not be built. Contra Costa County ;MStephen ublic Works Julia R. Bueren. Director Deputy Directors D e p a rtme n tR.Mitch Avalon.Brian M.Balbas Kowalewski. Patricia McNamee June 4, 2008 CERTIFIED MAIL ED 7000 1530 0003 7278 7051 JUN 1 7 200$ CLERK BOP.'::C'r$UPEP'ViSORS Ms. Nancy Jackson I COW i-i,:::�UsTA CC. MCK Services, Inc. 865 Howe Road, Suite B Martinez, CA 94553 Project Name: Stone Valley Road Rehabilitation County Project No. 0662-6114055-08 Federal Project No. STPL-5928 (080) Dear Ms. Jackson: Enclosed are the original and four copies of the referenced contract. Please follow the instructions in this letter as carefully and completely as possible. The contract, insurance certificates, and bonds are to be returned to: Contra Costa County Public Works Department Construction Division, Attn: J. Dowling 255 Glacier Drive Martinez, CA 94553 I. CONTRACT 1.The original and the four copies must be signed by two officers, one from each of the two following groups: a.(1) The board chairperson, or (2) The president, or (3) Any vice president. AND b.(1) The secretary, or (2) An assistant secretary, or (3) The chief financial officer, or (4) An assistant treasurer. 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez, CA 94553-4825 TEL: (925)313-2000• FAX: (925)313-2333 www.cccpublicworks.org Page 2 of 5 2. If the signatures of the president (or vice president) and the secretary (or assistant secretary) appear, have the "Acknowledgment" on each copy completed by a Notary Public. 3. If the signatures of the president (or vice president) and secretary (or assistant secretary) do not appear, please submit a certified copy of a resolution of the board of directors authorizing the person(s) signing to execute. such instruments, or a currently valid, notarized power of attorney. 4. Affix the corporate seal. 5. Return the original and the four copies to the above address. You will receive a fully executed copy for your file, together with the Notice to Proceed, as soon as the contract is approved by the Public Works Director. 6. Complete and return the enclosed W-9 form — "Request for Taxpayer Identification Number and Certification". II. BONDS - TO BE FURNISHED IN DUPLICATE: 1.Furnish a Faithful Performance Bond in the sum of $322,821.61. 2.Furnish a California Public Works Payment Bond in the sum of $322,821:61. 3. The contract date on the bonds shall be June 3, 2008 as shown in Section 1, Line (See Sec. 2) of the contract. 4. The description of work on both bonds shall be exactly the same as the description in Section 1, Line (See Sec. 3) of the contract, as follows: Stone Valley Road Rehabilitation Project No. 0662-61114055-08 5. The obligee on both bonds must be "Contra Costa County", as shown in Section 1, Line (See Sec. 2 and 3) of the contract. 6. If the bonding company is not a California corporation, provide a copy of the power-of-attorney showing the bonding company authorization of the California attorney-in-fact who executes the bond for the company. 7. The contractor is to sign both bonds and, if the firm is a corporation, the corporate seal is to be affixed over the signature on both documents. 8.The contractor's and bonding company agent's signatures on both bonds, and the signatures on the powers of attorney, must all be notarized. 9. Please give your bonding company the enclosed extra copy of this letter, a copy of the contract, and copies of the two enclosed bond forms to be used. 10. Send the original and one copy of each bond to: Page 3 of 5 Contra Costa County Public Works Department Construction Division, Attn: 3. Dowling 255 Glacier Drive Martinez, CA 94553 III. INSURANCE -. ALL INSURANCE: CERTIFICATES ARE TO BE FURNISHED IN DUPLICATE (Special Provisions, Section 3-1.03, Insurance Requirements) A. Worker's Compensation Pursuant to State Law, including Employer's Liability. B. Comprehensive or Commercial General Liability Insurance, including coverage for blanket contractual, owners' and contractors' protective and broad form property. damage liability, with a minimum combined single limit coverage of $1,000,000.00 for all damages because of bodily injury, sickness, disease; or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. C. Comprehensive Motor Vehicle 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 $1,000,000.00 for all damage because of bodily injury or death to any person and damages to property including loss of use thereof arising out of each accident or occurrence. 2 With Respect to Subcontractors' Operations: A. Worker's Compensation Insurance pursuant to State law; B. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned, non-owned, leased, or hired by or on behalf of the subcontractor with a minimum combined single limit coverage of $500,000.00 for all damages because of bodily injury or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. 3. Additional Insurance Requirements. — Regarding Comprehensive or Commercial General Liability and Motor Vehicle Liability Insurance, the policy or policies and the riders attached thereto or the certificates for the policies or riders shall name Contra Costa County and the California Department of Transportation (Caltrans) (listed in Section 6-1.01, Additional Insureds, Notice to Contractors and Special Provisions, page 101) and their respective officers, agents, employees, representatives, governing body, commissioners, and volunteers as additional insureds. All insurance policies shall include a provision for 30 days' written notice to Contra Costa County of cancellation or material change. 4. Form and Term of Insurance.;- The insurance hereinabove specified shall be in the form satisfactory to Contra Costa County, shall be placed with an insurance company or companies authorized to transact business in the Page 4 of 5 State of California and satisfactory to Contra Costa County, and shall be kept in full force and effect until completion to the satisfaction of Contra Costa County and acceptance by Contra Costa County of all of the work to be performed by the Contractor under the Contract. 5. . The address to be shown on the certificates and any endorsements is: Contra Costa County Public Works Department Construction Division 255 Glacier Drive Martinez, CA 94553 6. Please advise your insurance agent that "Contra Costa County" is the contracting Public Agency. 7. Include the following language on all of your insurance certificates, including the umbrella and both General &Motor Vehicle Liability Insurance Certificates: "By endorsement to Policy No. insert policy number(s) , Contra Costa County and the California.Department of Transportation (Caltrans) (listed in Section 6-1.01, Additional Insureds, Notice to Contractors and Special Provisions, page 101) as additional insureds solely as respects the above (or "below") listed job, or ".....as respects the job described in this certificate". Whichever is applicable, The description on all of the certificates shall be: Stone Valley Road Rehabilitation Project No. 0662-61114055-08 8. The certificates of insurance, including any umbrella and both General & Motor Vehicle Liability Insurance Certificate or endorsement, must state: "Contra Costa County, as an additional insured, is to be given at least thirty (30) days' notice prior to any cancellation or modification of the insurance." 9. Please give the enclosed extra copy of this letter to your insurance agent for his/her guidance in preparing the certificate(s) for your contract. (Insurance brokers that issue certificates of insurance and/or endorsements on behalf of the insurance companies must demonstrate to the satisfaction of the Agency that they are an authorized agent of the insurance company having the power to amend the policies to conform to this contact's requirements.) 10. Send two copies of all of the insurance certificates and two copies of any required umbrella policy endorsement to: Contra Costa County Public Works Department Construction Division, Attn: Janet Dowling 255 Glacier Drive Martinez, CA 94553 Page 5 of 5 IV. LOCAL ASSISTANCE FORMS (Special Provisions, Section 3-1.04, Local Agency Bidder- DBE Information Form, page 82) 1. A 'LOCAL AGENCY BIDDER — DBE INFORMATION' (-Construction Contracts)- Information form is included" and is to be executed and returned by the successful bidder, even if no DBE participation will be reported. The form collects data required under 49CFR26. 2. The enclosed 'Payee Data Record" form is to be executed and returned to the county. If the foregoing items are not properly completed and returned, together with the five copies of the signed contract, by June 13, 2008, the contract may be awarded to another bidder. If this action is taken, any bid security you may have submitted will be forfeited. We will appreciate your careful and complete icompliance with these instructions. If you have any questions, please call Janet Dowling or me immediately, at (925) 313-2330 or (925) 313-2233, respectively. Sincerely, Kevin mig Assistant Public Works Director Construction Division KE:jd:kg G:\Const\Projects&Misc\2008\Stone Valley Road Rehabilitation\C37 Ltr-MCK.doc Enclosures: Contract(original and 4 copies) Two extra copies of this letter(one each for the bonding company and the insurance agent) Performance Bond and Payment Bond W-9 form Local Agency Bidder DBE Information form Payee Data Record form cc: Clerk of the Board Accounting RECEIVED � APR 0 3 2003 ' CLERK BOARD Or SUPERVISORS CONTRA COSTA CO. ti.. __..o� Contra Costa County Public ors Department - '' 255 Glacier Drive, Martinez, California 94553-4897 _An. 1= (925) 313-2000 .. ...... PROJECT ADVERTISEMENT NOTICE r 'uii for the STONE VALLEY ROAD REHABILITATION Contract Documents, including the Notice to Contractors, plans and specifications, may be viewed or obtained at the Public Works Department, Monday - Thursday (7:00 a.m. - 12 Noon and 1 :00 p.m. - 5:00 p.m.) (Fridays 8:00 a.m. — 12:00 p.m. and 1 :00 p.m. — 4:00 p.m.) until 2 o'clock p.m., May 6, 2008, at which time bids will be opened and publicly read. Engineer's cost estimate: $500,000 General Description: Constructing a 0.2 foot thick asphalt concrete overlay with pavement reinforcing fabric, repairing localized areas of pavement and base failure, cold planing existing asphalt concrete, minor concrete bridge rehabilitation, methacrylate bridge deck and placing striping and pavement markings on Stone Valley Road between Danville Blvd and 200' east of Alamo Ranch Road. THIS PROJECT HAS FEDERAL FUNDING. THE BIDDER IS ENCOURAGED TO OBTAIN DBE PARTICIPATION ON THIS PROJECT TO ASSIST THE STATE IN MEETING ITS STATEWIDE OVERALL DBE GOAL. THE PARTICIPATION OF DBE'S IS NOT A CONDITION OF AWARD. To obtain plans and specifications a service charge is required in the amount of $25.00 (sales tax included). Plans, specifications and cross sections may be ordered by mail for an additional shipping and handling fee of $5.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. hi��101i tl'jri j �lil004 IA-1-04 1-1.10-i'm auo `02,� ���a��'a�s•:tioi��ii� & o L Contra Costa County -- -=-= Public Works Department C'! 255 Glacier Drive Martinez, California 94553-4897 Sr9 co BID OPPORTUNITY APR 0 3 2008 CL':RK BOARD OF SUPERV;SORS CON7;A COSTA CO. ¢-- - Contra Costa County Public Works Department 255 Glacier Drive, Martinez, California 94553-4897 0: ",,:x.,n _ ..,s (925) 313-2000 UT7_ PROJECT ADVERTISEMENT NOTICE TTA C VIA", PROJECT for the STONE VALLEY ROAD REHABILITATION Contract Documents, including the Notice to Contractors, plans and specifications, may be viewed or obtained at the Public Works Department, Monday - Thursday (7:00 a.m. - 12 Noon and 1 :00 p.m. - 5:00 p.m.) (Fridays 8:00 a.m. — 12:00 p.m. and 1 :00 p.m. — 4:00 p.m.) until 2 o'clock p.m., May 6, 2008, at which time bids will be opened and publicly read. Engineer's cost estimate: $500,000 General Description: Constructing a 0.2 foot thick asphalt concrete overlay with pavement reinforcing fabric, repairing localized areas of pavement and base failure, cold planing existing asphalt concrete, minor concrete bridge rehabilitation, methacrylate bridge deck and placing striping and pavement markings on Stone Valley Road between Danville Blvd and 200' east of Alamo Ranch Road. THIS PROJECT HAS FEDERAL FUNDING. THE BIDDER IS ENCOURAGED TO OBTAIN DBE PARTICIPATION ON THIS PROJECT TO ASSIST THE STATE IN MEETING ITS STATEWIDE OVERALL DBE GOAL. THE PARTICIPATION OF DBE'S IS NOT A CONDITION OF AWARD. To obtain plans and specifications a service charge is required in the amount of $25.00 (sales tax included). Plans, specifications and cross sections may be ordered by mail for an additional shipping and handling fee of $5.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. 1160;��� i����; ua`�� o j�all ��aio �S� i041I It 10103U.1U�J L Contra Costa County Public Works Department 255 Glacier Drive Martinez, California 94553-4897 ,cos" _ r'9-COUX'. BID OPPORTUNITY CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL RECEIVED AND APR 0 3 2008 CONTRACT CLERK BOARD OF SUPERVISORS FOR CONTRA COSTA CO. STONE VALLEY ROAD REHABILITATION COUNTY PROJECT NO.: 0662-6R4055-08 FEDERAL PROJECT NO.: STPL-5928(080) *, 00 �% Y rA C0TUJ � FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: May 6,2008 FOR PRE-BID INFORMATION CONTACT: Jason Chen(925) 313-2299 FOR PLAN HOLDER'S LIST: . Visit the Design Division at the Public Works website, www.co.contra- costa.ca.us/depart/pw/(under"Contractor Info."), or call (925)313-2000. y r i TABLE OF CONTENTS PROPOSAL .............................................................................................. 1 SAMPLE BIDDER'S BOND ................... CONSTRUCTION INDUSTRY SURVEY FORM................................................ 16 LOCAL AGENCY BIDDER DBE INFORMATION FORM .................................. 17 SAMPLE CONTRACT ..................................................... 18 SAMPLE PERFORMANCE BOND ................................................................ 22 SAMPLE PAYMENT BOND .................. WARRANTY AND REPAIR AGREEMENT .......................................................24 FEDERAL MINRvfUM WAGES .................................................................... 25. PROJECT NO. 0662-6R4055-08 R Bids Due: May.6,,2008 To the Board of Supervisors of Contra Costa County Martinez,California PROPOSAL FOR STONE VALLEY ROAD REHABILITATION COUNTY PROJECT NO.: 0662-6R4055 FEDERAL PROJECT NO.: STPL-5928(080) Name of bidder Business address Mailing address Business Phone Fax Number Contact Person. To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes.and agrees, if this proposal is accepted, that he/she will contract, in the form of the copy of the contract annexed hereto,with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total of said work as estimated herein being (Insert total) and the following being the unit prices bid,to wit: 1 Stone Valley Road Rehabilitation Item Unit Cost Amount No. Bid Item Description Unit Quantity (In Figures) (In Fi ures 1 Construction Area Signs L.S. 1 2 Traffic Control System L.S. 1 3 Relocate Roadside Sign EA 1 4 Adjust Survey Monument EA 2 5 Cold Plane Asphalt Concrete Pavement(d=0.20") S.Y. 1,750 6 Cold Plane Asphalt Concrete Pavement(Tapered Keycut) S.Y. 3,700 7 Remove Asphalt Concrete Surfacing (Bridge) S.F. 9,820 8 Prepare Concrete Bridge Deck Surface S.F. 9,820 9 Seal Random Cracks L.S. 1 10 Asphalt concrete (Type A, 1/2" Max. Medium) TON 1,800 11 Pavement Failure Repair S.Y. 16 12 Base Failure Repair S.Y. 265 13 Pavement Reinforcing Fabric S.Y. 14,000 14 Rapid Setting Concrete (Patch) C.F. 20 15 Treat Bridge Deck S.F. 9,820 16 Furnish Bridge Deck Treatment Material (Low Odor) GAL 110 17 Minor Concrete(sidewalk) S.F. 300 18 Minor Concrete (S1-6 curb) L.F. 42 . 19 Detectable Warnings(Surface Applied) S.F. 108 20 Thermoplastic Traffic Stripe (Detail 1) L.F. 1,710 21 Thermoplastic Traffic Stripe (Detail 24) L.F. 445 22 Thermoplastic Traffic Stripe (Detail 29) L.F. 3,115 23 Thermoplastic Traffic Stripe (Detail 38) L.F. 945 24 Thermoplastic Traffic Stripe (Detail 39) L.F. 2,945 25 Thermoplastic Traffic Stripe (Detail 39A) L.F. 455 26 Thermoplastic Traffic Stripe (12"White) L.F. 160 27 Thermoplastic Traffic Stripe (24" White) L.F. 160 28 Thermoplastic Pavement Marking S.F. 670 29 Signal Detector Loop EA 1 Total 2 The work for which this proposal is submitted is for construction in conformance with the special provisions Y (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans, including any addenda thereto,the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items,the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in(a)or(b),as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted,or is the same as the amount as the entry in the item total column,then the amount set forth in the-item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total,' whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate'of cost. If both the unit price and the item total are unreadable,or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be' ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum- items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total,the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Agency,and that discretion will be exercised in the manner deemed by. the Agency to best protect the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the existence or treatment of an irregularity in a bid,shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor,then this instrument shall control and nothing herein shall be considered as an acceptance of said terms'of said proposal conflicting herewith. By my signature hereunder, as Contractor,I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I.will comply with such provisions before commencing the.performance of the work of this contract. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The;,State of California, therefore, shall have the right to 3 assume full and direct control over this contract whenever the State of California, at its sole discretion, shall f determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only,.being given for a basis of comparison of proposal, and the right is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an;.agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that.the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no.expense to said Agency, executed by a responsible surety acceptable.to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors and proper evidence of insurance in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, ;and legal holidays, after the bidder has received notice from the public agency that the contract is ready for signature,the Board of Supervisors may, in its discretion, award the contract to the next highestbidder and declare the successful bidder's security F. forfeited, as provided in Public Contract Code section 5106. SUBCONTRACTS AND DBE INFORMATION The contractor agrees, by submission of this proposal,to conform to the requirements of Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository,or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. If a portion of any item of work is done by a subcontractor,the value of the work subcontracted will be based on the estimated cost of such portion of the contract.item, determined from information submitted by the contractor,subject to approval by the engineer. The Bidder shall on the following form list each subcontractor to whom the Bidder proposes to subcontract any item of work,or portion thereof,in excess of one-half of one percent(.50%)of the total bid or$10,000,whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act,commencing with Section 4100 of the Public Contract Code. 4 r V R J •Q'3 H O O a Aa a ia 0 o .n P • O v o g � o a oy a � o -od A N d 9.. N THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder , proposed subcontractor hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that,where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1)), must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and .subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. 6 Y Noncollusion Affidavit (Title 23 United States Code_Section 112 and Public Contract Code Section 7106) To the COUNTY of CONTRA COSTA In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded,conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought. by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association,organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 7 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49,CODE OF FEDERAL REGULATIONS,PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner,partner;director,officer,manager: • is not currently under suspension,debarment, voluntary exclusion,or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined.ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending;and • has not been-indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information.may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 8 PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has,_ , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code. Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder.'must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury,the following_questionnare: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been.disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following.space. 9 Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. NONLOBBYI'NG CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an.officer or employee of any Federal agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment,or modification of any Federal contract, grant, loan,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities,'.' iri conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31,U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. - The prospective participant also agrees by submitting his.or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. 10 DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year _ quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: Prime F_� Subawardee Tier if known Congressional District,if known Congressional District,if known I 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,if known: 9. Award Amount,if known: 10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual,last name,first name,MI) address if different from No.10a) (last name,first name,MI) (attach Continuation Shect(s)if necessary) 11. Amount of Payment(check all that apply) 13. Type of Payment(check all that apply) $ n actual planned a. retainer b. one-time fee 12. Form of Payment(check all that apply): c. commission B a. cash d. contingent fee b. in-kind; specify:.nature a deferred value Lif. other,specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s),or member(s)contacted,for Payment Indicated in item 11: (attach Continuation Sheet(s)if necessary) 15. Continuation Sheet(s)attached: Yes No E 16. Information requested through this form is authorized by Title 31 Signature: U.S.C.Section 1352. This disclosure of lobbying reliance was place by the tier above when his transaction was made or entered into. This Print Name: disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection..Any person who fails to file the required disclosure Title: shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. Telephone No.: Date: Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 11 ' INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the.type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action.. 2. Identify the status of the covered Federal action! 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or.subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Suliawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee"then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1)._ If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements,loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-90-001." 9. Fora covered Federal action where there has:been an award or loan commitment by the Federal . agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name,First Name and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned).. Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. . 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the'date(s) of any services rendered. Include all preparatory and related 12 activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s)contacted or the officer(s)employee(s)or.Member(s)of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per reponses, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions fo reducing this burden, to the Office of Management and Budget,Paperwork Reduction Project(0348-0046), Washington,D.C. 20503. For bids exceeding$25,000,accompanying this proposal is a Proposal Guarantee in the amount of: Ten(10)Percent of Amount of Bid (Cashier's check,certified check or bidder's bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation,slate legal name of corporation, also names of president, secretary,treasurer,and manager thereof if a copartnership,state true name of firm,also names of all individual dopartners composing firm; if bidder or other interested person is an individual,state first and last names in full. ADDENDA: This Proposal is submitted with respect to the changes to the contract included in addendum numbers: (fill in addendum numbers if received) Warning: If an addendum or addenda have been issued by the Agency and not noted above as being received by the bidder,this Proposal may be rejected. Licensed to do or subcontract all classes of work involved in the project,in accordance with an act providing for the registration of Contractors, License No.: Class: (Expires: By my signature on this proposal I certify,under penalty of perjury under the laws of the State of California, that the foregoing information is true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations(Chapter 5,Title 2 of the California Administrative Code). By my signature on this proposal-I further certify,under penalty of perjury under the laws of the State of California and United States of America,that the Title 23 United States Code, Section 112 Non- Collusion Affidavit and the Title 49 Code of Federal Regulations,Part 29 Debarment and Suspension Certificate are true and correct. 13 Date: (Signature of Bidder) Business address: Place of residence: Date: ,20 14 ' SAMPLE BID BOND Bond No. KNOW ALL BY THESE PRESENTS: That we, , as Principal, and , a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Ten Percent (10%) of the amount of the bid Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal.has submitted a bid for (Project Name) (Project Number) NOW, THEREFORE, if the Obligee shall accept:the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the. amount specified in said;bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former,then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED AND SEALED,this day of , 20—. (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) G:\GrpData\Design\CTSPEC\PROPOSAL\SAMBMB.DOC 5/1/01 15 CONSTRUCTION INDUSTRY SURVEY Completion of this form is a condition of the contract. If you would like your company to be added to the Public Works "Bidders List" whereby you are notified of upcoming projects based upon the type of0 work you indicate below, please check this box. Firm Name: Contact Person: Address: Phone No.: ( ) Fax No.: L ) Email:. Business Type: ❑ Contractor ❑. SubcontraQr Materials Supplier/M❑uf. Tr❑ker Building Exchange In what year did your business start under its current name? (DBEs are required to provide under 49 CFR Part 26) Year Gross Annual Receipts: What was your firm's average gross annual receipts for the last three years? (DBEs required to provide under 49 CFR Part 26) ❑ Less than $1 Million ❑ Less than$10.Million ❑ More than$16.6 Million ❑ Less than $5 Million ❑ Less than $16.6 Million Maximum Size of Projects Interested In Biddinq (Check one): Up to: ❑' $50,000 ❑Z$100,000 ❑3$500;000 ❑°$1,000,000 ❑5 over$1,000,000• California Contracting License(s) Held: CLASSIFICATION LICENSE NO: Type of Firm (Please check all that apply): ❑ •MB Minority Owned Business(MBE)--Certifying Agency: ❑ WB Women Owned Business(WBE)—Certifying Agency: ❑ se Small Business Enterprise(SBE)--(As defined by State of California)—Certifying Agency: ❑ DBE Disadvantaged Business Enterprise(DBE)—CUCP Certification No.: (Must be certified by a California Unified Certification Program participating agency) El LB Local Business Enterprise(LBE)—.i.e.headquartered in Contra Costa County ❑ DVB Disabled Veteran Business Enterprise(DVBE)—Certifying Agency: Type Of Work Interested In (Please check all that apply): ❑ RC Roadway Construction/Reconstruction/Overlay/Paving/Grading(AC&PCC) ❑ ST Reinforced Concrete Structures (Bridges, Retaining Walls,etc...) ❑ sR Storm Damage Repair(Landslide,Erosion and Embankment Repairs, etc...) D RS Road Surface Treatments(Slurry Seals,Microsurfacing,Pavement Rejuvenating Agent,etc...) ❑ Ts Traffic Signal Construction/Modification Q. A Frontage Improvements(Sidewalks,Curb Ramps, Bike Paths,etc...) ❑ Ls Landscaping and Irrigation Department Use Only ❑ 81) Use Drain(Pipelines,Culverts, Drainage Structures,etc...) DaleReceived- ❑ "' Airport Improvements(Runway and Taxiway Construction/Rehabilitation) ID a ❑ oo Other(Please Specify): '16 Local Agency Bidder-DBE (Construction Contracts)-Information The successful bidder must execute and return the LOCAL AGENCY BIDDER—DBE INFORMATION form,even if no DB participation will be reported. AGENCY: LOCATION: PROJECT DESCRIPTION: CONTRACT NUMBER: FEDERAL-AID PROJECT NUMBER: TOTAL CONTRACT AMOUNT:$ FEDERAL SHARE(For local agency to complete):$ BID DATE: BIDDER'S NAME: ADVERTISED DBE CONTRACT AVAILABILITY ADVISORY Percentage: CONTRACT ITEM OF WORK AND DESCRIPTION DBE Cert.No. NAME OF DBEs' DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE AND EXPIRATION Must be certified on the date bids DBE' SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address O BE PROVIDEDand phone number PORTANT:'Identify all DBE firms being participating in the project;regardless of Total Claimed ier. Names of the First Tier DBE Subcontractors and their respective item(s)of work o .. .. .. Participation isted.above should be consistent,where applicable, with the names and.:items of work to :. he"List of Subcontractors".submitted with your bid. Provide copies of the DBEs' uotes,and if applicable,a copy of joint venture agreements.pursuant to.the uWontractors Listing Law and.the Special Provisions. 9/0 1. Enter DBE prime and subcontractors certification number. Prime.contractors shall indicate all work to be performed by DBEs including work performed by its own' forces. If 100%of item is not to be performed or.fumished'by DBE describe exact portion of Signature of Bidder item to.be performed or furnished by DBE: 3.See Section "Disadvantaged Business Enterprise(DBE),"-Of the Special Provisions (construction contracts);to determine how to count the participation of DBE funis: Date (Area Code)Tel.No: Local Agency Bidder-DBE Information(Rev 5/01/06) Distribution: (1)Copy-Fax immediately to the Caltrans District Local Assistance Engineer(DLAE)upon award. (2)Copy -Include in award package to Caltrans District Local Assistance (3)Original—Local agency files SAMPLE CONTRACT(Page I of 4) (Contra Costa County Standard Form Construction Agreement) 17 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency--Contra Costa County Contractor-- Use complete legal name of Contractor. Effective Date: (see Section 4 for starting date.) (See Sec.3) Project Name Prcj.No. located The work consists of all in accordance with the Plans,Drawings,Special Provisions and/or Specifications prepared by or for the Public Works Director/Chief.Engineer(cross out one)and in accordance with the accepted Bid Proposal, (See Sec.4) Completion Time: ((DELETE ONE OF THE FOLLOWING STATEMENTS.)) (a) By (b) Within working/calendar((circle the appropriitc word))days from starting date. (See Sec.S) Liquidated Damages: $ per calendar day. (See Sec.6) Public Agency's Agent: (See Sec.7) Contract Price: $ more or less, in accordance with finished quantities at unit bid prices. ((DELETE TEXT if not unit price bid.)) (See Sec.8) Federal Taxpayer's I.D.or Social Security No. 2.. SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: Maurice M.Ship, Public Works Director Contractor, hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers' Compensation Law, By: (Designate official capacity in the.business) By. (Designate official capacity in the business) Note to Contractor: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice president;the second signature must be that of the secretary,assistant secretary,chief financial officer or assistant treasurer. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss. County of ) On before me, (here insert name and title'of the officer),personally appeared personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. Dated: (Notary's Seal) (Notary Public) 18 3.WORK CONTRACT.CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material in Section 1,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4. TIME, NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed;and shall complete it as specified in Section 1,SPECIAL TERMS. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,SPECIAL TERMS,the result of the parties' reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together;and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public. Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency, minus 10%thereof pursuant to Public Contract Code Section 9203, but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Secs. 1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. SAMPLE CONTRACT(Page 2 of 4) 19 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY, General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter 1 of Part 7 of Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735,1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 41004114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft,classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors,must pay at least these rates to all persons of this work, including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft,classification or type of work(except executive,supervisory,administrative,clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6, forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties,unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials,or approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers,agents,and employees,together with any additional persons and entities,if any,listed in the Supplementary General Conditions(Division G). (c) The liabilities protected against are any and all claims,demands,causes of action,damages,costs,expenses,actual attorneys'fees,losses, or liabilities arising out of or in connection with the actions defined below for personal injury,sickness,disease,emotional injury,death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whether or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s), supplier(s), trucker(s),anyone for whose acts the Contractor may be liable, or any officer(s), agent(s)or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or.other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782,the Contractor's obligations under this section shall exist regardless of the existence or. degree of fault of the Public Agency or any indemnitee. SAMPLE CONTRACT(Page 3 of 4) 20 (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (I) With respect to third-party claims against the'Contractor,the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. 0) Nothing in this section is intended to establish a standard of care owed to any third party or to extend to any third party the status of a third-party beneficiary. 21. EXCAVATION.. Contractor shall comply with the provisions of Labor Code Section 6705,if applicable,by submitting to Public Agency a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public,Agency,Contractor shall retain,for a period of at least five years after Contractor's receipt of the final payment under this contract,all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding,financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). ((Use Sections 25&26 only on CALTRANS-supervised projects.)) 25. CONTROL BY STATE. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California,therefore,shall have the right to assume full and direct control over this contract whenever the State of California,in its sole discretion,shall determine that its responsibility to the United States would so require such action. 26. RENTAL AND WAGE RATES. The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part ofthis contract. FORM APPROVED by County Counsel. (CC-l;Rev.3-95) G:\Design\CTSPEC\PROPOSAL\sameontr-DRAFT.doc 5/1/01 SAMPLE CONTRACT(Page 4 of 4) 21 SAMPLE PERFORMANCE BOND --PUBLIC WORK Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto as Obligee, in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which'sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal shall well and;truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion,which may be made pursuant:to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder,nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on :this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) g:\grpdata\design\ctspec\proposal\perfbnd.doc . 22 SAMPLE PAYMENT BOND --PUBLIC WORK [Civ. Code.Sees. 3247 -32481 Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety,are held and firmly bound unto as Obligee, in the sum of Dollars($ )lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents, reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181. of the Civic Code,or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee,to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) g:\grpdata\design\ctspec\prpposal\paybond.doc 23 WARRANTY AND REPAIR AGREEMENT To (Agency): The undersigned agrees to repair and/or replace all improvements installed as part of Stone Valley Road Rehabilitation County Project No. 0662-6R4055-08 Federal Project No:: STPL-5928(080) Should any of the materials or equipment prove,defective or should the work as a whole prove defective, due to faulty workmanship,material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally.intended and in accordance with the plans and specifications, due to any of the above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, if such work is performed by the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Agency elects to have such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The warranty period on the replaced materials or repaired defects shall commence, for a separate period of 12 months, beginning on the"date the repair work is accepted by the Agency. In no event will the warranty period extend beyond three (3) years from the date the original contract work is accepted by the Agency. All Opticom (or equal) components shall be guaranteed in accordance with the manufacturer's warranty, which shall start after successful completion of the function test. All equipment for the Submaster shall be guaranteed for a period of three (3) years from the date the contract work is accepted by the Agency. (Company Name) (Authorized Signature) (Print Name) Date: G:\GrpData\Design\CTSPEC\PROPOSAL\MAINT.doe 7/30/98 24 WAIS Document Retrieval Page 1 of 39 GENERAL DECISION: CA20080029 03/21/2008 CA29 Date: March 21, 2008 General Decision Number: CA20080029 03/21/2008 Superseded General Decision Number: CA20070029 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings, Madera, Mariposa, Merced, Monterey, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus. and Tuolumne Counties in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS .(does. not include hopper dredge work) ; HEAVY CONSTRUCTION PROJECTS (does not include water well drilling) ; HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 02/08/2008 1 02/15/2008 2 02/22/2008 3 02/29/2008 4 03/07/2008 5 03/21/2008 ASBE0016-001 01/01/2008 AREA 1: ALAMEDA, CONTRA COSTA, LAKE, MARIN, MENDOCINO, MONTEREY, NAPA, . SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, & SONOMA COUNTIES AREA 2: ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LASSEN, MADERA, MARIPOSA, MERCED, MODOC, MONO, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN JOAQUIN, SHASTA, SIERRA, SISKIYOU, STANISLAU, SUTTER, TEHEMA, TRINITY, TULARE, TUOLUMNE, YOLO, & YUBA COUNTIES Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating. materials, .Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1. . . . . . . . ... . . . . . . . . . . . .$ 44. 63 14.75. Area 2. . . . . .. . . . . . . . . . . . . . . .$ 37.48 14.75 ASBE0016-004 05/01/2006 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA 2: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND http://fiwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=D avis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 2 of 39 TUOLUMNE COUNTIES Rates Fringes . Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) Area 1. . . . . . . . . . . . . . . . . . . . . .$ 26.75 5.42 Area 2. . . . . . . . . . . . . . . . . . .$ 25.36 5.42 ---------------------------------------------------------------- BRCA0003-001 08/01/2007 Rates Fringes MARBLE FINISHER. . . . . . . . . . . . . . . . . .$ 27.22 11.67 ---------------------------------------------------------------- BRCA0003-003 08/01/2007 Rates Fringes MARBLE MASON. . . . . . . . . . . . . . . . . ... . .$ 37.82 18.13 ---------------------------------------------------------------- BRCA0003-005 07/01/.2007 Rates Fringes BRICKLAYER Alameda, Contra Costa, San - Benito, Santa Clara. . . . . . . ...$ 36.10 15.05 Calaveras, San Joaquin, Stanislaus, Toulumne. . . . . . . ..$ 31.58 14.12 Fresno, Kings, Madera, Mariposa, Merced. . . . . . . . . . . .$ 30.78 14.92 Monterey, Santa Cruz. . . . . . . .$ 31.51 18.42 San Francisco, San Mateo. . . .$ 36.58 16.87 ---------------------------------------------------------------- BRCA0003-008 07/01/2007 Rates Fringes TERRAZZO FINISHER. . . . . . . . . . . . . . . .$ 27.71 9. 91 TERRAZZO WORKER/SETTER. . . . . . . . . . .$ 36.78 17.22 ---------------------------------------------------------------- BRCA0003-011 04/01/2007 AREA 1: Alameda, Contra Costa, Monterey, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne AREA 3: Fresno, Kings, Madera, Mariposa, Merced Rates Fringes http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&do cid=CA200... 3/24/2008 WAIS Document Retrieval Page 3 of 39 TILE FINISHER Area 1. . . . . . . . . . . . . . . . . .$ 20.25 9.78 Area 2. . . . . . . . . . . . . . . . . . . . . .$ 20.07 9. 91 Area 3. . . . . . . . . . . . . . . . . . . . . .$ 19.76 9.11 Tile Layer Area 1. . . . . . . . . . . . . . . . . .$ 36.47 11.01 Area 2. . . . . . . . . .. . . . . ... . . . . .$ 32.27 10. 96 Area 3. . . . . . . . . . . . . . . . . . . . . .$ 27.26 10.36 ----------------------------7----------------------------------- CARP0022-001 08/01/2007 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2.: Monterey, San Benito, Santa Cruz Counties AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties Rates Fringes Drywall Installers/Lathers: Area 1. . . . . . . . . . . . . . . . . . . . . .$ 33.25 18.80 Area 2. . . . . . . . . . . . . . . . . . . . . .$ 27.37 18.80 Area 3. . . . . . . . . . . . . . . . . . . .$ 26.52 18.80 Drywall Stocker/Scrapper Area 1. . . . . . . . . . . . . . . . . . . . . .$ 16.63 , 12.09 Area 2. . . . . . . . . . . . . . . . . . . . . .$ 13.69 ' 12.09 Area 3. . . . . . . . . . . . . . . . . .$ 13.26 12.09 PROJECTS $50, 000,000 AND OVER (AREAS 2 & 3) : Wages For Drywall Installer/Lather shall be $3.50 additional per hour. Wages for Stocker/Scrapper shall be $1.75 additional per hour. ---------------------------------------------------------------- CARP0034-001 07/01/2007 Rates Fringes Diver Assistant Tender, ROV Tender/Technician. . . . . . . . . . .$ 32.15 21. 915 Diver standby. . . . . . . . . . . . . . .$ 36.37 21.915 Diver Tender. . .. . . . . . . . . . . . .$ 35.37 21. 915 Diver wet. . . . . . . . . . . . . . . . . . .$ 72.74 21. 915 Manifold Operator (mixed gas) . . . . . . . . . . . . . . . . . . . . . .$ 40.37 21. 915 Manifold Operator (Standby) .$ 35.37 21. 915 DEPTH PAY (Surface Diving) : 050 to 100 ft $2.00 per foot 101 to 150 ft $3.00 per foot 151 to 220 ft $4 .00 per foot SATURATION DIVING: The standby rate shall apply until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. The diver rate shall be paid for all saturation http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&doci d=CA2O0... .3/24/2008 WAIS Document Retrieval Page 4 of 39 hours. DIVING IN ENCLOSURES: Where it is necessary for Divers to enter pipes or tunnels, or other enclosures where there is no vertical ascent, the . following premium shall be paid: Distance traveled from entrance 26 feet to 300 feet: $1.00 per foot. When it is necessary for diver to enter any pipe, tunnel or other enclosure less than 48" in height, the premium will be. $1.00 per foot. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid- in the classification with the highest rate for that shift. ----------------------------------------------------------------- CARP0034-003 07/01/2007 Rates Fringes Piledriver. . . . . . . . . . . . . . . . . . . . .$ 32.15 21.915 ---------------------------------------------------------------- CARP0035-002 07/01/2007 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties Rates Fringes CARPENTER AREA 1: (1) Carpenter. . . . . . . . . . . . . .$ 33.25 18.36 (2) Hardwood Floorlayer; Shingler; Power Saw Operator; Steel Scaffold & Steel Shoring Erector; Saw Filer. . .. . . . . . . . . . . . . . .$ 33.40 18.36 (3) Bridge Builder. . . . . . . . .$ 33.25 18.36 (4) Millwright. . . . . . . . . . . . .$ 33.35 19.95 AREA 2: (1) Carpenter. . . . . . . . . . . . . .$ 27.37 18.36 (2) Hardwood Floorlayer; Shingler; Power Saw Operator; Steel Scaffold & Steel Shoring Erector; Saw Filer. . . . . . . . . . . . . . . . . .$ 27.52 18.36 (3) Bridge Builder. . . . . . . . .$ 33.25 18.36 (4) Millwright. . . . . . . . . . . . .$ 29.87 19.95 AREA 3: (1) Carpenter. . . . . . . . . . . . . .$ 26.02 18.36 (2) Hardwood Floorlayer; Shingler; Power Saw Operator; Steel Scaffold & Steel Shoring Erector; bttp:Hfrwebgate.access.gpo.gov/cgi-bin/getdoc.cgi9dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 5 of 39 Saw Filer. . . . . . . . . . . . . . . .$ 26. 17 18.36 (3). Bridge Builder. . . . . . . . .$ 33.25 18.36 (4) Millwright.. . . . . . . . . . . .$ 28.52 19.95 -------------------------------------=-------------------------- CARP0035-007 07/01/2007 AREA 1: Alameda, Contra Costa, San Francisco, Sari Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, Sari Joaquin, Stanislaus, Tuolumne Counties Rates Fringes Modular Furniture Installer Area 1 Installer I. . . . . . . . . . . . . . . .$ 20.18 . 12.325 Installer II. . . . . . . . . . . . .$ 16.75 12.325 Lead Installer. . . . . . . . . . . . .$ 23.63 12.825 Master Installer. . . . . . . . . . .$ 27.85 12.825 Area 2 Installer I. . . . . . . . . . . . . . . .$ 17.53 12.325 Installer II. . . . . . . . . . . . . . .$ 14.58 12.325 Lead Installer. . . . . . . . . . . . .$ 20.50 12.825 Master Installer. . . . . . . . . . .$ 24.13 12.825 Area 3 Installer I. . . . . . . . . . . . . . . .$ 16.58 12.325 Installer II. . . . . . . . . . . . . . .$ 13.81 12.325 Lead Installer. . . . . . . . . . . . .$ 19.38 12.825 Master Installer. . . . . . . . . . .$ 22.80 12.825 ---------------------------------------------------------------- ELEC0006-001 .12/01/2006 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Communications System Sound & Communications Installer. . . . . . . . . . . . . . . . .$ 26.72 3%-+10.65 Sound & Communications Technician. . . . . . . . . . . . . . . . . .S 30.42 ' 3%+10.65 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway Systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest •floor level having building access) ; excluding energy management systems.. http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 6 of 39 FOOTNOTE: Fire alarm work when installed in raceways . (including wire and cable .pulling) , on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0006-007 06/01/2007 SAN FRANCISCO COUNTY Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . .$ 50.50 3%+18.675 ---------------------------------------------------------------- ELEC0006-008 12/01/2006 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES; Rates - Fringes Communications System Installer. . . . . . . . . . . . . . . . . . .$ 23.47 3%+10.65 Technician. . . . . . . . . . . . ... . . . .$ 26.72 3%+10.65 SCOPE OF WORK: Including any data system. whose only function is to transmit or receive information; !'excluding all other data systems or multiple systems which. include control function or power supply; inclusion or; exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in .conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access) ; excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling) , on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------=------------------------------------------ ELECO100-002 12/01/2007 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ELECTRICIAN. ... . . . . . . . . . . . . . . . . .$ 30.35. 3%+13.70 --------------------------------------------------------7------- ELECO100-005 12/01/2005 FRESNO, KINGS, MADERA http://fi webgate.access.gpo.gov/cgi-bin/getdo'c.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 7 of 39 Rates Fringes Communications and Systems Installer. . . . . . . . . . . .. . . . . . . . . . .$ 22.59 3%+9.80 SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music,. intercom and telephone interconnect, inventory control systems,!. microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems. A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS . Background foreground music, Intercom and telephone interconnect systems, Telephone systems Nurse call systems, Radio page systems, School intercom and;.sound systems, Burglar alarm systems, Low voltage, master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide, B. FIRE ALARM SYSTEMS Installation, wire pulling and testing C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems Video security systems, Video entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV D. SECURITY SYSTEMS Perimeter security systems Vibration . sensor systems Card access systems Access control systems, Sonar/infrared monitoring equipment E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT'ARE INTRINSIC TO THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems, Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems, VSAT Data Systems Data Communication Systems RF. and Remote Control Systems, Fiber Optic Data Systems WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems) . Chases and/or nipples (not to exceed 10, feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to. the above listed systems (in the scope) . Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage. rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. http://frwebgate.access.gpo.gov/cgi=bin/.getdoe.cgi?db name=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 8 of 39 ----------------------=----------------------------------------- ELECO234-0.01 12/24/2007 MONTEREY, SAN BENITO AND SANTA 'CRUZ COUNTIES Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 36.29 3%+18.91 ---------------------7------------------------------------_----- ELEC0302-001 06/01/2007 CONTRA COSTA COUNTY Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 46.86 30+18.25 ELECTRICIAN... . . . . . . . . . . . . . . . . . . . .$ 41.21 3%+18.25 ---------------------------------------------------------------- ELEC0332-001 12/01/2007 SANTA CLARA COUNTY Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . .$ 51.26 3%+18.18 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 44.57 3%+18.18 FOOTNOTES: Work under compressed air or� where gas masks are required,, orwork on ladders, scaffolds, :. stacks, "Bosun's chairs, " or other structures and where the workers are not protected by permanent guard rails at a distance of 40 to 60 ft. from the ground or supporting structures: to be paid one and one-half times the straight-time rate of pay. Work on structures of 60 ft. .or over (as described above) : to be paid twice the straight-time rate; of pay. ---------------------------------------------------------------- ELEC0595-001 06/01/2007 ALAMEDA COUNTY . Rates Fringes Cable splicer. . . . . . . . . . . . . . . . .''. . .$ 48.38 3%+19.97 ELECTRICIAN. . . . . . . . . . . . . . . . . . . .$ 43.00. : 3%+19.97 ---------------------------------------------------------------- ELEC0595-002 12/01/2007 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 37.13 7.5%+18.24 Electricians (1) Tunnel work. . . . . . . . . . . . .$ 34.65 7.5%+18.24 (2) All other work. . . . . . . . .$ 33.00 7.5%+18.24 -----------------------------------------'----------------------- ELEC0617-001 08/01/2007 SAN MATEO COUNTY http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbnaine=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 9 of 39 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . .$ 47.45 17.05 ---------------------------------------------------------------- ELECO684-001 01/01/2007 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 35.99 6.50+13.55 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 32.72 6.5%+13.55 ---------------------------------------------------------------- ELEC1245-001 06/01/2007 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer. .$ 41.02 12.22 (2) Equipment specialist (operates crawler .tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below) , and overhead and underground distribution line equipment) . . . . . . . . . . . . . . . . . .$ 33.24 11.17 (3) Groundman. . . . . . . . . . . . . . .$ 25.42 10.89 (4) Powderman. . . . . . . . . . . . . . .$ 37.16 11.34 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- ELEV0008-001 01/01/2008 Rates Fringes ELEVATOR MECHANIC. . . . . . . . . . . . . . . .$ 52. 66 16.285 FOOTNOTE: Vacation Payr 8% with 5 or more years of service, ' 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. -----------------7-------------7--------------------------------- ENGI0003-008 07/01/2007 Rates Fringes Dredging: (DREDGING: CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING: ) AREA 1: (1) Leverman. . . . . . . . . . . $ 36.24 20.53 (2) Dredge Dozer; Heavy duty repairman. . . . . . . . . . . . .$ 31.28 . 20.53 (3) Booster Pump bttp://frwebgate.access.gpo.gov/cgi=binlgetdoc.e.gi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 10 of 39 Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator. . . . . . . . . . . . . . . . .$ .30.16 20.53 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler, .$ 26.86 20.53 AREA 2: (1) Leverman. . . . . . . . . . . . . . .$ 38.24 20.53 (2) Dredge Dozer; Heavy duty repairman. . . . . . . . . . .$ 33.28 20.53 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator. . . . . . . . . . . . . . . . . . .$ 32.16 20.53 (4) Bargeman; Deckhand; Fireman; .Leveehand; Oiler, .$ 28.86 20.53 AREA DESCRIPTIONS AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, • SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2: MODOC COUNTY . THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1:. Remainder Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY: Area 1: Remainder Area .2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY: http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval . Page 11 of 39 Area 1: Except Eastern part Area 2: Eastern part MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: Al but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA.COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the• Northwestern corner Area 2: Remainder TEHAMA COUNTY: Area 1: All but the Western border with Mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Areal: East Central part and the Northeastern border with Shasta County Area 2: Remainder TUOLUMNE COUNTY: Area 1: Except Eastern part Area 2:. Eastern part ---------------------------------------------------------------- ENGI0003-018 06/25/2007 "AREA 11' 'WAGE RATES ARE LISTED BELOW "AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1 RATES. http://fiwebgate.access.gpo-gov/cgi-bin/getdoe.cgi?dbname=D avis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval. Page 12 of 39 SEE AREA DEFINITIONS BELOW Rates Fringes POWER EQUIPMENT OPERATOR (AREA 1: ) . GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 36.09 19. 62 GROUP 2. . . . . . . . . . . . . . . . . . .$ 34 .56 19. 62 GROUP 3. . . . . . . . . . . . . . . . . . . . .5 33.08 19. 62 GROUP 4. . . . . . . . . . . . : . . . . . . . .$ 31.70 19. 62 GROUP 5. . . . . . . . . . .' . . . . . . . .$ 30.43 19. 62 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 29.11 19.62 GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 27. 97 19.62 GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 26.83 19.62 GROUP 8-A. . . . . . . . . . . . . . . . . . .$ 24. 62 19.62 POWER EQUIPMENT OPERATOR (Cranes and Attachments AREA 1: ) GROUP 1 Cranes. . . . . . . . . . . . . . . . . . . . .$ 36.97 19. 62 Oiler. . . . . . . . . . . . . . . . . . . . . .$ 27.71 19. 62 Truck crane oiler. . . . . . . . . .$ 30.00 19. 62 GROUP 2 Cranes. . . . . . . . . . . . . . . . . . . . .$ 35.21 19.62 Oiler. . . . . . . . . . . . . . . . . . : . . .$ 27.50 19.62 Truck crane oiler. . . . . . . . . .$ 29.74 19.62 GROUP 3 Cranes. . . . . . . . . . . . . . . . . . . . .$ 33. 47 19. 62 Hydraulic. . . . . . . . . . . . . . . . . .$ 29.11 19. 62 Oiler. . . . . . . . . : . . . . . . . . . . . .$ 27.22 19.62 Truck Crane Oiler. . . . . . . . . .$ 29.50 19. 62 POWER EQUIPMENT OPERATOR (Piledriving - AREA 1• ) GROUP 1 Lifting devices. . . . . . . . . . . .$ 37.31 19. 62 Oiler. . . . . . . . . . . . . . . . . . . . . .$ 28.05 19. 62 Truck crane oiler. . . . . . . . . .$ 30.33 19.62 GROUP 2 Lifting devices. . . . . . . . . . . .$ 35.49 19. 62 Oiler. . . . . .. . . . . . . . . . . . . . . .$ 27.78 19. 62 Truck Crane Oiler. . . . . . . . . .$ 30.08 19. 62 GROUP 3 Lifting devices. . . . . . . . . . . .$ 33.81 19. 62 Oiler. . . . . . . . . . . . . . . . . . . .$ 27.56 19. 62 Truck Crane Oiler. . . . . . . . . .$ 29.79 19. 62 GROUP. 4. . . . . . . . . . . . . . . . . . . . .$ 32.04 19. 62 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 29.40 19. 62 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 27.17 19. 62 POWER EQUIPMENT OPERATOR (Steel Erection - AREA 1: ) GROUP 1 Cranes. . . . . . . . . . . . . . . . . . . . .$ 37. 94 19. 62 Oiler. . . . . . . . . . . . . . . . . . . .$ 28.39 19. 62 Truck Crane Oiler. . . . . . . .. . .$ 30. 62 . 19. 62 . GROUP 2 Cranes. . . . . . . . . . . . . . . . . . . . .$ 36.17 19.62 Oiler. . . . . . . . . . . . . . . . . . . . . .$ 28.12 19. 62 Truck Crane Oiler. . . . . . . . . .$ 30.40 19. 62 GROUP 3 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=D avi s-Bacon&doci d=CA200... 3/24/2008 WAIS Document Retrieval Page 13 of 39 Cranes. . . . . . . . . . . . . . . . . . . .$ 34.69 19.62 Hydraulic. . . . . . . . . . . . . .$ 29.74 .19.62 Oiler. . . . . . . . . . . . . . . . . . . . . .$ 27.90 19.62 Truck Crane Oiler. . . . . . . . . .$ 30.13 19.62 GROUP 4 . . . . . . . . . . . . . . . . . . .$ 32.67 19.62 GROUP 5. . . . . . . . . . . . : . . . . . . . .$ 31.37 19. 62 POWER EQUIPMENT OPERATOR (Tunnel and Underground Work - AREA 1: ) SHAFTS, STOPES, RAISES: GROUP 1. . . . . . . ... . . . . . . . . . . .$ 32.19 19.62 GROUP 1-A. . . . . . . . . . . . . . . . . .$ 34.66 19. 62 GROUP 2. : . . . . . . . . . . . . . .$ 30.93 19.62 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 29.60 19.62 GROUP 4. . . . . . . . . . : . . . . . . . . .$ 28.46 19.62 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 27.32 19.62 UNDERGROUND: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 32.09 19.62 GROUP 1-A. . . . . . . . . . . . . . . . . .$ 34.56 19.62 . GROUP 2. . . . . . . . . . . . . . . . . . . .$ 30.83 19. 62 GROUP 3. ... . . . . . . . . . . . . . . .$ 29.50 19.62 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 28.36 19.62 GROUP 5. . . . . . . . . . . . . . : . . . ...$ 27.22 19. 62 FOOTNOTE: Work s,spended by ropes or cables, or work on a Yo-Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work) ; Hydraulic excavator, 7. cu. yds. and over; Power shovels, over 7 cu. yds. GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds. ; Licensed construction work boat operator, on site; Power blade operator: (finish) ; Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds. ; Continuous flight tie back machine assistant to engineer or mechanic; Crane mounted continuous flight tie back machine, tonnage to apply; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds. ; Loader 4 cu. yds. and over; Long reach excavator; Multiple engine scraper (when used as push pull) ; Power shovels, up to and including 1 cu. yd. ;. Pre-stress wire. wrapping machine; Side boom cat., 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd. ; Concrete batch plant (wet or dry) ; Dozer and/or push cat; Pull- type elevating loader; Gradesetter, grade checker (GPS, mechanical or otherwise) ; Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or -welder; Lime spreader; http://frwebgate.access.gpo-gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 14 of 39 Loader under 4 cu. yds. ; Lubrication and service engineer (mobile and grease rack) ; Mechanical finishers or spreader machine (asphalt, Barber-Greene and similar) ; Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber-tired scraper, self-loading (paddle-wheels, etc. ) ; Rubber- tired earthmoving equipment (scrapers) ; Slip form paver (concrete) ; Small tractor with drag; Soil stabilizer (P & H or equal) ; Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds. ; Tractor-drawn scraper; Tractor, compressor drill combination; Welder; Woods-Mixer (and other similar Pugmill equipment) GROUP 5: Cast-in-place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumperete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to. waterliners, wagon drills or jackhammers) ; Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types) ; Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt) ; Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip-forms, etc. , in tunnels) ; Screed (automatic or manual) ; Self-propelled compactor with dozer; Tractor with boom, D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T-600B rock cutter or similar GROUP 6: Armor-Coater (or similar) ; Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane;. Chemical grouting machine, truck-mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals) ; Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c. ; Drill doctor; Helicopter radio operator; Hydro-hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments) ; Locomotive; Lull hi-lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck-mounted, with compressor combination; Paving fabric. installation and/or laying machine; Pipe bending machine (pipelines only) ; Pipe wrapping machine (tractor propelled and supported) ; Screed (except asphaltic concrete paving) ; Self- propelled pipeline wrapping machine; Soils & materials tester; Tractor; Self-loading chipper; Concrete barrier moving machine GROUP 7: Ballast regulator; Boom truck or dual-purpose A-frame truck, non-rotating - under 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck)- under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r..c.; Firetender (hot plant) ; Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar) ; Lift slab http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 15 of 39 machine (Vagtborg and similar types) ; Maginnes internal full slab vibrator; Material hoist (1 drum) ; Mechanical trench shield; Pavement breaker with or' without compressor combination) ; Pipe cleaning machine (tractor propelled and supported) ; Post driver; Roller (except asphalt) ; Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airportsand canals) ; Self-propelled .compactor (without dozer) ; Signalperson; Slip-form pumps (lifting device for concrete forms) ; Tie spacer; Tower mobile; . Trenching machine; maximum digging capacity up to and including 5 ft. depth; Truck- type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite) ; Compressor operator; beckhand; Fire tender; Forklift (under 20 ft. ) ; Generator; Gunite/shotcrete equipment operator; Hydraulic monitor;. Ken seal machine (or similar) ; Mixermobile; .0iler; Pump operator; Refrigeration plant; Reservoir-debris tug (self-. propelled floating) ; Ross Carrier (construction site) ; Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper) ; Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (po.wered. other than by electricity) GROUP 8-A: Elevator operator; Skidsteer' loader-Bobcat 743 series or smaller, and similar (without: attachments) ; Mini excavator under 25 H.P. (backhoe-trencher) ;. Tub grinder wood chipper ---------------------------------------------------------- ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and. dragline over 7 cu. yds. ; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal-mounted, over 100 tons; Self-propelled boom-type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds. ; Crane, over 45 tons up to and including 100 tons;' Derrick barge, 100 tons and under.; Self-propelled boom-type lifting device', over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd. ; Cranes 45 tons and under; Self-propelled boom-type lifting device 45 tons and under; Boom Truck or dual .purpose A-frame truck, non-rotating over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar .(boom truck) over 15 tons; ----------------------------------------------------------- . PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds. ; Self-propelled boom-type lifting http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 16 of 39 device. over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds. ; Self-propelled boom-type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons; Fundex F-12 hydraulic pile rig GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom-type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, . land or barge mounted 45 tons and under. GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender ----------------------------------------------------------=-- STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom-type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons•; Derrick under 100 tons; Self-propelled boom-type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom-type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat ------------------7------------------------------------------- TUNNEL AND UNDERGROUND WORK GROUP 1-A: Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy-duty .repairperson; Mucking machine (rubber tired, rail or track type) ; Raised bore operator (tunnels) ; Tunnel mole bore operator GROUP 2: Combination slusher and motor operator; Concrete pump or pumperete gun; Power jumbo operator GROUP 3: Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner.; Grouting Machine operator; Motorman http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 17 of 39 GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite) ; Compressor operator; Oiler; Pump operator; Slusher operator ----------------------------------------------------------- AREA DESCRIPTIONS: POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND UNDERGROUND [These areas do not apply to Piledrivers and Steel Erectors] AREA .1: ALAME DA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern. part GLENN COUNTY: Area 1: Eastern.part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County http:Hfrwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbnam e=Davis-Bacon&docid=CA200.... 3/24/2008 WAIS Document Retrieval Page 18 of 39 Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area l.: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts. Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the -Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area l: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder' TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County . Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davi s-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 19 of 39 TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- ENGI0003-019 06/25/2007 SEE AREA DESCRIPTIONS BELOW Rates Fringes POWER EQUIPMENT OPERATOR' (LANDSCAPE WORK .ONLY) GROUP 1 AREA 1. . . . . . . . . . . .. . . . . . . . .$ 27.81 18.91 AREA 2. . . . . . . . . . . . . . . . . . . .$ 29.81 18.91 GROUP 2 AREA 1. . . . . . . . . . . . . . . . . . . . .$ 24.21 18.91 AREA 2. . . . . . . . . . . . . . . . . . . . .$ 26.21 18.91, GROUP 3 AREA 1. . . . . . . . . . . . . . . . . . . . .$ 19.60 18.91 AREA 2. . . . . . . . . . . . . . . . . . .$ 21.60 18. 91 GROUP DESCRIPTIONS: GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of, equipment used, and all equipment with a rating more than 65 HP. GROUP 2: Landscape Operator up to 65 HP: All equipment with a manufacturer's rating of 65 HP or less except equipment. covered by Group 1 or Group 3. The following equipment shall be included except when used for finish work as long as manufacturer's rating is 65 HP or less: A-Frame and Winch Truck, Backhoe, Forklift, Hydragraphic Seeder Machine, Roller, Rubber-Tired and Track Earthmoving Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up to 65 HP. GROUP 3: Landscae Utility Operator: Small Rubber-Tired Tractor, Trencher Under 31 HP. AREA DESCRIPTIONS: AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part http://frweb-ate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 20 of 39 Area 2: Eastern part... COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder. LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY:, Area 1: Western part along the Southern portion of border with Shasta County Area .2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY:. Area. l.: All but the Central portion Area 2: Remainder http://ftwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&d ocid=CA200... 3/24/2008 WAIS Document Retrieval Page 21 of 39 PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area l : All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: ' Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern .corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity . Counties Area 2: Remainder TRINITY COUNTY:. Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder . TULARE COUNTY; Area 1: Remainder Area 2: Eastern part TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ----------------------------------------------------- ----------- IRON0002-004 07/01/2007 Rates Fringes Ironworkers: Fence Erector. . . . . . . . . . . . . . .$ 29.62 20.915 Ornamental, Reinforcing and Structural. . . . . . . . .$ 30.51 20.915 .PREMIUM PAY: $3.00 additional per hour at the. following locations.: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, . Susanville Federal Prison, 29 Palms - Marine Corps, U.S. '.Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $2.00 additional per hour at the following locations: http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 22 of 39 Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics .Center $1.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LAB00036-001 07/01/2007 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes MASON TENDER, BRICK. . . . . . . ... . . . . .$ 26.93 16.50 FOOTNOTES: Underground work such as sewers, manholes, catch basins, sewer pipes, telephone conduits, tunnels and cut trenches: $5.00 per day additional. Work in live sewage: $2.50 per day additional. ----------------------------------------------------------------- LAB00036-002 07/01/2007 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes PLASTER TENDER. . . . . . . . . . . . . . . . . . .$ 26.48 16.23 FOOTNOTES: Work on a suspended scaffold: $5.00 per day additional. Work operating a plaster mixer pump. gun: $1.00 per hour additional. --------------------------- ------------------------------------ LAB00067-002 06/25/2007 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN, MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates . Fringes Asbestos Removal Laborer Areas A & B. . . . . . . . . . . . . . . . .$ 16.75 5.93 LABORER (Lead Removal) Area A. : : . . . . . . . . . . . . . . . . .$ 32.38 6.03 Area B. . . . . . . . . . . . . . . . . . . . . .$ 31.38 6.03 ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial site clean-up; site preparation; removal of asbestos-containing materials from walls and ceilings; or from pipes, boilers and mechanical systems only if they are being scrapped; encapsulation, enclosure and disposal of http://f-webgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 23 of 39 asbestos-containing materials by hand or with equipment .or machinery; scaffolding; fabrication of temporary wooden barriers; and assembly of decontamination stations. LAB00067-003 07/01/2007 AREA A: ALAMEDA, . CONTRA 'COSTA, MARIN, SAN FRANCISCO, SAN MATEO & .SANTA CLARA AREA B: ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN, MADERA, MARIPOSA, MENOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SANCRMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SIERRA, SHASTA, SISKIYOU, SOLANO, SONOMA, STANISLAUS,TEHAMA,TRINITY, TULARE, TUOLUMNE, YOLO & YUBA COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, . Flag Person Area A. . . . . . . . . . . . . . . . . . . . .$ 24.89 13.28 Area B. . . . . . . . . . . . . . . . . . . . .$ 23.89 13.28 Traffic Control Person I Area A. . . . . . . . . . . . . . . . . . . . .$ 25.19 13.28 Area B. . . .. ... . . . . . . . . . . . . . .$ 24.19. 13.28 Traffic Control ,Person II Area A. . . . . . . . . . .. . . . . . . . . . .$ 22.69 13.28 Area B. . . . . . . . . . . . . . . . . . . . .$ 21.69 13.28 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------- -------------------------------------------- LAB00067-006 06/25/2007 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, .SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, EL DORADO, FRESNO, GLENN, KINGS, LASSEN, MADERA, MARIPOSA, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Laborers: (CONSTRUCTION CRAFT LABORERS - AREA A: ) Construction Specialist Group. . . . . . . . . . . . . . .. . . . . . . .$ 25.84 13.28 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 25.14 13.28 GROUP 1-a. . . . . . . . . . .. . . . . . .$ 25.36 13.28 GROUP 1-c. . . . . . . . . . . . . . . . . .$ 25.19 . 13.28 GROUP 1-e. . . . . . . . . . . .. . . . . . . .$ 25. 69 13.28 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbname--Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 24 of 39 GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 25.72 13.28 GROUP 1-g (Contra Costa County) . . . . . . . . . . . . . . . . . . . . .$ 25.34 13.28 GROUP 2. . . . . . . . . . . . . .$ 24 . 99 13.28 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24.89 13.28 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 18.58. . 13.28 See groups 1-b and 1-d under laborer. classifications. Laborers: (CONSTRUCTION CRAFT LABORERS AREA B: ) Construction Specialist Group. . . . . . . . . . . . . . . . . . . . . . .$ 24.84 . 13.28 GROUP 1. . . . . . . . . . . . . . . . . . . .$ 24.14 13.28 GROUP 1-a. . . . . . . . . . . . . $ 24 .36 13.28 GROUP 1-c. . . . . . . . . . . . . . . . . .$ 24 .19 13.28 GROUP 1-e. . . . . . . . . . . . . . . . . . .$ 24 .69 13.28 GROUP 1-f. . . . . . . . . . . . . . . . . . .$ 24.72 13.28 GROUP 2. . . . . . . . . . . . . . . . . . .$ 23. 99 13.28 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 23.89 13.28 GROUP 4. . . . . . . . . . . . . . . . . . .$ 17.58 13.28 See groups 1-b and 'l-d under laborer classifications. Laborers: .(GUNITE - AREA A: ) GROUP 1. . . . . . . . . . . . . . . . . . .$ 26.10 13.28 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 25.60 13,.28 GROUP 3. . . . . . . . . . . . . . . . . . .$ 25.01 13:28 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 24.89 13.28 Laborers: (GUNITE - AREA B: ) • GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 25.10 13.28 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 24.60 13.28 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24.01 13.28 GROUP 4: . . . . . . . . . . . . . . . . . . . .$ 23.89 . 13.28 Laborers: (WRECKING - AREA A: ) GROUP 1. . . . . . . . . . . . . . . . . . . .$ 25.14 13.28 GROUP 2. . . . . . . . . . . . . . . . . . .$ 24.99 - 13.28 . GROUP 3. . . . . .. . . . . . . . . . . . . . .$ 18.58 13.28 Laborers: (WRECKING - AREA B: ) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 24 .14 13.28 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 23.99 13.28 GROUP 3.'. . . . . . . . . . . . . . . . . . . .$ 17.58 13.28 Landscape Laborer (GARDENERS, ' HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) . (1) New Construction. . . . . . . .$ 24 .89 13.28 (2) Establishment .Warranty Period. . . . . . . . . . . . . . . . . . . . . .$ 18.58 13.28 Landscape Laborer (GARDENERS, HORTICULURAL & LANDSCAPE. LABORERS - AREA B:) (1) New Construction. . . . . . . .$ 23.89 12.33 (2) Establishment Warranty Period. . . . . . . . . . . . . . . . . . . . . .$ 17.58 12.33 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, . belts. shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled. to receive the wage rate set forth in Group 1-a below. http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 25 of 39 LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 .or similar type (and all small trenchers) ; Blaster; Diamond driller; Multiple unit drill, Hydraulic drill GROUP 1: Asphalt spreader boxes (all types) ; Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over) ; Hydro seeder and similar. type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials) ;Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry) ; No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying) ; Precast-manhole setter; Pressure pipe tester; Post hole digger, .air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2) ; Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar.type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal) ; Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; - Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types. regardless of type or method of power; Blaster and powder; .All work of loading, placing and blasting of all powder and . explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same) ; Tree. topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4 .00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside. recently active, large diameter sewers, and all. recently active sewer http://frwebgate.access.9P o.gov/cgi-bi-n/eetdoc.cgi?dbname—Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 26 of 39 manholes shal receive $5..00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair .track. and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast .in place manhole form setters GROUP 2: Asphalt.. shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work) ; Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry) ; Driller tender, chuck tender, nipper; Guinea chaser (stake) , grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure) ; Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general . laborer; Dump, load spotter;. Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter) ;- Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only) ; material http://frwebgate.ace.ess.gpo.gov/cgi-bin/getdo e.egi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 27 of 39 cleaner (jobsite only) . The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the•material is to be salvaged and stocked to be reused -on another job. C: for the cleaning of salvage material.at the jobsite .or temporary jobsite yard. The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection". GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural nozzle operator GROUP 2: Nozzle operator (including gun, pot) ; Ground person GROUP 3: .Rebound GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled.wrecker (removing and salvaging.of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) GROUP 3: General laborer (includes all clean-up work, loading lumber, loading and burning of debris) ---------------------------------------------------------------- LAB00067-010 06/25/2007 Rates Fringes Tunnel and Shaft Laborers: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 30.50 13.28 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 30.27 13.28 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 30.02 13.28 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 30.02 13.28 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 29.57 13.28 GROUP 6. . . . . . . . . . . . . . . . . . .'. .$ .29.03 . 13.28 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work &. raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 28 of 39 Gunite• & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and . bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman GROUP .4: Steel form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore) ; Tugger (for tunnel laborer work) ; Cable tender; Chuck tender; Powderman - primer house GROUP 5: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading GROUP 6: Dumpmen (any method) ; Grout crew; Reboundman; Swamper/ Brakeman LAB00073-003 07/01/2007 CALAVERAS, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes LABORER: Mason Tender (Brick) . . .$ 24.63 13.27 ---------------------------------------------------------------- LA$00073-005 07/01/2007 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE Rates Fringes Plasterer tender. . . . . . . . . . . . . . .. .$ 26.17 12.68 ---------------------------------------------------------------- LAS00166-001 07/01/2006 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Brick Tender. . . . . . . . . . . . . . . . . . .$ 25.91 14.65 FOOTNOTES: Work on jobs where heat-protective clothing is required: $2.00 per hour additional. Work at .grinders: $.25 per hour additional. Manhole work: $2.00 per day additional. ---------------------------------------------------------------- LAB00166-002 07/01/2006 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Plasterer tender. . . . • . . . . • . • . . •$ 30.15 15.90 Gun Man $0.75 per hour additional ---------------------------------------------------------------- LAS00270-001 07/01/2007 SANTA CLARA & SANTA CRUZ COUNTIES http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname--Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 29 of 39 Rates Fringes MASON TENDER, BRICK Santa Clara. . . . . . . . . . . . . . . . .$ 26.13 13.48 Santa Cruz. . . . . . . . . . . . . . . . . .$ 25.13 13.48 FOOTNOTE: $2.00 per hour for refactory work where heat-protective clothing is required. --------------------------------------------------------------- LAB00270-005 07/01/2007 SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes PLASTER TENDER 4 Stories and under. . . . . . . . .$ 27.62 13.73 5 Stories and above. . . . . . . . .$ 29.54 13.73 ---------------------------------------------------------------- LAB00294-001 .07/01/2007 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes LABORER: Mason Tender (Brick) . . .$ 24.93 13.27 LAB00297-001 08/01/2007. MONTEREY AND SAN BENITO COUNTIES Rates Fringes Plasterer tender. . . . . . . . . . . . . . .$ 23.70 11.50 FOOTNOTE: Mixer person: $4.00 per day additional. ---------------------------------------------------------------- PAIN0016-001 01/01/2008 ALAMEDA, CONTRA. COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Painters: . . . . . . . . . . . . . . . ... . . . . . . .$ 32.55 14.57 PREMIUMS- EXOTIC MATERIALS - $0. 75 additional per hour. SPRAY WORK: - $0:50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges) , stacks, towers, tanks, and similar structures] HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - $6.00 per houir additional http://fiwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davi s-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 30 of 39 PAIN0016-00308/01/2007 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: CALAVERP_S, . MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes . Drywall Finisher/Taper Area 1. . . . . . . . . . . . . . . . . . . .$ 36.37 14.77 Area 2. . . . . . . . . . . . . . . . . . . . .$ 32.24 12.67 PAIN0016-012 01/01/2008 ALAMEDA, CONTRA COSTA,' MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, .SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes SOFT FLOOR LAYER. . . . . . . . . . . . . . . . .$ 39.16 14.12 ---------------------------------------------------------------- PAIN0016-015 01/01/2008 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates ' Fringes PAINTER " Brush. . . . . . . . . . . . . . . . . . . . . .$ 28.47 11. 66 FOOTNOTES: SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.00 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 • additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour. -------------------- -------------------------------------------- PAIN0016-022 01/01/2008 SAN FRANCISCO COUNTY Rates Fringes PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 36.17 14.57 --------------------7------------------------------------------- PAIN0169-001 01/01/2008 FRESNO, KINGS, MADERA,. MARIPOSA AND MERCED COUNTIES:. Rates Fringes GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 28.28 14.35 ------------------------------=--------------------------------- PAIN0169-005 01/01/2008 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 31 of 39 ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA & SANTA CRUZ COUNTIES Rates Fringes GLAZIER. . . . . . . ... . . . . . . . . . . . . . . . . .$ 36.86 16. 61 ---------------------------------------------------------------- PAIN0294-004. 01/01/2008 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes PAINTER Brush, Roller. . .. . . . . . . .$ 24.46 11.08 Drywall Finisher/Taper. . . . . .$ 27.46 11.08. FOOTNOTE: Spray Painters & Paperhangers recive $1.00 additional per hour. Painters doing Drywall Patching receive $1.25 additional per hour. Lead Abaters & Sandblasters receive $1.50 additional per hour. High Time — over 30 feet (does not include work from a lift) $0.75 per: hour additional. ----------------------------------------------------------------- PAIN0294-005 01/01/2008 FRESNO; KINGS & MADERA Rates Fringes SOFT FLOOR LAYER. . . . . . . . . . ... . . . . .$ 25.87 10.15 ------------7--------------------------------------------------- PAINO767-001 01/01/2008 CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 31.03 15.25 PAID. HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Employee rquired to wear a body harness. shall receive $1.50 per hour above the basic hourly rate atany elevation. 7 ---------------------------------------------=------------------ PAIN1176-001 07/01/2007 HIGHWAY IMPROVEMENT Rates Fringes Parking Lot Striping/Highway Marking: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 26.,76 11.54 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 21.55 11.54 GROUP 3. . . . . . . . . . .'. ... . . . . . . .$ 22.18 11.54 CLASSIFICATIONS http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&doeid=CA200... 3/24/2008 WAIS Document Retrieval Page 32 of 39 GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic . stripes and markings GROUP 2: Gamecourt & Playground Installer GROUP 3: Protective Coating, Pavement Sealing ---------------------7------------------------------------------- PAIN1237-003 01/01/2008 CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SOFT FLOOR LAYER. . . . . . . . . . . . . . . . .$ 28.01 12.57 ------------------------------ --------------------------------- PLAS0066-002 07/01/2007 ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES: Rates ; Fringes PLASTERER. . . . . . . . . . . . . . . . . . . . . . . .$ 33.16 18. 62 ---------------------------------------------------------------- PLAS0300-001 07/01/2007 Rates Fringes PLASTERER AREA 224: San Benito, Santa Clara, Santa Cruz. . . . .$ 32.97 12.53 AREA 295: CElaveras & San Joaquin Couonties. . . . . . . . . . .$ 31.82 13.30, AREA 337: Monterey County. .$ 29.76 12.38 AREA. 429: Mariposa, Merced, Stanislaus, Tuolumne Counties. . . . . . . . . . .$ 31.82 13.50 . ---------------------------------------------------------------- PLAS0300-005 07/01./2006 Rates Fringes CEMENT MASON/CONCRETE. FINISHER. . .$ 25.88 15.03 ---------------------------------------------------------------- PLUM0036-001 01/01/2008 AREA 1: CALAVERAS, MARIPOSA, MERCED, SAN.JOAQUIN, STANISLAUS, TUOLUMNE AREA 2: FRESNO, KINGS, MADERA Rates. Fringes PLUMBER & STEAMFITTER Area 1. . . . . . . . . . . . . . . . . .$ 33.75 16.18 Area 2. . . . . . . . . . . . . . . . . . . . . .$ 33.50" 16.68 ---------------------------------------------------------------- PLUM0036-004 01/01/2006 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200...• 3/24/2008 WAIS Document Retrieval Page 33 of 39 FRESNO, MERCED, SAN JOAQUIN COUNTIES Rates Fringes BUILDING CONSTRUCTION PIPE TRADESMAN. . . . . . . . . . . . . .$ 13.00 7.30 SCOPE OF WORK Installation of corrugated metal piping for drainage, as well as installation of .corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers, pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging,' pruning and fertilizing, the breaking of- concrete, digging, backfilling and tamping for the preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearingdown work benches, ladders and job shacks; Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flagman ---------------------------------------------------------------- PLUM0036-009 01/01/2008 MONTEREY AND SANTA .CRUZ COUNTIES Rates Fringes PLUMBER & STEAMFITTER. . . . . . . . . . . .$ 38.25 16.18 -------------------------- ------------------------------------- PLUM0038-001 07/01/2007 SAN FRANCISCO COUNTY Rates Fringes PLUMBER (1) Work on wooden frame structures 5 stories or less excluding high-rise buildings and commercial work such as hospitals, prisons, hotels and schools.$ 38.00 26.46 (2) All other work. . . . . . . . . .$ 47.50 29.04 ---------------------------------------------------------------- PLUM0038-005 07/01/2007 SAN FRANCISCO COUNTY http://`frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 34 of 39 Rates Fringes Landscape/Irrigation Fitter. . . . . .$ 34.45 18.92 ---------------------------------------------------------------- PLUM0159-001 07/01/2007 CONTRA COSTA COUNTY Rates Fringes Plumber and steamfitter (1) Refrigeration. . . . . . . . . . .$ 42.27 21.55 (2) All other work. . . . . . . . . .$ 43.16 21.55 ---------------------------------------------------- ----------- PLUM0342-001 07/0Z/2007 ALAMEDA & CONTRA COSTA COUNTIES Rates Fringes PIPEFITTER CONTRA COSTA COUNTY. . . . . . . . .$ 43.26 24.10 Plumber, Pipefitter, Steamfitter ALAMEDA COUNTY. . . . . . . . . . . . . .$ 43.26 24.10 ---------------------------------------------------------------- PLUM0355-004 07/01/2007 ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO,. SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ., STANISLAUS, AND TUOLUMNE COUNTIES: Rates Fringes Underground Utility Worker /Landscape.Fitter. . . . . . . . . . .$ 24.35 7.85 ---------------------------------------------------------------- PLUM0393-001 07/01/2007 SAN BENITO AND SANTA CLARA COUNTIES Rates Fringes PLUMBER/PIPEFITTER. . . . . . . . . . . . . . .$ 49.41 17.78 ---------------------------------------------------------------- PLUM0467-001 07/01/2007 SAN MATEO COUNTY Rates Fringes Plumber/Pipefitter/Steamfitter (1) Refrigeration & Air Conditioning. . . . . . . . . . . . . .$ 49.75 17'.86 (2) All Other Work. . ... . . . . . .$ 49.30 17. 91 ROOF0027-002 01/01/2008 FRESNO, KINGS, AND MADERA COUNTIES http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 35 of 39 Rates Fringes ROOFER. . . . . . . . . . . . . . . . . ... . . . . . .$ 25.85 8.05 FOOTNOTE: Work with pitch, pitch base- of pitch impregnated products or any material containing coal tar pitch, on any building old or new, where both asphalt and pitchers are used in the application of a built-up roof .or tear off: $2.00 per hour additional. -----------------------------------------=---------------------- ROOF0040-002 08/01/2006 SAN FRANCISCO & SAN MATEO COUNTIES: Rates Fringes ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 30.23 10.19 ----------------------------------------------------------------- ROOF0081-001 08/01/2007. ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Roofer. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 28.95 12,:65 ----------------------------------------------------=----------- ROOF0081-004 08/01/2007 CALAVERAS, MARIPOSA,. MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes ROOFER. . . . . . . . . . . .. . . . . . . . . . . . . . .$ 21.16 12.00 ---------------------------------------------------------------- ROOF0095-002 08/01/2006 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES: " Rates Fringes ROOFER, Including Built .Up, Composition and Single Ply Roofs Journeyman. . . . . . . . . . . . . . . . . .$ 31.73 9.89 Kettleman (2 kettles) , Bitumastic Enameler, Coal Tar, Pitch & Mastic. . . . . . . . .$ 33.73 9.89 ---------------------------------------------------------------- SFCA0483-001 07/01/2007 ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: Rates Fringes SPRINKLER FITTER (FIRE) . . . . . . . . . .$ 44 .94 17.30 ---------------------------------------------------------------- SFCA0669-011 01/01/2007 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=D avis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 36 of 39 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SPRINKLER FITTER (FIRE) . . . . . . . . . .$ 30.15 14.15 ---------------------------------------------------------------- SHEE0104-001 07/01/2007 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN'MATEO, SANTA CLARA AREA 2: MONTEREY & SAN BENITO AREA 3: SANTA CRUZ . Rates Fringes Sheet metal workers AREA 1: Mechanical Contracts under $200, 000. . . . . . . . . . . . .$ 41.32 19.78 All Other Work. '. . . .$ 44.90 20.88 AREA 2. . . . . . . . . . . . . . . . . . . .$ 36.49 3%+17.46 AREA 3. . . . . . . . . . . . . . . . . . . . . .$ 38.25 17.28 ---------------------------------------------------------------- SHEE0104-015 07/01/2007 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES: Rates Fringes SHEETMETAL WORKER Metal Decking and Siding only. . . . . . . . . . . . . . . . . . . . . .$ . 33.06 19.21 ---------------------------------------------------------------- SHEE0162-001 01/01/2008 CALAVERAS AND SAN JOAQUIN COUNTIES: Rates Fringes Sheet metal worker. . . : . . . . . . . . . . .$ 29.32 . 16.18 ------------------------------------------------------7--------- SHEE0162-003 01/01/2008 MARIPOSA, MERCED, STANISLAUS AND .TUOLUMNE COUNTIES: Rates Fringes SHEET METAL WORKER (Excluding metal deck and siding) . . . . . . . . . . .$ 31.18 17.29 * SBEE0162-004 01/01/2008 FRESNO, KINGS, AND MADERA COUNTIES: Rates Fringes http;%/frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 37 of 39 o Q SHEET METAL WORKER. . . . . . . . . . . . . . .$ 31.48 18.17 -------------=------=------------------------------------------- SHEE0162-013 07/01/2005 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes Sheet metal worker (Metal decking and siding only) . . . . . . . . .$ 32.84 15.20 ---------------------------------------------------------------- TMI0094-001 07/01/2007 Rates Fringes Truck drivers: GROUP 1. . . . . . . . . . . . . . . . . . .$ 25. 63 17.09 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 25.93 17.09 GROUP 3. . . . . . . . . . .. . . . . . . . . .$ 26.23 17.09 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 26.68 17.09 GROUP 5. . . . . . .. . . . . . . . . . . . . .$ 26.93 17.09 FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without auger) ; Dumperete truck; Skid truck (debris. box) ; Dry pre-batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier burner Industrial lift truck (mechanical tailgate) ; Utilityand clean-up truck: Use appropriate rate for the power unit or the equipment utilized. . TRUCK DRIVER CLASSIFICATIONS GROUP 1: Dump trucks, under 6 yds. ; Single unit flat rack (2- axle unit) ; Nipper truck (when flat rack truck is used appropriate flat rack shall apply) ; Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply) ; Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck .driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading) ; Team driver; Tool room attendant (refineries) GROUP 2: Dump trucks, 6 yds. and under 8 yds. ; Transit mixers, through 10 yds. ; Water trucks, under 7,000 gals. ; Jetting trucks, under 7,000 gals. ; Single-unit flat rack (3-axle unit) ; Highbed heavy duty transport; Scissor truck; Rubber-tired muck car (not self-loaded) ; Rubber-tired truck jumbo; Winch truck and "A" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber-tired tractor GROUP 3: Dump trucks, 8 .yds. and including 35 yds. ; Transit mixers, over 10 yds. ; Water trucks, 7,000 gals. and over; Jetting trucks, 7, 000 gals. and over; Vacuum trucks under http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 3/24/2008 WAIS Document Retrieval Page 38 of 39 7500 gals. Trucks towing tilt bed or flat bed pull c- trailers; Lowbed heavy duty transport; Heavy duty transport tiller person; Self= propelled street sweeper with self-contained refuse bin; Boom truck - hydro-lift or. Swedish type extension or retracting crane; P.B. or similar type self-loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson) ; Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow GROUP 4: Dump trucks, over 35 yds. and under 65 yds. ; Water pulls - DW 10's, 201s, 21's and other .similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials) ; Lowbedk Heavy Duty Transport up to including 7 axles;' DW10's, 201s, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7.500 gals and over and truck repairman GROUP 5: Dump trucks, 65 yds. and over;; Holland hauler; Low bed Heavy Duty Transport over 7 axles ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) . (1) (ii) ) . ---------------------=------------------7------7---------------- In the listing above, .the "SU" designation means that rates listed under the identifier do not reflect collectively bargainedwage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------- ------------------------ WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination *, a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage. and Hour Regional Office for the area in which the. survey was conducted http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi.?dbname=Davis-Bacon&doci d=CA200... 3/24/2008 WAIS Document Retrieval Page 39 of 39 r because those Regional Offices have responsibility for the a Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in. 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1'. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).. Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbnwne=Davi s-Bacon&docid=CA200... 3/24/2008 �p z $ H (� O W �— O N _ � t� cfl v CV Z X M N X S \\j � NO) 001 `I Z 3 O Ix o m O c� W co .� l O T W 1 Q d p a Z z 5t Z 3Y o w p D O W V V/0 IL LLI LaiN ~ Ix s' .. W W Nr, F W H J a lai W � 0 Z 3a • W H Z p D O LO Cl) ~ w2� w 9 Z N^ BZW IML a N� ' a coz= � H N N O�d cca 03:: �Mo 000 � 0o - oo 1 Z& LO O / a Q Lo p q00 o N — - Z (� (U � cri S P p1 p1A RICH / -/ Z `vJ � I p 8•. Nf AL EY opc �1 0 ^' Cl) - co CL N O r� O N a % 3 _ O O / \\ 3 Tri' 0 00 Z V - UU '-- Z =FC & WCD \ 3 �� OC4 Q i a o o 3 - _777_ J W ®I illll I� Q <aos�r � Hln s �`� � N p C a r N N 1 f� O W W 0���� a � o D= W � W 1� z ° V p l z Z °z O Z m m O m Z ° J V h c C ° ° c w w Qg w w W V) u w - Z Q . W a ( N ® a U v �• O U d' i sa w N J a a ���ppd mo • OLAJ _ F- Fes- o Z a V �_ � Q LL Cti 0 z •° V W _ W= $0 1 O Y � WJ Z � a � � -� D=X z Q W W • V W N M d a A,v Z = to (t)5 i v = .o+ N v dao r y, r� a o n o Q a � tou- c - o °1 ! ; vv o ~ N W " c ° o t Ecc of 00 o a ° vc c ci o -it = U 0' e - T E > a -°� c oa a °°� ° � s r is o c °' ° O ,vi A O •.. E ° o, O m b o m y O - T O - p Q m m Z 'C O +O. - '� Z o Q W v j_�,SA,AI. v Y .+ c L. ° ,; m o a 0 •W ` o n 01 °m U 0 c ` S c ar o O oo« 00 o � cEcc °cm •o oho is ` � oo � c0 ° � v � .0 o0 Wa 01 U W '0 E 0 c m a p a t- j O" V O ° O o C d d to C J H N 0 rye: a v ., .. v ° v.o .. o.� o * o 0 °' c ° O c v pl c E � a o c t o p w q . c &- J3 4 w 6 a 4 p 3 N o 3 _.)J U ° o a v m o 0 g - v •� o o b c _ - A o ° a v Q� P' N p ° .7 o v C �y v v m - O 2 v - 01 t v v ` o < 'D m M '0 = U I +� U c w 0 � ° v 0 0 !' V) C m +T' 'o ° 0 5 W o $ $ +� v o o > ; w w = o m �°-� a m d °a °' o m m v c �a o v .. c X c ° 0 3 (n +'� - O - p O 1/1 - T •- p e tl L > c a ,r� C y.. 0 rrJ C r+ m $ p v a a'O o C C - U d O W .1 n cel—co y-, ,!tij:,F.��,P:1>,;:'.,:y:.�°;Y,4:•,j''j °m`v<Uceoa laoEi o ao ; Eav L0m 3 o : `L Eo OE a o Z z °° bo ° im oo m cL. oZ v1 oacc, n Ua_}mEs2°S . LI�Z CL 0 O wcaQa IM cW o n C � V C y4. 0 0 0 C m p m I- 0. m e m ` aa3 FO> c i o� OE VM ma iD c - wv E c c e .21 U) n4 rm O w - 00 a 0 W OJ p NQ O 00 � O C w U o b cO0O p C ° o -W d o t - °° c 0 c - 0 � C C O 0 ,4o v C - O E z� °° Z . -U J m U CC C O QW O O O .0 00c 3m« m o O a v 0 ° raZ Z m v Y - m3 ° 3 w m >W v pu i Ox� oUoo � O ° W d r1 V.mvEU a m LZ vo . t O5 o3 n 1 � W m C� e:�w�S cr J N M 4 0 10 •- t O > y xc, Z CO 2 01 aF 01 .S Y �' wl W 7 o Pi ay°>.ry^y > U 1, a ECL « m ID c �M Cc c 7 C O p v o 3 . f CO a ,� WS a ° I `o+o >,:s. mav Oo o004) �V I I m °> c >v $o +� ° p 0 U� X U+T+ m pw o O N m 2 a m O m N y m I CL C CL O ,, a0� b L. a CC N m I O C I I a C v E -a.2 � O �p 0 J y m� O U p 0 p J U p o Q N 0 JR.. i Q U� 0. '-0 ° > >°vn W x « co >�. H a XO 21- ° da< C I W I I J .M em U U LO r I E~ 0C o U N w �w UX °�Ca Z C i ¢ o o E4 ° of CIE, I o°o>� O iq +• v W a L. - _ I r ocoy .- .ra+ A- Z 0 3 Q O� I , Wmc� ii c 0) c LAJ ¢ m Q ' �0 W W o U4az ' I .0 mN 00 N Hv w I N WV) p+ A I l ° °0 V) CnN C I Jz W 0 �A � (3, mrA °W° O Z C LL Z I C N F- Z 0 U Q M J O N~ O I O Z CNUJ V1 � U oo � a ~«Wo c U) m I Wz° w I az (W �3C7 �N S-0 T I •+ ° > I .1— Q S-0 oEe� Q Em Q Ev m E"Mc"'vz mm x °° ocoo o m m I a m 04 �. IN w �aEa m U .m. i) I-- LL. m �" z° I c a U.In N C.t NI � oo rn'f Wit V ,dr , O U LU a C/) &1 Fp T g } r r E)OO 1 I 0 1 0 o Z r l > I a w I 1 1 1 G'i� U ; I I 7� Z I I v 0 O O IL W Z N � ¢ 011 ; .� I i o0 0000 > v C J � > 1 �[ 1 I Up z Q W I I I p C W ' I Q7tl ♦ n U � 1 1 , ` v CO v , 1 ; 10 - u� � � 1 1 I 00 006 T J as 06 ' 1 FQ- Z - 0 I r F- Q W w v w _U uv 1 I Z M o 0i- I I Q rn c4i- � ( 1 U a Vj Com— - I 1 W a } � ,1 1 OQz 1 , , I- o I a 0 -1 n 1 I cr 1� 1 � Z , , d ZOz Q 1 , T U N J W a7f a I , , �. W I I < 0 11 r XE >` 11 , 'x> J M � o � U sa a 1 1 1 w ci W U w o- o o+ 1 1 N W z p 1 1 i JQ 2 0A 1 1 O >- � c U T p 1 , { > W C >0 1 1 1 W , J Q ' Q U 00 0 J, -1 H I 1 W O G-�•� a� O >'v',;• y,• a 4sran%1. b�;�tij N W t<•Y LbH z 0 � O •.ta p� ..n^ O M G O V trf • ado sA• a o mss' � o ac °'•'° � ,c ---'1`to � do `Q. Y � { .aN °>•pa1aA... ; V CG vo:v:aA,D.vaan. ,�O Qr N ao dap.e:po: • N °'P. o O m C1G u d GQ V •..°Ao as U �C Od0 .�'. •° L)N •O C � 'a°�ao.Dd y 0. 1 Q C4 �. o o o „� •'oo�o..a O��U�U 04 t r 16 ` 7 N o � v �\ o o 5t 'f '�y C4 P to ✓�"f W `� �3a ' • a auo�5 v N o • 'is � � �< 16 /'�'".•r O r � - .ate © ~o � 4 o � in o a 0 0 � � o 2L 0 0 � C1G llwv Q -$ ^ opq N C CP UN cr- CA AA tO 4p r- N 400 Is C N N en ttt m t-� � �c,�\` `�> �• q5'O� U v x CG i' � 1'`':, d N � ' �'�7 .� a s° o$ ` dura► ao o a ocQ.: �N Z`j c9 In m xfl +C3 W rk CL- 1 \ O 0010 OVE, \ t t \ Om w ` ° Vol Z P vadusoa $t CA o 3, U U 1 �L w -a AW t ��°� ��� o• c m v 3 - m m m wvj J40 7-0 1 � ssod.1 0 Q ' o a ro- va O , ?'; U, w N p• So �1 RECEIVED t CONTRA COSTA COUNTY APR 0 3 2008 PUBLIC WORKS DEPARTMENT CLERIC BOARD OF SUPERVISORS CONTRA COSTA CO. NOTICE TO CONTRACTORS AND SPECIAL PROVISIONS FOR STONE VALLEY ROAD REHABILITATION COUNTY PROJECT NO.: 0662-6R4055-08 FEDERAL PROJECT NO.: STPL-5928(080) 00. r=% :;_: mar„ � Y��►+i 1� �^%.. . r� cour�' FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: May 6, 2008 FOR PRE-BID INFORMATION CONTACT: Jason Chen(925) 313-2299 ENGINEER'S ESTIMATE: $500,000 FOR PLAN HOLDER'S LIST CALL (925) 313-2000 Visit the Design Division at the Public Works website for other advertised and developing projects www.co.contra-costa.ca.us/depart/pw/(under"Contractor Info.") i THIS SHEET IS FOR INFORMATION PURPOSES ONLY AND SHALL NOT BE CONSIDERED A PART OF THIS CONTRACT SPECIAL NOTICE 1 This project is subject to .Part 26, Title 49, Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." In order to ensure Caltrans achieves its federally mandated statewide overall DBE goal, the Agency encourages the participation of Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR 26 in the performance of contracts financed in whole or in part with Federal Funds. The Contractor shall not discriminate on the. basis of race, color, national origin, or sex in the award and performance of subcontracts. Attention is directed to the following sections of the specialprovisions regarding the DBE program: Section 2-1.03 Disadvantaged Business Enterprise (DBE) Section 3. Award And Execution Of Contract Section 5-1.18 Subcontractor And DBE Records Section 5-1.19 DBE Certification Status Section 5-1.24 Performance Of Subcontractors Section 5-1.25 Subcontracting SPECIAL NOTICE 2 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 3 •A pre-bid meeting is scheduled for this project ori the date given in the Notice to Contractors. Discussions will cover project construction and the DBE participation. SPECIAL NOTICE 4 To satisfy Federal DBE regulations, Section 26.11 Part 26 Title 49 CFR, the agency requires information from all firms submitting bids, sub-bids, and quotes to develop a bidders list. Therefor,the Bidder shall: • Distribute copies of the "Construction Industry. Survey" form, copy attached to the Proposal, to all subcontractors; suppliers and truckers who submit project sub-bids or quotes; and request them to complete the form and return them to the Bidder prior to bid submittal,and • Shall also complete a copy of the "Construction Industry Survey" .form and submit it along with their project bid to the Agency. SPECIAL NOTICE 5 There are no assurances to Bidders, who acquire project bid documents from sources other than directly from the Contra Costa County Public Works Department Offices, that they will receive project addenda. Such Bidders are solely responsible for acquiring any addenda. SPECIAL NOTICE 6 In cases of utility leaks;breaks,or emergencies,the following numbers should be called: Utility Phone Number EBMUD (510) 835-3000 PG&E (Gas and Electric) (800) 743-5000 Central Contra Costa Sanitary District (925)228-9500 AT&T (Fiberoptic Cable) 611 Comcast (888) 824-8219 SPECIAL NOTICE 7 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 8 The bidder's attention is directed to the State and Federal laws concerning fraud, bribery, collusion, conspiracy, and making false statements in connection with bidding upon, award of, or performance of 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 9 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 10 Planholders lists for projects out to bid for the Contra Costa County Public Works Department may be viewed on-line at the Public Works Web Site. Projects under development for the upcoming season may also be viewed at the site. 1. Log-on at www.co.contra-costa.ca.us/depgrt/pw 2. Mouse-over"Contractor Info" at the left of the screen to activate the drop-down menu 3. Click on"Plan Holders List"from the drop-down menu 4. On the"Projects Out to Bid"web-page you will find a listing of current active projects with pertinent project information including a. Access to the "Notice to Contractors"Which will give you a brief description of the project as well as how to obtain a set of bid documents and b. Access to the "Planholders List". DISCLAIMER Contra Costa County Public Works Department provides the Planholders List as a convenience to Contractors, Subcontractors and suppliers. The Public Works Department is under no legal obligation to provide this information. While we make every effort to keep this information current and correct, the Public Works Department makes no guarantee as to the accuracy or completeness of these documents. I� COUNTY PROJECT NO. :0662-6R4055-08 FEDERAL PROJECT NO.: STPL-5928 (080) The special provisions contained herein have been prepared by or under the direction of the following Registered Persons: CIVIL �AOFESSJp�, We 4.. Na 4d 25 s `M �3i/0 CIVI 0 l TABLE OF CONTENTS VICINITY AND CONSTRUCTION SIGNING MAP TYPICAL SECTIONS NOTICE TO CONTRACTORS SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS ..........................:............................................1 AMENDMENTS TO MAY 2006 STANDARD SPECIFICATIONS.......................................2 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS...................................76 2-1.01 GENERAL.....................................................................:.............................................76 2-1.01A WARRANTY AND REPAIR AGREEMENT...............................................77 2-1.02 FEDERAL LOBBYING RESTRICTIONS.............................................................77 2-1.03 DISADVANTAGED BUSINESS ENTERPRISE (DBE)........................................78 SECTION 3 AWARD AND EXECUTION OF CONTRACT........:.....................................80 3-1.01 AWARD OF CONTRACT..............................................:..........................................80 3-1.02 BONDS..............................................:................:.............:..........................................80 3-1.03 INSURANCE REQUIREMENTS............................................................................81 3-1.04 LOCAL AGENCY BIDDER-DBE INFORMATION FORM.............................82 3-1.05 EXECUTION OF AGREEMENT(CONTRACT)..................................................83 SECTION 4. BEGINNING OF WORK AND TIME OF COMPLETION...........................84 4-1.01 GENERAL.................................................:.....................:....................:.....................84 4-1.02 PRE-CONSTRUCTION CONFERENCE:.....:........................................................84 . 4-1.03 ARCHAEOLOGICAL DISCOVERIES AND/OR HISTORICAL DISCOVERIES...................................:...................................................................................85 SECTION 5. GENERAL.....:.........:... ..................87 ..................:................................................... SECTION 5-1. MISCELLANEOUS.....:..........................................::.......................................87 5-1.01 LEGAL HOLIDAYS..................................................................................................87 5-1.02 PAYROLL RECORDS.......................................:......................................................87 5-1.03 SCOPE OF PAYMENT....................................:.....:..................................................87 5-1.04 INCREASES AND DECREASES IN QUANTITIES.............................................88 5-1.05 INTERPRETATION OF CONTRACT DOCUMENTS........................................88 5-1.06 CONTROL OF WORK.............................................................................................88 5-1.07 COST REDUCTION INCENTIVE...............................:..........................................88 5-1.08 LABOR NONDISCRIMINATION...........................................................................89 5-1.09 PAYMENTS...........:....................................................................................................89 5-1.10 PAYMENT OF WITHHELD FUNDS.....................................................................90 5-1.11 INTEREST ON PAYMENTS...................................................................................90 5-1.12 PUBLIC SAFETY.........:............................................................................................90 5-1.13 TESTING.............. ..................................................................................................92 5-1.14 SURFACE MINING AND RECLAMATION ACT..........:....................................92 5-1.15 SUBCONTRACTOR AND DBE RECORDS..........................................................93 5-1.16 DBE CERTIFICATION STATUS............................................................................94 5-1.17 CLAIMS BY CONTRACTOR..................................................................................94 5-1.18 AREAS FOR CONTRACTOR'S USE.....................................................................97 5-1.19 SOUND CONTROL REQUIREMENTS.................................................................98 5-1.20 AIR POLLUTION CONTROL ................................................................................98 5-1.21 PERFORMANCE OF SUBCONTRACTORS........................................................98 5-1.22 SUBCONTRACTING................................................................................................98 5-1.23 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS..........................99 5-1.24 PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS....99 5-1.25 RECORDS.................................................................................................................100 5-1.26 PROJECT APPEARANCE.....................................................................................100 5-1.27 CALTRANS ENCROACHMENT PERMIT.........................................................100 5-1.28 ACCEPTANCE OF CONTRACT..........................................................................101 SECTION 6. ADDITIONAL INSUREDS,WORKING DAYS,AND LIQUIDATED DAMAGES.................................................................................................................................101 6-1.01 ADDITIONAL INSUREDS.....................................................................................101 6-1.02 WORKING DAYS ...................................................................................................102 6-1.03 LIQUIDATED DAMAGES...................:.......................................................:.........102 SECTION 7 (BLANK)..............................................................................................................102 SECTION8.MATERIALS......................................................................................................102 SECTION 8-1. MISCELLANEOUS........................................................................................102 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS.............................:..........................................................................................102 8-1.02 TESTING..................................................................................................................109 8-1.03 QUALITY CONTROL TESTING.........................................................................110 8-1.04 ENGINEERING FABRICS.....................................................................................110 SECTION 8-2. CONCRETE...................................................................................................110 8-2.01 PORTLAND CEMENT CONCRETE...................................................................110 SECTION 9. DESCRIPTION OF WORK..................................................................:.........113 SECTION 10. CONSTRUCTION DETAILS.......................................................................113 SECTION10-1. GENERAL....................................................................................................113 10-1.01 ORDER OF WORK...............................................................................................114 10-1.02 WATER POLLUTION CONTROL.....................................................................115 10-1.03 PRESERVATION OF PROPERTY.....................................................................117 10-1.04 PROGRESS SCHEDULE .............:......................................................................:118 10-1.05 OBSTRUCTIONS.........................................................:........................................118 10-1.06 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES..........................120 10-1.07 CONSTRUCTION AREA SIGNS........................................................................121 10-1.08 MAINTAINING TRAFFIC.................................................................:.................123 10-1.09 TEMPORARY PAVEMENT DELINEATION ..................................................127 10-1.10 EXISTING HIGHWAY FACILITIES..................................................................128 10-1.1OA GRIND CURB LIP......................................................................................129 10-1.10B REMOVE PAVEMENT MARKERS...........................................................129 10-1.1OC ADJUSTING UTILITIES TO GRADE.......................................................129 10-1.1OD RELOCATE ROADSIDE SIGN.................................................................130 10-1.1 OE COLD PLANE ASPHALT CONCRETE PAVEMENT.............................130 10-1.1OF REMOVE ASPHALT CONCRETE SURFACING (BRIDGE).................132 10-1.IOG PREPARE CONCRETE BRIDGE DECK SURFACE...............................133 10-1.10H REMOVE UNSOUND CONCRETE.........................................................133 10-1.11 CLEARING AND GRUBBING............................................................................134 10-1.12 EARTHWORK......................................................................................... ..........134 10-1.13 AGGREGATE BASE.............................................................................................135 10-1.14 SEAL RANDOM CRACKS IN EXISTING SURFACING................................135 10-1.15 ASPHALT CONCRETE .......................................................................................137 10-1.16 PAVEMENT AND BASE FAILURE REPAIR...................................................141 10-1.17 PAVEMENT REINFORCING FABRIC.............................................................143 10-1.18 RAPID SETTING CONCRETE PATCHES.......................................................145 10-1.19 BRIDGE DECK METHACRYLATE RESIN TREATMENT..........................147 10-1.20 MISCELLANEOUS CONCRETE CONSTRUCTION......................................151 10-1.21 TRAFFIC STRIPES AND PAVEMENT MARKINGS......................................154 10-1.22 PAVEMENT MARKERS.......................................................................................156 10-1.23 SIGNAL DETECTOR LOOP...............................................................................156 SECTION11. (BLANK).......................................................................................:..................157 SECTION 12. (BLANK)..........................................................................................................157 SECTION 13. (BLANK)................................:....................................................:....................157 SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS.........................................................:......................................................................157 APPENDICES - Caltrans Encroachment Permit - Caltrans 2006 Standard Plan A88A, Curb Ramp Details - Contra Costa County Public Works Department Standard Plan CA51 i, Typical Asphalt Conform Details for Overlays - Contra Costa County Public Works -Department Standard Plan CA70i, Standard Sidewalk Details Contra Costa County Public Works Department Standard Plan CA71 i, Median, Curb and AC Dike Details - Contra Costa County Public Works Department Standard Plan CA74i, Doweling Details for Curb and Sidewalk Armor Tile, Detectible/Tactile Warning Surface Tile, 24" x 48", Cast in Place, Inline Dome Tactile Tile,Plans and Details Armor Tile, Detectible/Tactile Warning Surface Tile, 36" x 48", Cast in Place, Inline Dome Tactile Tile,Plans and Details Armor Tile, Detectible/Tactile Warning Surface Tile, 36" x 60", Cast in Place, Inline Dome Tactile Tile, Plans and Details Armor Tile, Cast in Place, Inline Dome Detectable/Tactile Warning Surface Tile, Installation Manual Armor Tile, Cast in Place Detectable/Tactile Warning Surfaces Specifications Armor Tile, Detectable/Tactile Warning Surface Tile, 36" x 48", Surface Applied, Inline Dome Tactile Tile, Plans and Details Armor Tile, Surface Applied, Inline Dome Detectable/Tactile Warning Surface Tile, Installation Manual Armor Tile, Surface Applied'Detectable/Tactile Warning Surfaces Specifications O O 1 1252 N • r n S P '"tea �� •� NF a AL EYLli STA-, - EE�� = - V��rT _ - co 0101, s �d °s �br H1n p C) a � N i © i 06 9 - d +' C: (? N T t'ati • ^S-p 0CIO = 4„ 1 0 cl- + , cr- ,�• d ► look ON ► �` 00 ` a baa LL- V /1 o, �o p( rLia 9 s- U Vq T A� l'o.•�HCl ('� T � � O ► '► ,► 0 -�(. Z Ad 0 0 -0 Ln '► + as .n T d �, ` d ' y ` a ,11 Cp v 9 a J� �v! 4 a L V CL. (1) 00 ¢� So ► -moo � z. ► v , dS i.�- i ► � � O Z U Ir � a N ► t • `, ,` N � 04 Z� a �•.�yam.,,,,, Project Name: STONE VALLEY ROAD REHABILITATION County Project No.: 0662-6R4055 Federal Project No.: STPL-5928(080) Contra Costa County Public Works Department 255 Glacier Drive,Martinez,California 94553-4897 . NOTICE TO CONTRACTORS The Public Works Director will receive sealed bids at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 945534897, until 2 o'clock p.m., on May 6, 2008, at which time they will be publicly opened and read,for: Stone Valley Road Rehabilitation. General work description: Constructing a 0.2 foot thick asphalt concrete overlay with pavement reinforcing fabric, repairing localized areas of pavement and base failure, cold planing existing asphalt concrete, minor concrete bridge rehabilitation, methacrylate bridge deck and placing striping and pavement markings. Engineer's cost estimate:$500,000 A pre-bid meeting will be held on Monday, April 21, 2008 at 10:00 a.m. at the Public Works Department. This meeting is to inform bidders of project requirements and subcontractors of subcontracting and material supply opportunities. Bidders attendance is recommended but not mandatory. This project is subject to the "Buy America" provisions of the Surface Transportation Assistance Act of 1982 as amended by the Intermodal Surface Transportation Efficiency Act of 1991. The County of Contra Costa affirms that in any contract entered into pursuant to this advertisement,disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. Contract Documents, including plans and specifications, may be viewed and/or obtained at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553- 4897, Monday- Thursday (7:00.a.m. - 12 Noon and 1:00 p.m. - 5:00 p.m.), and Friday(8:00 a.m. - 12 noon and 1:00 p.m. - 5:00 p.m.). To obtain plans and specifications a service charge is required in the amount of$ 25.00 (sales tax included). Plans and specifications and may be ordered by mail for an additional shipping and handling fee of$5.00. Checks shall be made payable to'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This project is to be advertised pursuant to Public Contract Code 22037. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code,Section 12990. The Contractor shall possess a Class A or Class C-12 Contractor's License at the time the Contract is awarded. Bids must cover the entire project,and neither partial nor contingent bids will be considered. The successful bidder shall furnish a payment bond and a performance bond. Pursuant to Section 1773 of the Labor Code,the general prevailing wage rates in the county in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project; available at the above address and available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The Federal minimum wage rates for thisproject as predetermined by the United States Secretary of Labor are set forth in the PROPOSAL and CONTRACT book. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage. The County of Contra Costa will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes"helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 9:00 a.m. and 5:00 p.m., eastern time, Telephone no. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated corifidentially and caller anonymity will be respected. The bid openin�ate may be extended by addendum issued by the Public Works Department no later than May.l!; 2008, in which case any bids submitted for the original bid opening will be returned unopened and sealed bid proposals for the extended bid opening shall be submitted on or before May 20, 2008, at 2:00 p.m., and will be opened, read and recorded at the same place specified above. All proposals received late will be returned unopened. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. For questions regarding the project contact Jason Chen,Design Division, at(925)313-2299. By order of the Board of Supervisors of Contra Costa County John Cullen Clerk of the Board of Supervisors and County Administrator By Deputy Dated: Publication dates: CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications and the Standard Plans dated May, 2006, of the State of California, Department of Transportation, and the Standard Plans of the. Contra. Costa County Public .Works Department insofar as the same may apply and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions. . DEFINITIONS AND TERMS As used herein, unless the context implies otherwise, the following terms have the following meaning: Agency. 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. Coup . Contra Costa County,a political subdivision of the State of California. The agency having jurisdiction over the work being done under this contract. Department, Department of Transportation, Director, Director of Transportation. The Board of Supervisors of Contra Costa County, State of California. Deputy Director Transportation Engineering, or Engineer. The Public Works Director of Contra Costa County, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory. The Materials and Testing Laboratory of Contra Costa County or Laboratories authorized by the Engineer to test materials and work involved in the contract. Standard Specifications. The 2002 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. 1 . - State. "Agency" as defined above. State Hi way Engineer. The Public Works Director, Contra Costa County, State of California. Transportation Building, Sacramento. C. C. Rich Building, 255 Glacier Drive, Martinez,California. AMENDMENTS TO MAY 2006 STANDARD SPECIFICATIONS UPDATED OCTOBER 19,2007 SECTION 0: GLOBAL REVISIONS Issue Date: August 17,2007 Blank SECTION 1: DEFINITIONS AND TERMS Issue Date: October 19, 2007 Section 1-1.01, "General," of the Standard Specifications is amended by adding the following: • The Department is gradually changing the style and language of the specifications. The new style and language includes: 1. Use of L L Imperative mood 1.2. Introductory modifiers 1.3. Conditional clauses I Elimination of: 2.1. Language variations 2.2. Definitions for industry-standard terms 2.3. Redundant specifications 2.4. Needless cross-references • The use of this new style does not change the meaning of a specification not yet using this style. • The specifications are written to the Bidder before award and the Contractor after. Before award, interpret sentences written in the imperative mood as starting with "The 2 Bidder must" and interpret "you" as "the Bidder" and "your" as "the Bidder's." After award, interpret sentences written in the imperative mood as starting with "The Contractor must" and interpret "you" as "the Contractor" and "your" as "the Contractor's." • Unless an object or activity is specified to be less than the total, the quantity or amount is all of the object or activity. • All items in a list apply unless the items are specified as.choices. • Interpret terms as defined in the Contract documents.- A term not defined in the Contract documents has the meaning defined in Means Illustrated Construction Dictionary, Condensed Version, Second Edition. The 1st table in Section 1-1.02, "Abbreviations, of the Standard Specifications is amended by adding: SSPC The Society for Protective Coatings Section 1, "Definitions and Terms," of the Standard Specifications is amended by adding the following sections: 1-1.082 BUSINESS DAY • Day on the calendar except Saturday.or holiday. 1-1.084 CALIFORNIA MANUAL ON :UNIFORM TRAFFIC CONTROL DEVICES • The California Manual on Uniform Traffic Control .Devices for Streets and Highways (California MUTCD) is issued by'the Department of Transportation and is the Federal Highway Administration's MUTCD 2003 Edition, as amended for use in California. 1-1.125 DEDUCTION • Amount of money permanently taken from progress payment and final payment. Deductions are cumulative and are not retentions under Pub Cont Code § 7107. 1-1.205 FEDERAL-AID CONTRACT • Contract that has a Federal-aid project number on the cover of the Notice to Contractors and Special Provisions. 1-1.245 HOLIDAY 1. Every Sunday 2. January 1 st,New Year's Day 3. 3rd Monday in January, Birthday of Martin Luther King, Jr. 4. February 12th,Lincoln's Birthday 5. 3rd Monday in February, Washington's Birthday 6. March 31 st, Cesar Chavez Day 7. Last Monday in May, Memorial Day 8. July 4th, Independence Day 3 e 9. 1 st Monday in September, Labor Day 10. 2nd Monday in October, Columbus Day 11.November 11th, Veterans Day 12. 4th Thursday in November, Thanksgiving Day 13. 4th Friday in November, Day after Thanksgiving Day 14. December 25th, Christmas Day • If January 1st, February 12th, March 31st, July 4th,November 11th, or December 25th falls on a Sunday, the Monday following is a holiday. If November 11th falls on a Saturday,the preceding Friday is a holiday. 1-1.475 WITHHOLD • Money temporarily or permanently taken from progress payment. Withholds are cumulative and are not retentions under Pub Cont Code § 7107. Section 1-1.255, "Legal Holidays," of the Standard Specifications is deleted. Section 1-1.265, "Manual on Uniform Traffic Control Devices," of the Standard Specifications is deleted. Section 1-1.266, "Manual on Uniform Traffic Control Devices California Supplement," of the Standard Specifications is deleted. Section 1-1.39 "State," of the Standard Specifications is amended to read: 1-1.39 STATE • The State of California, including its agencies, departments, or divisions, whose conduct or action is related to the work. SECTION 3: AWARD AND EXECUTION OF CONTRACT Issue Date: August 17, 2007 Section 3-1.025, "Insurance Policies," of the Standard Specifications is amended to read: 3-1.025 INSURANCE POLICIES • The successful bidder shall submit: 1. Copy of its. commercial general liability policy and its excess policy or binder until such time as a policy is available, including the declarations page, applicable endorsements, riders, and other modifications in effect at the time of contract execution. Standard ISO form.No. CG 0001 or similar exclusions are allowed if not inconsistent with Section 7-1.12, "Indemnification and Insurance." Allowance of additional exclusions is at the discretion of the Department.. 4 2. Certificate of insurance showing all other required coverages. Certificates of insurance, as evidence of required insurance for the auto liability and any other required policy, shall set forth deductible amounts applicable to each policy and all exclusions that are added by endorsement to each policy. The evidence of insurance shall provide that no cancellation, lapse, or reduction of coverage will occur without 10 days prior written notice to the Department. 3. A declaration under the penalty of perjury by a certified public accountant certifying the accountant has applied Generally Accepted Accounting Principles (GAAP) guidelines confirming the successful bidder has sufficient funds and resources to cover any self-insured retentions if the .self-insured retention is $50,000 or higher. • If the successful bidder uses any form of self-insurance for workers compensation in Iieu of an insurance policy, it shall submit a certificate of consent to self-insure in accordance with the provisions of Section 3700 of the Labor Code. Section 3=1.03, "Execution of Contract," of the Standard Specifications is amended to read: 3-1.03 EXECUTION OF CONTRACT • The contract shall be signed by the successful.bidder and returned, together with the contract bonds and the documents identified in Section 3=1.025, "Insurance Policies," within 10 business days of receiving the contract for execution. Section 3-1.04, "Failure to Execute Contract," of the Standard Specifications is amended to read: 3-1.04 FAILURE TO EXECUTE CONTRACT • Failure of the lowest responsible bidder, the second lowest responsible bidder, or the third lowest responsible bidder to execute the contract as required in Section 3-1.03, "Execution of Contract," within 10 business days of receiving the contract for execution shall be just cause for the forfeiture of the proposal guaranty. The successful bidder may file with the Department a written notice, signed by the bidder or the bidder's authorized representative, specifying that the bidder will refuse to execute the contract if itis presented. The filing of this notice shall have the same force and effect as the failure of the bidder to execute the contract and furnish acceptable bonds within the time specified. Section 3-1.05, "Return of Proposal Guaranties," of the Standard Specifications is amended to read: 3-1.05 RETURN OF PROPOSAL GUARANTIES • The Department keeps the proposal. guaranties of the 1 st, 2nd and 3rd lowest responsible.bidders until the contract has been executed. The other bidders' guaranties, . other than bidders' bonds, are returned upon determination of the 1st, 2nd, and 3rd apparent lowest bidders, and their bidders'bonds are of no further effect. 5 SECTION 4: SCOPE OF WORK Issue.Date: August 17, 2007 Section 4-1.01, "Intent of Plans and Specifications," of the Standard Specifications is amended by adding the following: • Nothing in the specifications voids the Contractor's public safety responsibilities. SECTION 5: CONTROL OF WORK Issue Date: October 19,2007 Section 5, "Control of Work," of the Standard Specifications is amended by adding the following sections: 5-1.005 GENERAL • . Failure to comply with any specification part is a breach of the contract and a waiver of your right to time or payment adjustment. • After contract approval, submit documents and direct questions to the Engineer. Orders, approvals, and requests to the Contractor are by the Engineer. • The Engineer furnishes the following in writing: 1. Approvals 2. Notifications 3. Orders • The Contractor must furnish the following in writing: 1. Assignments 2. Notifications 3. Proposals . 4. Requests, sequentially numbered 5. Subcontracts 6. Test results • The Department rejects a form if it has any error or any omission. • Convert foreign language documents to English. • Use contract administration forms available at the Department's Web site. • If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next business day with the same effect as if it had been submitted on the day specified. 5-1.015 RECORD RETENTION,INSPECTION,COPYING,AND AUDITING • Retain project records and make them available for inspection, copying, and auditing by State representatives from bid preparation through: 6 1. Final payment 2. Resolution of claims, if any • For at least 3 years after the later of these, retain and make available for inspection, copying, and auditing cost records by State representatives including: 1. Records pertaining to bid preparation 2. Overhead 3. Payroll records and certified payroll 4. Payments to suppliers and subcontractors 5. Cost accounting records 6. Records of subcontractors and suppliers • Maintain the records in an organized way in the original format, electronic and hard copy, conducive to professional review and audit. Before contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier 5 days before inspection, copying, or auditing. • If an audit is to start more than 30 days after contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier when the audit is to start. ..Section 5-1.01, "Authority of Engineer," of the Standard Specifications is amended by adding: • Failure to enforce a contract provision does not waive enforcement of any contract provision. Section 5-1.04,."Coordination and Interpretation of'Plans, Standard Specifications, and Special Provisions," of the Standard Specifications is amended to read: 5-1.04 CONTRACT COMPONENTS • A component in one contract part applies as if appearing in each. The parts are complementary and describe and provide for a complete work. • If a discrepancy exists: 1. The governing ranking of contract parts in descending order is: 1.1. Special provisions 1.2. Project plans 1.3. Revised Standard Plans 1.4. Standard Plans 1.5. Amendments to the Standard Specifications 1.6. Standard Specifications 1.7. Project information 2. Written numbers and notes on a drawing govern over graphics 7 3. A detail drawing governs over a general drawing 4. A detail specification governs over a general specification 5. A specification in a section governs over a specification referenced by that section • If a discrepancy is found or confusion arises,request correction or clarification. Section 5-1.07, "Lines and Grades," of the Standard Specifications is replaced with the following: 5-1.07 LINES AND GRADES • The Engineer places stakes and marks under Chapter 12, "Construction Surveys," of the Department's Surveys Manual. • Submit your request-for Department-furnished stakes: 1. On a Request for Construction Stakes form. Ensure: 1.1. Requested staking area is ready for stakes 1.2. You use the stakes in a reasonable time 2. A reasonable time before starting an activity using the stakes • Establish priorities for stakes and note priorities on the request. • Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer replaces them at the Engineer's earliest convenience and deducts the cost. SECTION 6: CONTROL OF MATERIALS Issue Date: August 17, 2007 Section 6-1.05, "Trade Names and Alternatives," of the Standard Specifications is amended to read: 6-1.05 Specific Brand or Trade Name and Substitution • A reference to a specific brand or trade name establishes a quality standard and is not intended to limit competition. You may use a product that is equal to or better than the specified brand or trade name if approved. • Submit a substitution request within a time period that: 1. Follows Contract award 2. Allows 30 days for review 3. Causes no delay • Include substantiating data with the substitution request that proves the substitution: 8 1. Is of equal or better quality and suitability 2. Causes no delay in product delivery and installation Section 6, "Control of Materials," of the Standard Specifications is amended by adding the following sections: 6-1.085 BUY AMERICA (23 CFR 635.410) • For a Federal-aid contract, furnish steel and iron materials to be incorporated into the work that are produced in the United States except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03%24/1995)] 2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2,500, material produced outside the United States may be used • Production includes: 1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling; extruding, machining, bending, grinding,and drilling)or chemical composition 2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials • For steel and iron materials to be incorporated into the work, submit a Certificate of Compliance under Section 6-1.07, "Certificates of Compliance," of the Standard Specifications that certifies all production processes occurred in the United States except for the above exceptions. 6-1.087 BUY AMERICA(PUB RES CODE § 42703(d)) • Furnish crumb rubber to be incorporated into the work that is produced in the United States and is derived from waste tires taken from vehicles owned and operated in the United States. • For crumb rubber to be incorporated into the work, submit a Certificate of Compliance under Section 6-1.07, "Certificates of Compliance," of the Standard Specifications that certifies only crumb rubber manufactured in the United States and derived from waste tires taken from vehicles owned and operated in the United States is used. The 7th and 8th paragraph of Section 6-2.01, "General," of the Standard Specifications are amended to read: • Upon the Contractor's written request, the Department tests materials from an untested local source. If satisfactory material from that source is used in the work, the 9 Department does not charge the Contractor for the tests; otherwise, the Department deducts the test cost. The 2nd sentence of the 7th paragraph of Section 6-2.02, "Possible Local Material Sources," of the Standard Specifications is amended to read: • The Department deducts the charges for the removed material. SECTION 7: LEGAL RELATIONS AND RESPONSIBILITIES Issue Date: August 17, 2007 Section 7-1.01, "Laws To Be Observed," of the Standard Specifications is amended to read: 7-1.01 LAWS TO BE OBSERVED • Comply with laws, orders, decrees, and permits. Indemnify and defend the State against any claim or liability arising from the violation of a law, order, decree, or permit by you or your.employees. Immediately report to the Engineer in writing a discrepancy or inconsistency between the contract and a law, order, decree, or permit. The 3rd listed requirement of the 1st paragraph of Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications is amended to read:. 3. Upon becoming aware of the subcontractor's failure .to pay the specified prevailing rate of wages to the subcontractor's workers, the Contractor must diligently take corrective action to stop or rectify the failure, including withholding sufficient funds due the subcontractor for work. performed on the public works project. The 2nd paragraph of Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications is amended to read: • Pursuant to Section 1775 of the Labor Code, the Division of Labor Standards Enforcement must notify the Contractor on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a . subcontractor on that public works project to pay workers the general prevailing rate of per diem wages. If the Division of Labor Standards Enforcement determines that employees of a subcontractor were not paid the general prevailing rate of per diem wages and if the Department did not withhold sufficient money under the contract to pay'those employees the balance of wages owed under the general prevailing rate of per diem wages; the Contractor must withhold an amount of moneys due the subcontractor sufficient to pay .those employees the general prevailing rate of per diem wages if requested by the Division of Labor Standards Enforcement. The Contractor must pay any money withheld from and owed to a subcontractor upon receipt of notification by the Division of Labor Standards Enforcement that the wage complaint has been resolved. If 10 notice of the resolution of the wage complaint has not been received by the Contractor within 180 days of the filing of a valid notice of completion or acceptance of the public works project, whichever occurs later, the Contractor must pay all moneys withheld from the subcontractor to the Department. The Department withholds these moneys pending the final decision of an enforcement action. The 2nd paragraph of Section 7-1.OlA(3), "Payroll Records," of the Standard Specifications is amended to read: • The Department withholds the penalties specified in subdivision (g) of Labor Code § 1776 for noncompliance with the requirements in Section 1776. The 4th paragraph of Section 7-1.OlA(3), "Payroll Records," of the Standard Specifications is amended to read: • The Department withholds for delinquent or inadequate payroll records (Labor Code § 1771.5). If the Contractor has not submitted an adequate payroll record by the month's 15th day for the period ending on or before the 1 st of that month,the Department withholds 10 percent of the monthly progress estimate, exclusive of mobilization. The Department does not withhold more than$10,000 or less than$1,000. The 5th paragraph of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is deleted. Section 7-1.OlA(6), "Workers' Compensation," of the Standard Specifications is amended to read: 7-1.101A(6) (Blank) The first sentence of the eighth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: • Signs, lights, flags, and other warning and safety devices and their use shall conform to the requirements set forth in Part 6'of the California MUTCD. The sixteenth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: • When vertical clearance is temporarily reduced to 15.5 feet or less, low clearance warning signs shall be placed in accordance with Part 2 of the California MUTCD and as directed by the Engineer. Signs shall conform to the dimensions, color, and legend requirements of the California MUTCD and these specifications except that the signs shall have black letters and numbers on an orange retroreflective background. W12-2P signs shall be illuminated so that the signs are clearly visible. 11 The last sentence of the 2nd paragraph of Section 7-1.11, "Preservation of Property," of the Standard Specifications is amended to read: . • The cost of the repairs must be borne by the Contractor and will be deducted. Section 7-1.12, "Indemnification and Insurance," of the Standard Specifications is amended to read: 7-1.12 INDEMNIFICATION AND INSURANCE • The Contractor's obligations regarding indemnification of the State of California and the requirements for insurance shall conform to the provisions in Section 3-1.025, "Insurance Policies," and Sections 7-1.12A, "Indemnification," and 7-1.12B, "Insurance," of this Section 7-1.12. 7-1.12A Indemnification • The Contractor shall defend, indemnify, and save harmless the State, including its officers, employees, and agents (excluding agents who are design professionals)from any and all claims, demands, causes of action, damages, costs, expenses, actual attorneys' fees, losses or liabilities, in law or in equity (Section 7-1.12A Claims) arising out of or in connection with the Contractor's performance of this contract for: 1. Bodily injury including, but not limited to, bodily injury, sickness or disease, emotional injury or death to persons, including, but not limited to, the public, any employees or agents of the Contractor,the State, or any other contractor; and 2. Damage to property of anyone including loss of use thereof; caused or alleged to be caused in whole or in part by any negligent or otherwise legally actionable act or omission of the Contractor or anyone directly or indirectly employed by the Contractor or anyone for whose acts the Contractor may be liable. • Except as otherwise provided by law, these requirements apply regardless of the existence or degree of fault of the State. The Contractor is not obligated to indemnify the State for Claims arising from conduct delineated in Civil Code Section 2782 and to Claims arising from any defective or substandard condition of the highway that existed at or before the start of work, unless this condition has been changed by the work or the scope of the work requires the Contractor to maintain existing highway facilities and the Claim arises from the Contractor's failure to maintain. The Contractor's defense and indemnity obligation shall extend to Claims arising after the work is completed and accepted if the Claims are directly related to alleged acts or omissions by the Contractor that occurred during the course of the work. State inspection is not a waiver of full compliance with these requirements. • The Contractor's obligation to defend and indemnify shall not be excused because of the Contractor's inability to evaluate liability or because the Contractor evaluates liability and determine that the Contractor is not liable. The Contractor shall respond within 30 days to the tender of any Claim for defense and indemnity by the State, unless this time has been extended by the State. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy 12 authorized by law, the Department may withhold such funds the State reasonably considers necessary for its defense and indemnity until disposition has been made of the Claim or until the Contractor accepts. or rejects the tender of defense, whichever occurs first. • With respect to third-party claims against the Contractor, the Contractor waives all rights of any type to express or implied indemnity against the State, its officers; employees, or agents (excluding agents who are design professionals). • Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these indemnification specifications. 7-1.12B Insurance 7-1.1211(1) General • Nothing in the contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these insurance specifications. 7-1.12B(2) Casualty Insurance • The Contractor shall procure and maintain insurance on all of its operations with companies acceptable to the State as follows: 1. The Contractor shall keep all insurance in full force and effect from the beginning of the work through contract acceptance. 2. All insurance shall be with an insurance company with a rating from A.M. Best Financial.Strength Rating of A- or better and a Financial Size Category of VII or better. 3. The Contractor shall maintain completed operations coverage with a carrier acceptable to the State through the expiration of the patent deficiency in construction statute of repose set forth in Code of Civil Procedure Section 337.1. 7-1.12B(3) Workers' Compensation and Employer's Liability Insurance • In accordance with Labor Code Section 1860, the Contractor shall secure the payment of worker's compensation in accordance with Labor Code Section 3700. • In accordance with Labor Code Section 1861, the Contractor shall submit to the Department the following certification before performing the work: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability,for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of.the work of this contract. • Contract execution constitutes certification submittal. • The Contractor shall provide Employer's Liability Insurance in amounts not less than: 13 1. $1,000,000 for.each accident for bodily injury by accident 2. $1;000,000 policy limit for bodily injury by disease 3. .$1,000,000 for each employee for bodily injury by disease • If there is an exposure of injury to the Contractor's employees under the U.S. Longshoremen's and Harbor Workers' Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime employees, coverage shall be included for such injuries or claims. 7-1.121](4) Liability Insurance 7-1.12B(4)(a) General • The Contractor shall carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf of the Contractor providing insurance for bodily injury liability and property damage liability for the following limits and including coverage for: 1. Premises, operations, and mobile equipment 2. Products and completed operations 3. Broad form property damage(including completed operations) 4. Explosion, collapse, and underground hazards 5. Personal injury 6. Contractual liability 7-1.12B(4)(b) Liability Limits/Additional Insureds • The limits of liability shall be at least the amounts shown in the following table: Total Bid For Each Aggregate for General Umbrella or Occurrence' Products/Comple Aggregate Excess ted O enation Liability3 <$1,000,000 $1,000,000 $2,000,000 $2,000,000 $5,000,000 >$1,000,000 x$5,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000 >$5,000,000 <$25,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000 >$25,000,000 $2,000,000 $2,000,000 $4,000,000. $25,000,000 1. Combined single limit for bodily injury and property damage. 2. This limit shall apply separately to the Contractor's work under this contract. 3. The umbrella or excess policy shall contain a clause stating that it takes effect (drops down)in the event the primary limits are impaired or exhausted. • The Contractor shall not require certified Small Business subcontractors to carry Liability Insurance that exceeds the limits in the table above. Notwithstanding the limits specified herein, at the option of the Contractor, the liability insurance limits for certified Small Business subcontractors of any tier may be less than those limits specified in the table. For Small Business subcontracts, "Total Bid" shall be interpreted as the amount of subcontracted work to a certified Small Business. 14 • The State, including its officers, directors, agents (excluding agents who are design professionals), and employees, shall be named as additional insureds under the General Liability and Umbrella Liability Policies with respect to liability arising out of or connected with work or operations,performed by or on behalf of the Contractor under this contract. Coverage for such additional insureds does not extend to liability: 1: Arising from any defective or substandard condition of the roadway which existed at or before the time the Contractor started work, unless such condition has been changed by the work or the scope of the work requires the Contractor to maintain existing roadway facilities and the claim arises from the Contractor's failure to maintain; 2. For claims occurring after the work is completed and accepted unless these claims are directly related to alleged acts or omissions of the Contractor that occurred during the course of the work; or 3. To the extent prohibited by Insurance Code Section 11580.04 • Additional insured coverage shall be provided by a policy provision or by an endorsement providing coverage at least as broad as Additional Insured (Form B) endorsement form CG 2010, as published by the Insurance Services Office (ISO); or other form designated by the Department. 7-1.12B(4)(c) Contractor's Insurance Policy is Primary • The policy shall stipulate that the insurance. afforded the additional insureds applies as primary insurance. Any other insurance or self-insurance maintained by the State is excess only and shall not be called upon to contribute with this insurance. 7-1.12B(5) Automobile Liability Insurance • The Contractor shall carry automobile liability insurance, including coverage for all owned, hired, and nonowned automobiles. The primary limits of liability shall be not less than $1,000,000 combined single limit each accident for bodily injury and property damage. The umbrella or excess liability coverage required under Section 7-1.12B(4)(b) also applies to automobile liability. . 7-1.12B(6) Policy Forms,Endorsements,and Certificates • The Contractor shall provide its General Liability Insurance. under Commercial General Liability policy form No. CG0001 as published by the Insurance Services Office (ISO) or under a policy form at least as broad as policy form No. CG0001. 7-1.12B(7) Deductibles • The State may expressly allow.deductible. clauses, which it does not consider excessive, overly broad, or harmful to the interests of the:State. Regardless of the allowance of exclusions or deductions by the State, the Contractor is responsible for any deductible amount and shall warrant that the coverage provided to the State is in accordance with Section 7-1.12B, "Insurance." 15 7-1.12B(8) Enforcement • The Department may assure the Contractor's compliance with its insurance. obligations. Ten days before an insurance policy lapses or is canceled during the contract period,the Contractor shall submit to the Department evidence of renewal or replacement of the policy. • If the Contractor fails to maintain any required insurance coverage, the Department may maintain this coverage and withhold or charge the expense to the Contractor or terminate the Contractor's control of the work in accordance with Section 8-1.08, "Termination of Control." • The Contractor is not relieved of its duties and responsibilities to indemnify, defend, and hold harmless the State, its officers, agents, and employees by the Department's acceptance of insurance policies and certificates. • Minimum insurance coverage amounts do not relieve the Contractor for liability in excess of such coverage, nor do they preclude the State from taking other actions available to it, including the withholding of funds under this contract. 7-1.12B(9) Self-Insurance • Self-insurance programs and self-insured retentions in insurance policies are subject to separate annual review and approval by the State. • If the Contractor uses a self-insurance program or self-insured retention, the Contractor shall provide the State with the same protection from liability and defense of suits as would be afforded by first-dollar insurance. Execution of the contract is the Contractor's acknowledgement that the Contractor will be bound by all laws as if the Contractor were an insurer as defined under Insurance Code Section 23 and that the self-insurance program or self-insured retention shall operate as insurance as defined under Insurance Code Section 22. SECTION 8: PROSECUTION AND PROGRESS Issue Date: August 17, 2007 The 2nd paragraph of Section 8-1.02, "Assignment," of the Standard Specifications is amended to read: • If the Contractor assigns the right to receive contract payments, the Department accepts the assignment upon the Engineer's receipt of a notice. Assigned payments remain subject to deductions and withholds described in the contract. The Department may use withheld payments for work completion whether payments are assigned or not. SECTION 9: MEASUREMENT AND PAYMENT Issue Date: August 17, 2007 The last sentence of the 1 st paragraph of Section 9-1.02, "Scope of Payment," of the Standard Specifications is amended to read: 16 • Neither the payment of any estimate nor of any retained percentage or withhold relieves the Contractor of any obligation to make good any defective work or material. The 6th paragraph.of Section 9-1.03C, "Records," of the Standard Specifications is deleted. The 2nd- sentence of the 14th paragraph of Section 9-1.04, "Notice of Potential. Claim," of the Standard Specifications is amended to read: • Administrative disputes are disputes of administrative deductions or withholds, contract item quantities, contract item adjustments, interest payments,protests of contract change orders as provided in Section 4-1.03A, "Procedure and Protest," and protests of the Weekly. Statement of Working Days as provided in Section 8-1.06, "Time of Completion." Section 9-1.05, "Stop Notices," of the Standard Specifications is amended to read: 9-1.05 STOP NOTICE WITHHOLDS • The Department may withhold payments to cover claims filed under Civ Code § . 3179 et seq. Section 9, "Measurement and Payment," of the Standard Specifications is amended by adding the following sections: 9-1.053 PERFORMANCE FAILURE WITHHOLDS • During each estimate period you fail to comply with a contract part, including submittal of-a document as specified, the Department withholds a part of the progress payment. The documents include quality control plans, schedules, traffic control plans, and water pollution control submittals. For 1 performance failure, the Department withholds 25 percent of the progress payment but does not withhold more than 10 percent of the total bid. • For multiple performance failures, the Department withholds 100 percent of the progress payment but does not withhold more than 10 percent of the total bid. • The Department returns performance-failure withholds in the progress payment following the correction of noncompliance. 9-1.055 PENALTY WITHHOLDS • Penalties include fines and damages that are proposed, assessed, or levied against you or the Department by a governmental agency or citizen lawsuit. Penalties are also payments made or costs incurred in settling alleged permit violations of Federal, State, or local laws;regulations, or requirements. The cost incurred may include the amount spent for mitigation or correcting a violation. • If you or the Department-is assessed a penalty, the Department may withhold the penalty amount until the penalty disposition has been resolved. The Department may withhold penalty funds and notify you within 15 days of:the withhold. If the penalty 17 amount is less than the amount being withheld from progress payments for retentions, the Department will not withhold the penalty amount. • If the penalty is resolved for less than the amount withheld, the Department pays interest at a rate of 6 percent per year on the excess withhold. If the penalty is not resolved,the withhold becomes a deduction. • Instead of the withhold, you may provide a bond payable to the Department of Transportation equal to the highest estimated liability for any disputed penalties proposed. 9-1.057 PROGRESS WITHHOLDS FOR FEDERAL-AID CONTRACTS • Section 94.057, "Progress Withholds for Federal-Aid Contracts," applies to 'a Federal-aid contract. • The Department withholds 10 percent of a partial payment for noncompliant progress.Noncompliant progress occurs when: 1. Total days to date exceed 75 percent of the revised contractworking days 2. Percent of working days elapsed exceeds the percent of value of work completed by more than 15 percent • The Engineer determines the percent of working days elapsed by dividing the total days to date by the revised contract working days and converting the quotient to a percentage. • The Engineer determines the percent of value of work completed by summing payments made to date and the amount due on the current progress estimate, dividing this sum by the current total estimated value. of the work, and converting the quotient to a percentage. These amounts are shown on the Progress Payment Voucher. • When the percent of working days elapsed minus the percent of value of work completed is less than or equal to 15 percent, the Department returns the withhold in the next progress payment. The 3rd paragraph of Section 9-1.06, "Partial Payments," of the Standard Specifications is amended to read: • For a non-Federal-aid project, the Department retains 10 percent of the estimated value of the work done and 10 percent of the value of materials estimated to have been furnished and delivered and unused or furnished and stored as part security for the fulfillment of the contract by the Contractor, except that at any time after 20 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Department may reduce the total amount being retained from payment pursuant to the above requirements to 5 percent of the total.estimated value of the work and materials and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of the work and materials. In addition, on any partial payment made after 95 percent of the work has been completed, the Department may reduce the amount retained from payment pursuant to the requirements of this Section 9-1.06, to such lesser amount as the Department determines is adequate security for the fulfillment of the balance of the work and other requirements of the 18 contract, but in no event is that amount reduced to less than 125.percent of the estimated value of the work yet to be completed as determined by the Engineer. The reduction is made only upon the request of the Contractor and must be approved in writing by the surety on the performance bond and by the surety on the payment bond. The approval of the surety must be submitted to the Disbursing Officer of the Department; the signature of the person executing the approval for the surety must be properly acknowledged and the power of attorney authorizing the person to give that consent must either accompany the document or be. on .file with the Department. The retentions specified in this paragraph are those defined in Pub Cont Code § 7107(b). The 1st sentence of the 4th paragraph of Section 9-1.06, 'Partial Payments," of the Standard Specifications is amended to read: • The Department shall pay monthly to'the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be deducted or withheld under the provisions of the contract. The title and 1st and 2nd paragraphs of Section.. 9-1.065, "Payment of Withheld Funds," of the Standard Specifications are amended to read: 9-1.065 RELEASE OF RETAINED FUNDS • The Department releases retained funds if you: 1. Request release of the retention(Pub Cont Code § 10263) in writing 2. Deposit securities equivalent to the funds you want released into escrow with the State Treasurer or with a bank acceptable to the Department 3. Are the beneficial owner of and receive interest on the deposited securities substituted for the retained funds The 2nd sentence Section 9-1.07A, 'Payment Prior to Proposed Final Estimate," of the Standard Specifications is amended to read: • The Department pays the balance due less. previous payments, deductions, withholds, and retentions under the provisions of the contract and those further amounts that the Engineer determines to be necessary pending issuance of the proposed final estimate and payment.thereon. The 1 st paragraph of Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications is amended to read: ;otal After acceptance by the Director, the Engineer makes a proposed final estimate of the amount payable to the Contractor, including an itemization of the total amount, segregated by contract item quantities, extra work, and other basis for payment, and shows each deduction made or to be made for prior .payments and amounts to be deducted, withheld, or retained under the provisions of the contract. Prior estimates and payments are subject to'correction in the proposed final estimate. The Contractor must 19 submit written approval of the proposed final estimate or a written statement of claims arising under or by virtue of the contract so that the Engineer receives the written approval or statement of claims no later than close of business of the 30th day after receiving the proposed final estimate. The Contractor's receipt of the proposed final estimate must be evidenced by postal receipt. The Engineer's receipt of the Contractor's written approval or statement of claims must be evidenced by postal receipt or the Engineer's written receipt if delivered by hand. SECTION 12: CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Issue Date: October 6, 2006 The first sentence of the second paragraph of Section 12-1.01, "Description," of the Standard Specifications is amended to read: • Attention is directed to Part 6 of the California MUTCD. Section 12-2.01, "Flaggers," of the Standard Specifications is amended to read: 12-2.01 FLAGGERS • Flaggers while on duty and assigned to traffic control or to give warning to the public that the highway is under construction and of any dangerous conditions to be encountered as a result thereof, shall perform their duties and shall be provided with the necessary equipment in conformance with Part 6 of the California MUTCD. The equipment shall be furnished and kept clean and in good repair by the Contractor at the Contractor's expense. The first paragraph of Section 12-3.01, "General," of the Standard Specifications is amended to read: • In addition to the requirements in Part 6 of the California MUTCD, all devices used by the Contractor in the performance of the work shall conform to the provisions in this Section 12-3. The second sentence of the first paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to-read: • Construction area signs are shown in or referred to in Part 6 of the California MUTCD. The first sentence of the fourth paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • All construction area signs shall conform to the dimensions, color and legend requirements of the plans,Part.6 of the California MUTCD and these specifications. 20 The first sentence of the eighth paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • Used signs with the specified sheeting material will be considered satisfactory if they conform to the requirements for visibility and legibility and the colors conform to the requirements in Part 6 of the California MUTCD. SECTION 26: AGGREGATE BASE Issue Date: February 16, 2007 The first paragraph of Section 26-1.02A, "Class 2 Aggregate Base," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. Broken stone 2. Crushed gravel 3. Natural rough surfaced gravel 4. Sand 5. Up to 100 percent of any combination of processed: 5.1. Asphalt concrete 5.2. Portland cement concrete .5.3. Lean concrete base 5.4. Cement treated base The first paragraph of Section 26-1.02% "Class 3 Aggregate Base," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of- 1. f1. Broken stone 2. Crushed gravel 3. Natural rough surfaced gravel 4. Sand 5. Up to 100 percent of any combination of processed: 5.1. Asphalt concrete 5.2. Portland cement concrete 5.3. Lean concrete base 5.4. Cement treated base 21 SECTION 51: CONCRETE STRUCTURES Issue Date: October 5,2007 The first sentence of the eleventh paragraph of Section 51-1.05, "Forms," of the Standard Specifications is amended to read: • Form panels for exposed surfaces shall be furnished and placed in uniform widths of not less than 3 feet and in uniform lengths of not less than 6 feet, except at the end of continuously formed surfaces where the final panel length required is less than 6 feet. The first sentence of the eleventh paragraph of Section 51-1.06C, "Removing Falsework," of the Standard Specifications is amended to read: • Falsework for box culverts and other structures with decks lower than the roadway pavement and with span lengths of 14 feet or less shall not be released until the last placed concrete has attained a compressive strength of 1,600 psi,provided that curing of the concrete is not interrupted. The fourth paragraph in Section 51-1.12D, "Sheet Packing, Preformed Pads, and Board Fillers," of the Standard Specifications is amended to read: • Expanded polystyrene shall be a commercially available polystyrene board. Expanded polystyrene shall have a minimum flexural strength of 35 psi' determined in conformance with the requirements in ASTM Designation: C 203 and a compressive yield strength of between 16 and 40 psi at 5 percent compression. Surfaces of expanded polystyrene against which concrete is placed shall be faced with hardboard. Hardboard shall be 1/8 inch minimum thickness, conforming to ANSI A135.4, any class. Other facing materials may be used provided they furnish equivalent protection. Boards shall be held in place by nails,waterproof adhesive,or other means approved by the Engineer. The 3rd paragraph of Section 51-1.12F, "Sealed Joints," of the Standard Specifications is amended to read: • Type A and AL joint seals shall consist of a groove in the concrete that is filled with field-mixed silicone sealant. The table in the 6th paragraph of Section 51-1.12F, "Sealed Joints," of the Standard Specifications is amended to read: 22 Movement Rating (MR) Seal Type MR':5 1 inch Type A or Type B 1 inch<MR<—2 inches Type B 2 inches <MR 5 4 Joint Seal Assembly (Strip inches Seal) MR>4 inches Joint Seal Assembly (Modular Unit) or Seismic Joint The 1st paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal, ".of the Standard. Specifications is amended to read: • The sealant must consist of a 2-component silicone sealant that will withstand up to f50 percent movement. The 2nd paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal," of the Standard Specifications is amended to read: • Silicone sealants must be tested under California Test 435 and must'comply with the following: Specification Requirement' Modulus at 150 percent elongation 8-75 psi Recovery 21/32 inch max. Notch Test Notched or loss of bond 1/4 inch, max. Water Resistance Notched or loss of bond 1/4 inch, max. Ultraviolet Exposure No more than slight ASTM Designation: G 154,Table .checking or X2.1,Cycle 2. 1 cracking. Cone Penetration 4.5-12.0 mm The 3rd paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal," of the Standard Specifications is deleted. The 8th paragraph of Section 51-1.12F(3)(a), "Type.A and AL Seal," of the Standard Specifications is deleted. The 10th paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal," of the Standard Specifications is amended to read: • A Certificate of Compliance accompanied by a certified test report must be furnished for each batch of silicone sealant in conformance with the provisions in Section 6-1.07, "Certificates of Compliance." 23 The 2nd paragraph of Section 51-1.12F(3)(b), "Type B Seal," of the Standard Specifications is amended to read: • The preformed elastomeric joint seal must conform to the requirements in ASTM D 2628 and the following: 1. The seal must consist of a multichannel, nonporous, homogeneous .material furnished in a finished extruded form. 2. The minimum depth of the seal measured at the contact surface must be at least 95 percent of the minimum uncompressed width of the seal as designated by the manufacturer. - 3. When tested in conformance with the requirements in California Test 673 for Type B seals, joint seals must provide a movement rating (MR) of not less than that shown on the plans. 4. The top and bottom edges of the joint seal must maintain continuous contact with the sides of the groove over the entire range of joint movement. 5. The seal must be furnished full length for each joint with no more than 1 shop splice in any 60-foot length of seal. 6. The Contractor must demonstrate the adequacy of the procedures to be used in the work before installing seals in the joints. 7. One field splice per joint maybe made at locations and by methods approved by the Engineer. The seals are to be manufactured full length for the intended joint, then cut at the approved splice section and rematched before splicing. The Contractor must submit splicing details prepared by the joint seal manufacturer for approval before beginning splicing work. 8. Shop splices.and field splices must have no visible offset of exterior surfaces and must show no evidence of bond failure. 9. At all open ends of the seal that would admit water or debris, each cell must be filled to a depth of 3 inches with commercial quality open cell polyurethane foam or closed by other means subject to approval by the Engineer. The 7th paragraph of Section 51-1.12F(3)(b), "Type B Seal," of the Standard Specifications is amended to read: • The joint seal must be installed full length for each joint with equipment that does not twist or distort the seal, elongate the seal longitudinally, or otherwise cause damage to the seal or to the concrete forming the groove. The first sentence of the eleventh paragraph of Section 51-1.12F(3)(b), "Type B Seal," of the Standard Specifications is amended to read: • Samples of the prefabricated joint seals, not less than 3 feet in length, will be taken by the Engineer from each lot of material. 24 The fourth and fifth sentences of the sixth paragraph of Section 51-1:12H(1), "Plain and Fabric Reinforced Elastomeric Bearing'Pads," of the Standard Specifications are amended to read: . • Each,ply of fabric shall have a breaking strength of not less than 800 pounds per inch of width in each thread direction when 3" x 36" samples'are tested on split drum grips. The bond between double plies shall have a minimum peel strength of 20 pounds per inch. . The hardness (Type A) requirement in the table in the eighth paragraph. of Section 51-1.12H(1), "Plain and Fabric Reinforced Elastomeric Bearing Pads," of the Standard Specifications is amended to read: Hardness (Type A.) D 2240 with 2kg T_ 55 f5 mass. The first sentence of subparagraph A of the first paragraph of Section 51-1.12H(2), "Steel Reinforced Elastomeric Bearings," of the Standard Specifications is amended to read: • The bearings shall consist of alternating steel laminates and internal elastomer laminates with top and bottom elastomer covers. Steel laminates shall have a nominal thickness of 0.075 inch(14 gage). The first paragraph in Section 51-1.135,."Mortar," of the .Standard Specifications is amended to read: Mortar shall'be composed of cementitious material, sand, and water proportioned and mixed as specified in this Section 51-1.135. The third paragraph in Section 51-1.135,"Mortar," of the Standard Specifications is amended to read: • The proportion of cementitious material to sand, measured by volume, shall be one to 2 unless otherwise specified. The third sentence of the fourth paragraph of Section 51-1.17, "Finishing Bridge Decks," of,the Standard Specifications is amended to read: • The surfaces shall have a profile trace showing no high points in excess of 0.25 inch, and the portions of the surfaces within the traveled way shall have a profile count of 5 or less in any 100-foot section. Section 51-1.17, "Finishing Bridge Decks," of the Standard Specifications is amended by adding the following subsection: 25 51-1.17A DECK CRACK TREATMENT • The Contractor shall use all means necessary to minimize the development of shrinkage cracks. • The Contractor shall remove all equipment and materials from the deck and clean the surface as necessary for the Engineer to measure the surface crack intensity. Surface crack intensity will be determined by the Engineer after completion of concrete cure, before prestressing, and before the release of falsework. In any 500 square foot portion of deck within the limits of the new concrete deck, should the intensity of cracking be such that there are more than 16 feet of cracks whose width at any location exceeds 0.02 inch, the_deck shall be treated with methacrylate resin. The area of deck to be treated shall have a width that extends for the entire width of new deck inside the concrete barriers and a length that extends at least 5 feet beyond the furthest single continuous crack outside the 500 square foot portion, measured from where that crack exceeds 0.02 inch in width, as determined by the Engineer. Deck crack treatment shall include furnishing, testing, and application of methacrylate.resin and sand. If grinding is required, deck treatment shall take place before grinding. 51-1.17A(1) Submittals • Before starting deck treatment,.the Contractor shall submit plans in conformance with Section 5-1.02, "Plans and Working Drawings," for the following: 1. Public safety plan for the use of methacrylate resin 2. Placement plan for the construction operation • The plans shall identify materials, equipment, and methods to be used. • The public safety plan for the use of methacrylate resin shall include details for the following: 1. Shipping 2. Storage 3. Handling 4. Disposal of residual methacrylate resin and the containers • The placement plan for construction shall include the following: 1. Schedule of deck treatment for each bridge. The schedule shall be consistent with "Maintaining Traffic" of the special provisions and shall include time for the Engineer to perform California Test 342. 2. Methods and materials to be used, including the following: 2.1. Description of equipment for applying the resin 2.2. Description of equipment for applying the sand 2.3. Gel time range and final cure time for the resin 26 • If the measures proposed in the safety plan are inadequate to provide for public safety associated with the use of methacrylate resin, the Engineer will reject the plan and direct the Contractor to revise the plan. Directions for revisions will be in writing and include detailed comments. The Engineer will notify the Contractor of the approval or rejection of a submitted or revised plan within 15 days of receipt of that plan. • In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in completing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays." 51-1.17A(2) Materials • Before using methacrylate resin, a Material Safety Data Sheet shall be submitted for each shipment of resin. • Methacrylate resin shall be low odor and have a high molecular weight. Before adding initiator, the resin shall have a maximum volatile content of 30 percent when tested in conformance with the requirements in ASTM Designation: D 2369, and shall conform to the following: PROPERTY REQUIREMENT T TEST METHOD * Viscosity 25 cP,maximum, ASTM D 2196 (Brookfield RVT with UL adaptor, 50 RPM at 77°F * Specific 0.90 minimum, ASTM D 1475 Gravity at 77°F * Flash Point 180°F, minimum ASTM D 3278 * Vapor 1.0 mm Hg, ASTM D 323 Pressure maximum,at 77°F Tack-free Time 400 minutes, Specimen prepared maximum at 25°C per California Test 551 PCC Saturated 3.5 MPa, California Test 551 Surface-Dry minimum at Bond Strength 24 hours and 21±1°C * Test shall be performed before adding initiator. 51-1.17A(3) Testing • The Contractor shall allow 20 days for sampling and testing by the Engineer of the methacrylate resin before proposed use. If bulk resin is to be used, the Contractor 27 shall notify the Engineer in writing at least 15 days before the delivery of the bulk resin to the job site. Bulk resin is any resin stored in containers in excess of 55 gallons. • Before starting production treatment, the Contractor shall treat a test area of approximately 500 square feet that is within the project limits and at a location approved by the Engineer. When available the test area shall be outside of the traveled way. Weather and pavement conditions during the test treatment shall be similar to those expected on the deck. Equipment used for testing shall be similar to those used for deck treating operations. • During test and production deck treatment, test tiles shall be used to evaluate the resin cure time. The Contractor shall coat at least one 4"x 4" commercial quality smooth glazed tile for each batch of methacrylate resin. The coated the shall be placed adjacent to the corresponding treated area. Sand shall not be applied to the test tiles. • The acceptance criteria for a treated area is as follows: 1. The test tiles are dry to the touch. 2. The treated deck surface is tack free (non-oily). 3. The sand cover adheres and resists brushing by hand. 4. Excess sand has been removed by vacuuming or sweeping. 5. The coefficient of friction is at least 0.35 when tested in conformance with California Test 342. • Deck treatment on the test area shall demonstrate that the methods and materials meet the acceptance criteria and that the production work will be completed within the specified time for maintaining traffic. • If a test or production area fails to meet the acceptance criteria, as determined by the Engineer, the treatment will be rejected, and the treatment shall be removed and replaced until the area complies with the acceptance criteria. 51-1.17A(4) Construction • Equipment shall be fitted with suitable traps, filters, drip pans, or other devices as necessary to prevent oil or other deleterious material from being deposited on the deck. • Before deck treatment with methacrylate resin, the bridge deck surface shall be cleaned by abrasive blasting, and all loose material shall be blown from visible cracks using high-pressure air. Concrete curing seals shall be cleaned from the deck surface to be treated, and the deck shall be dry when blast cleaning is performed. If the deck surface becomes contaminated at any time before placing the resin, the deck surface shall be cleaned by abrasive blasting. • Where abrasive blasting is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the abrasive and the surface being treated. The removal shall be by a vacuum attachment operating concurrently with the abrasive blasting operation. • A compatible promoter/initiator system shall be capable of providing the resin gel time range shown on the placement plan. Gel time shall be adjusted to compensate for the changes in temperature throughout treatment application. • Resin shall be applied by machine and by using a two-part resin system with a promoted resin for one part and an initiated resin for the other part. This two-part resin 28 system shall be combined at equal volumes to the spray bars through separate positive displacement pumps. Combining of the 2 components shall be by either static in-line mixers or by external intersecting spray fans: The pump pressure at the spray bars shall not be great enough to cause appreciable atomization of the resin. Compressed air shall not be used to produce the spray. A shroud.shall be used to enclose the spray bar apparatus. • At the Contractor's option, manual application may be used. . For manual application, (1)the quantity of resin mixed with promoter and initiator shall be limited to 5 gallons at a time,.and (2)the resin shall be distributed by squeegees and brooms within 10 minutes after application. • The Contractor shall apply methacrylate resin only to the specified area. Barriers, railing, joints, and drainage facilities shall be adequately protected to prevent contamination by the treatment material. Contaminated items shall be repaired at the Contractor's expense. • The relative humidity shall be less than 90 percent at the time of treatment. The prepared area shall be dry and the surface temperature shall be at least 50°F and not more than 100°F when the,resin is applied. The rate of application of promoted/initiated resin shall be approximately 90 square feet per gallon; the exact rate shall be determined by the Engineer. • The deck surfaces to be treated shall be completely covered with resin so the resin penetrates and fills all cracks. The resin shall be applied within 5 minutes after complete mixing. A significant increase in viscosity shall be cause for rejection. Excess material shall be redistributed by squeegees or brooms within 10 minutes after application. For textured deck surfaces, including grooved surfaces, excess material shall be removed from the texture indentations. • After the resin has been applied, at least 20 minutes shall elapse before applying. sand. The sand shall be commercial quality dry blast sand. At least 95 percent of the sand shall pass the No. 8 sieve and at least 95 percent shall be retained on the No. 20 sieve. The sand shall be applied at a rate of approximately 2 pounds per square yard or until refusal as determined by the Engineer. • Traffic will not be allowed on treated areas until the acceptance criteria has been met as determined by the Engineer. The second paragraph in Section 51-1.18C, "Class 2 Surface Finish (Gun Finish)," of the Standard Specifications is amended to read: • When Class 2 surface finish (gun finish) is specified, ordinary surface finish shall first be completed. The concrete surfaces shall then be abrasive blasted to a rough texture and thoroughly washed down with water. While the washed surfaces are damp, but not wet, a finish coating of machine applied mortar, approximately 1/4 inch thick, shall be applied in not less than 2 passes. The coating shall be pneumatically applied and shall consist of either (1) sand, cementitious material, and water mechanically mixed prior to its introduction to the nozzle, or (2)premixed.sand and cementitious material to which water is added prior to its expulsion from the nozzle. The use of admixtures shall be subject to the approval of the Engineer as. provided in Section 90, "Portland Cement Concrete. Unless otherwise specified, supplementary cementitious materials will not be 29 required. The proportion of cementitious material to sand shall be not less than one to 4, unless otherwise directed by the Engineer. Sand shall be of a grading suitable for the purpose intended. The machines shall be operated and the coating shall be applied in conformance with standard practice. The coating shall be firmly bonded to the concrete surfaces on which it is applied. The fifth paragraph in Section 51'-1.18C, "Class 2 Surface Finish (Gun Finish)," of the Standard Specifications is amended to read: • When surfaces to be finished are in pedestrian undercrossings, the sand shall be silica sand and the cementitious material shall be standard white portland cement. Section 51-1.23, "Payment," of the Standard Specifications is amended by adding the following: • Full compensation for deck crack treatment, including execution of the public safety plan, shall be considered as included in the contract price paid per cubic yard for structural concrete,bridge,and no additional compensation will be allowed therefor. SECTION 52: REINFORCEMENT Issue Date: May 30,2006 The table in the eleventh paragraph of Section 52-1.07, "Placing," of the Standard Specifications is amended to read: Height Zone(H) Wind Pressure Value (Feet above ground) (psf) H530 20 30 <HS 50 25 50 <H:5 100 30 H> 100 35 The table in the second paragraph of Section 52-1.08B(l), "Mechanical Splices," of the Standard Specifications is amended to read: 30 Reinforcing Bar Total Slip Number 4 0.010-inch .5 0.010-inch 6 0:010-inch 7 0.014-inch 8 0.014-inch 9 0.014-inch 10 0.018-inch 11 0.018-inch 14 0.024-inch 18 0.030-inch The subparagraph under the sixth paragraph of Section 52-1.08B(2), "Butt Welded Splices," of the Standard Specifications is amended to read: • The minimum preheat and interpass temperatures shall be 400°F for Grade 40 bars and 600°F for Grade 60 bars. Immediately after completing the welding, at least 6 inches of the bar on each side of the splice shall be covered by an insulatedwrapping to . control the rate of cooling. The insulated wrapping shall remain in place until the bar has cooled below 200°F. The first sentence of the fifth paragraph of Section 52-1.08C, "Service Splice and Ultimate Butt Splice Testing Requirements," of the Standard Specifications is amended to read: • Prequalification and production sample splices shall be 1) a.minimum length of 5 feet for reinforcing bars No. 9 and smaller, and 6.5 feet for reinforcing bars No. 10 and larger, with the splice located at mid-point;, and 2) suitably identified before shipment with weatherproof markings that do not interfere with the Engineer's tamper-proof markings or seals. The second sentence of the second paragraph of Section 524.08C(3), "Ultimate Butt Splice Test Criteria," of the Standard Specifications is amended to read: .• Control bars shall be 1) a minimum length of 5 feet for reinforcing bars No. 9 and smaller, and 6.5 feet for reinforcing bars No. 10 and larger, and 2) suitably identified before shipment with weatherproof markings that do not interfere with the Engineer's tamper-proof markings or seals. SECTION 56: SIGNS Issue Date: March 16, 2007 31 The fifth paragraph in Section 56-1.03, "Fabrication," of the Standard Specifications is amended to read: • Clips, eyes, or removable brackets shall be affixed to all signs and all posts and shall be used to secure the sign during shipping and for lifting and moving during erection as necessary to prevent damage to the finished galvanized or painted surfaces. Brackets on tubular sign structures shall be removed after erection. Details of the devices shall be shown on the working drawings. The fourth paragraph of Section 56-1.10, "Payment," of the Standard Specifications is amended to read: • The contract price paid per pound for install sign structure of the type or types designated in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing sign structures, complete in place, including installing anchor bolt assemblies, removable sign panel frames, and sign panels and performing any welding, painting or galvanizing required during installation, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The fourth paragraph in Section 56-2.03, "Construction," of the Standard Specifications is amended to read: • Backfill material for metal posts shall consist of minor concrete conforming to the provisions in Section 90-10, "Minor Concrete," and shall contain not less than 463 pounds of cementitious material per cubic yard. SECTION 73: CONCRETE CURBS AND SIDEWALKS Issue Date: January 5, 2007 The second subparagraph of the second paragraph of Section 73-1.01, "Description," of the Standard Specifications is amended to read: 2. Minor concrete shall contain not less than 463 pounds of cementitious material per cubic yard except that when extruded or slip-formed curbs are constructed using 3/8-inch maximum size aggregate, minor concrete shall contain not less than 548 pounds of cementitious material per cubic yard. SECTION 86: SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS Issue Date: January 5, 2007 32 The fourth paragraph in Section 86-2.03, "Foundations," of the Standard Specifications is amended to read: • After each post, standard, and pedestal on structures is in proper position, mortar shall be placed under the base plate as shown on the plans. The exposed portions shall be formed to present a neat appearance. Mortar shall conform to Section 51-1.135, "Mortar," except the mortar shall consist of one part by volume of cementitious material and 3 parts of clean sand and shall contain only sufficient moisture to permit packing. Mortar shall be cured by keeping it damp for 3 days. Item D of the eighteenth paragraph in Section 86-2.05C, "Installation," of the Standard Specifications is amended to read: D. The conduit shall be placed in the bottom of the trench, and the trench shall be backfilled with minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." Minor concrete shall contain not less than 590 pounds of cementitious material per cubic yard. Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 0.10 foot of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Item C of the twenty-third paragraph in Section 86-2.05C, "Installation," of the Standard Specifications is amended to read: C. Precast-concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of minor concrete and commercial quality welded wire fabric. Minor concrete shall conform to the provisions in Section 90-10, "Minor Concrete," and shall contain not less 'than 590 pounds of cementitious material per cubic yard. The cradles shall be moist cured for not less than 3 days. Item G of the twenty-third paragraph in Section 86-2.05C, "Installation," of the Standard Specifications is amended to read: G. The space around conduits through bridge abutment walls shall .be filled with mortar conforming to the provisions in Section 51-1.135, "Mortar," except that the proportion of cementitious material to sand shall be one to 3. . The fifth paragraph in Section 86-2.07,` "Traffic Pull Boxes," of the Standard Specifications is amended to read: • Concrete placed around and under traffic pull boxes as.shown on the plans shall be minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." The traffic signal controller cabinet requirement in the table in Section 86-2.08A, "Conductor Identification," of the Standard Specifications is amended to read: 33 Traffic Signal Ungrounded Circuit Blk None CON- 6 Controller Conductor 1 Cabinet Grounded Circuit Wht None CON- 6 Conductor 2 The first sentence of the first paragraph of Section 86-4.06, "Pedestrian .Signal Faces," of the Standard Specifications is amended to read: • Message symbols for pedestrian signal faces shall be white WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements in the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "California MUTCD." .The second sentence of the tenth paragraph of Section 86-4.07, "Light Emitting. Diode Pedestrian Signal Face 'Upraised Hand' Module," of the Standard Specifications is amended to read: • The color of "UPRAISED HAND" shall be Portland orange conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "California MUTCD." The first paragraph in Section 86-5.011), "Removing or Abandoning Existing Pressure-Sensitive Detectors," of the Standard Specifications is amended to read: • When a foundation for a pressure-sensitive vehicle detector is to be removed, the hole left by removing the detector frame and foundation shall be filled with minor concrete, except the roadway surface shall be reconstructed with material to match existing surfacing. Minor concrete shall. conform to the provisions in Section 90-10, "Minor Concrete," except that the concrete shall contain not less than 420 pounds of cementitious material per cubic yard for asphalt concrete surfaced roadways and not less than 590 pounds of cementitious material per cubic yard for portland cement concrete surfaced roadways. The first paragraph of Section 86-8.01, "Payment," of the Standard Specifications is amended to read: • The contract lump sum price or prices paid for signal, ramp metering, flashing beacon, lighting, sign illumination, traffic monitoring station, highway advisory radio systems, closed circuit television systems, or combinations thereof; for modifying or removing those systems; for temporary systems; or the lump sum or unit prices.paid for various units of those systems; or the lump sum or per foot price paid for conduit of the various sizes, types and installation methods listed in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as 34 specified in these specifications and the special provisions, and as directed by the Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract item); excavation and. backfill; concrete foundations (except when shown as a separate contract item); pedestrian barricades; .furnishing and installing illuminated street name signs; installing sign panels on pedestrian barricades, on flashing beacon.standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. SECTION 90: PORTLAND CEMENT CONCRETE Issue Date: January 5, 2007 Section 90, "Portland Cement Concrete," of the Standard Specifications is amended to read: SECTION 90: PORTLAND CEMENT CONCRETE 90-1 GENERAL 90-1.01 DESCRIPTION • Portland cement concrete shall be composed of cementitious material, fine aggregate, coarse aggregate, admixtures if used, and water, proportioned and mixed as specified in these specifications. • The Contractor shall determine the mix proportions for concrete in conformance with these specifications. • Class 1 -concrete shall contain not less than 675 pounds of cementitious material per cubic yard. • Class 2 concrete shall contain not less than 590 pounds of cementitious material per cubic yard. • Class 3 concrete shall contain not less than 505 pounds of cementitious material per cubic yard. • Class 4 concrete shall contain not less than 420 pounds of cementitious material per cubic yard. • Minor concrete shall contain not less than 550 pounds of cementitious material per cubic yard unless otherwise specified in these specifications or the special provisions. • Unless otherwise designated on the plans or specified in these specifications or the special provisions, the amount of cementitious material used per cubic yard .of concrete in structures or portions of structures shall conform to the following: 35 Use Cementitious Material Content (Pounds/CY) Concrete designated by compressive strength: Deck slabs and slab spans of bridges 675 min., 800 max. Roof sections of exposed top box culverts 675 min., 800 max. Other portions of structures 590 min., 800 max. Concrete not designated by compressive strength: 675 min. Deck slabs and slab spans of bridges 675 min. Roof sections of exposed top box culverts 675 min. Prestressed members 675 min. Seal courses Other portions of structures 590 min. Concrete for precast members 590 min., 925 max. • Whenever the 28-day compressive strength shown on the plans is greater than 3,600 pounds per square inch, the concrete shall be designated by compressive strength. If the plans show a 28-day compressive strength that is 4,000 pounds per square inch or greater, an additional 14 days will be allowed to obtain the specified strength. The 28-day compressive strengths shown on the plans that are 3,600 pounds per square inch or less are shown for design information only and are not a requirement for acceptance of the concrete. • Concrete designated by compressive strength shall be proportioned such that the concrete will attain.the strength shown on the plans or specified in the special provisions. • Before using concrete for which the mix proportions have been determined by the Contractor, or in advance of revising those mix proportions, the Contractor shall submit in writing to the Engineer a copy of the mix design. • Compliance with cementitious material content requirements will be verified in conformance with procedures described in California Test 518 for cement content. For testing purposes, supplementary cementitious material shall be considered to be cement. Batch proportions shall be adjusted as necessary to produce concrete having the specified cementitious material content. • If any concrete has a cementitious material, portland cement, or supplementary cementitious material content that is less than the minimum required, the concrete shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place and the Contractor shall pay to the State $0.25 for each pound of cementitious material, portland cement, or supplementary cementitious material that is less than the minimum required. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. The deductions will not be made unless the difference between the contents required and those actually provided exceeds the batching tolerances permitted by Section 90-5, "Proportioning." No deductions will be made based on the results of California Test 518. • The requirements of the preceding paragraph shall not apply to minor concrete or commercial quality concrete. 36 90-2 MATERIALS 90-2.01 CEMENTITIOUS MATERIALS • Unless otherwise specified, cementitious material shall be either a combination of Type II or Type V portland cement and a supplementary cementitious material, or a blended cement. • Cementitious materials used in cast-in-place concrete for exposed surfaces of like elements of a structure shall be from the same sources and of the same proportions. Cementitious materials shall be protected from moisture until used. Sacked cementitious materials shall be piled to permit access for tallying, inspecting, and identifying each shipment. • Facilities shall be provided to ensure that cementitious materials meeting this Section 90-2.01 are kept separate from other cementitious materials. Sampling cementitious materials shall be in conformance with California Test 125. • The Contractor shall furnish a Certificate of Compliance for cementious materials in conformance with the provisions in Section 6-1.07, "Certificates of Compliance." .The Certificate of Compliance shall indicate the source by name and location (including country, state, and city). If cementitious material is delivered directly to the job site, the Certificate of Compliance shall be signed by the cementitious material supplier. If the cementitious material is used in ready-mixed concrete or in precast concrete products purchased as such by the Contractor, the Certificate of Compliance shall be signed by the manufacturer of the concrete or product. 90-2.01A CEMENT • Portland cement shall conform to the requirements in ASTM Designation: C 150 except, using a 10-sample moving average,. limestone shall not exceed 2.5 percent. The C3S content of Type II cement shall not exceed 65 percent. • Blended cement shall conform to the requirements for Portland Blast-Furnace Slag, Cement Type IS (MS) or Portland-Pozzolan Cement, Type IP (MS) in AASHTO Designation: M 240 and shall be comprised of an intimate and uniform blend of Type II or Type V cement and supplementary cementitious material in an amount conforming to the requirements in Section 90-2.01 C, 'Required Use of Supplementary Cementitious Materials." • In addition, blended cement, Type II portland cement, and Type V portland cement shall conform to the following requirements: A. The cement shall not contain more' than 0.60-percent by mass" of alkalies, calculated as the percentage of Na2O plus 0.658 times the percentage of KZO, when determined by methods as required in AASHTO Designation: T 105; B. The autoclave expansion shall not exceed 0.50-percent; and C. Mortar, containing the cement to be used and Ottawa sand, when tested in conformance with California Test 527, shall not expand in water more than 0.010-percent and shall not contract-in air more than 0.048-percent; except that when cement is to be used for precast prestressed- concrete piling, precast prestressed concrete members, or steam cured concrete products, the mortar shall not contract in air more than 0.053-percent. 37. • Type III portland cement shall be used only as specified in the special provisions or with the approval of the Engineer. Type III portland cement shall conform to the additional requirements listed above for Type II portland cement, except when tested in conformance with California Test 527, mortar containing Type III portland cement shall not contract in air more than 0.075-percent. 90-2.0111 SUPPLEMENTARY CEMENTITIOUS MATERIALS (SCM) • Fly ash shall conform to the requirements in AASHTO Designation: M 295, Class F, and the following: A. Calcium oxide content shall not exceed 10 percent. B. The available alkali, as sodium oxide equivalent, shall not exceed 1.5 percent when determined in conformance with the requirements in ASTM Designation: C 311 or the total alkali, as sodium oxide equivalent, shall not exceed 5.0 percent when determined in conformance with the requirements in AASHTO Designation: T 105. C. Commingling of fly ash from different sources at uncontrolled ratios is permissible only if the following criteria are satisfied: 1. Sources of fly ash to be commingled shall be on the approved list of materials for use in concrete. 2. Testing of the commingled product is the responsibility of the fly ash supplier. 3. Each fly ash's running average of density shall not differ from any other by more than 0.01-pound per cubic inch at the time of commingling. 4. Each fly ash's running average of loss on ignition shall not differ from any other by more than one percent at the time of commingling. 5. The final product of commingled fly ash shall conform to the requirement in AASHTO Designation: M 295. • Raw or calcined natural pozzolans shall conform to the requirements in AASHTO Designation: M 295, Class N and the following requirements: A. Calcium oxide content shall not exceed 10 percent. B. The available alkali, as sodium oxide equivalent, shall not exceed 1.5 percent when determined in conformance with the requirements in ASTM Designation: C 311 or the total alkali, as sodium oxide equivalent, shall not exceed 5.0 percent when determined in conformance with the requirements in AASHTO Designation: T 105. • Ground Granulated Blast Furnace Slag (GGBFS) shall conform to the requirements in AASHTO Designation: M 302, Grade 100 or Grade 120. • Silica Fume shall conform to the requirements of AASHTO Designation: M 307, with reduction in mortar expansion of 80 percent, minimum, using the cement from the proposed mix design. 38 90-2.01C REQUIRED USE OF SUPPLEMENTARY CEMENTITIOUS MATERIALS • The amount of portland cement and SCM used in portland cement concrete shall conform to the minimum cementitious material content provisions in Section 90-1.01, "Description," or Section 90-4.05, "Optional Use of Chemical Admixtures," and the following: A. If a blended cement conforming to the provisions in Section 90-2.01A, "Cement," is used, the minimum amount of SCM incorporated into the cement shall conform to the provisions in this Section 90-2.01 C. B. Fly ash or natural pozzolan, silica fume, or GGBFS shall not be used with Type IP or Type IS cements. • Use of SCMs shall conform to the following: A. If fly ash or natural pozzolan is used: 1. The minimum amount of portland cement shall not be less.than 75 percent by weight of the specified minimum cementitious material content. 2. The minimum amount of fly ash or natural pozzolan shall be: a. Fifteen percent by weight of the total amount. of cementitious material if the calcium oxide content of fly ash or natural pozzolan is equal to or less than 2 percent by weight; b. Twenty-five percent by weight of the total amount of cementitious material if the calcium oxide content of fly ash or natural pozzolan is greater than 2 percent by weight. 3. The total amount of fly ash or natural pozzolan shall not exceed 35 percent by weight of the total amount of cementitious material to be used in the mix. If Section 90-1.01, "Description," specifies 'a maximum cementitious material content in pounds per cubic yard, the total weight of portland cement and fly ash or natural pozzolan, per cubic yard shall not exceed the specified maximum cementitious material content. B. If silica fume is used: 1. The amount of silica fume shall not be less than 10 percent by weight of the total amount of cementitious material. 2. The amount of portland cement shall not be less than 75 percent by weight of the specified minimum cementitious material content. 3. If Section 90-1.01, "Description," specifies a maximum cementitious material content in pounds per cubic yard, the total weight of portland cement and silica fume per cubic yard .shall not exceed the specified maximum cementitious material content. C. If GGBFS is used: 39 1. The minimum amount of GGBFS shall be either: a. Forty percent of the total cementitious material to be used, if the aggregates used in the concrete are on the Department's list of"Approved Aggregates For Use in Concrete with Reduced Fly Ash." b. No less than 50 percent. 2. The amount of GGBFS shall not exceed 60 percent by weight of the total amount of cementitious materials to be used. 90-2.02 AGGREGATES • Aggregates shall be free from deleterious coatings, clay balls, roots, bark, sticks, rags, and other extraneous material. • The Contractor shall provide safe and suitable facilities, including necessary splitting devices for obtaining samples of aggregates, in conformance with California Test 125. • Aggregates shall be of such character that it will be possible to produce workable concrete within the limits of water content provided in Section 90-6.06, "Amount of Water and Penetration." • Aggregates shall have not more than 10 percent loss when tested for soundness in conformance with the requirements in California Test 214. The soundness.requirement for fine aggregate will be waived, provided that the durability index, Df, of the fine aggregate is 60 or greater when tested for durability in conformance with California Test 229. • If the results of any one or more of the Cleanness Value, Sand Equivalent, or aggregate grading tests do not meet the requirements specified for "Operating Range" but all meet the "Contract Compliance" requirements, the placement of concrete shall be suspended at the completion of the current pour until tests or other information indicate that the next material to be used in the work will comply with the requirements specified for "Operating Range." • If the results of either or both the Cleanness Value and coarse aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete that is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $3.50 per cubic yard for paving concrete and $5.50 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. • If the results of either or both the Sand Equivalent and fine aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete which is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $3.50 per cubic yard for paving concrete and $5.50 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. 40 The 2 preceding paragraphs apply individually to the "Contract Compliance" requirements for coarse aggregate and fine aggregate. When both coarse aggregate and fine aggregate do not conform to the "Contract Compliance" requirements, both paragraphs shall apply. The payments specified in those paragraphs are in addition to any payments made in conformance with the provisions in Section 90-1.01, "Description." • No single Cleanness Value, Sand Equivalent, or aggregate grading test shall represent more than 300 cubic yards of concrete or one day's pour,whichever is smaller. • When the source of an aggregate is changed, the Contractor shall adjust the mix proportions and submit in writing to the Engineer a copy of the mix design before using the aggregates. 90-2.02A COARSE AGGREGATE • Coarse aggregate shall consist of gravel, crushed gravel, crushed rock; reclaimed aggregate, crushed air-cooled iron blast furnace slag or combinations thereof. Crushed air-cooled blast furnace slag shall not be used in reinforced or prestressed concrete. • Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious material. Reclaimed aggregate shall conform to all aggregate requirements. • Coarse aggregate shall conform to the following quality requirements: California Tests Test Requirements Loss in Los Angeles Rattler(after 500 211 45%max. revolutions) Cleanness Value Operating Range 227 75 min. Contract Compliance 227 71 min. • In lieu of the above Cleanness Value requirements, a Cleanness Value "Operating Range" limit of 71, minimum, and a Cleanness Value "Contract Compliance" limit of 68, minimum, will be used to determine the acceptability of the coarse aggregate if the Contractor furnishes a Certificate of Compliance, as provided in Section 6-1.07, "Certificates of Compliance," certifying that:. A. Coarse aggregate sampled at the completion of processing at the aggregate production plant had a Cleanness Value of not less than 82 when tested in conformance with the requirements in California Test 227; and B. Prequalification tests performed in conformance with the requirements in California Test 549 indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent, based on concrete. 90-2.02B FINE AGGREGATE • Fine aggregate shall consist of natural sand, manufactured sand produced from larger aggregate or a combination thereof. Manufactured sand shall be well graded. 41 • Fine aggregate shall conform to the following quality requirements: California Test Test Requirements Organic Impurities 213. Satisfactorya Mortar Strengths Relative to Ottawa 515 95%, min. Sand Sand Equivalent: Operating Range 217 75, min. Contract Compliance 217 . 71,min. a Fine aggregate developing a color darker than the reference standard color solution may be accepted if it is determined by the Engineer, from mortar strength tests, that a darker color is acceptable. • In lieu of the above Sand Equivalent requirements, a Sand Equivalent "Operating Range" limit of 71, minimum, and a Sand Equivalent "Contract Compliance" limit of 68, minimum, will be used to determine the acceptability of the fine aggregate if the Contractor furnishes a Certificate of Compliance, as provided in Section 6-1.07, "Certificates of Compliance," certifying that: A. Fine aggregate sampled at the completion of processing at the aggregate production plant had a Sand Equivalent value of not less than 82 when tested by California Test 217; and B. Prequalification tests performed in conformance with California Test 549 indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent, based on concrete. 90-2.03 WATER • In conventionally reinforced concrete work, the water for curing, for washing aggregates, and for mixing shall be free from oil and shall not contain more than 1,000 parts per million of chlorides as Cl, when tested in conformance with California Test 422, nor more than 1,300 parts per million of sulfates as SO4, when tested in conformance with California Test 417. In prestressed concrete work, the water for curing, for washing aggregates, and for mixing shall be free from oil and shall not contain more than 650 parts per million of chlorides as Cl,when tested in conformance with California Test 422, nor more than 1,300 parts per million of sulfates as SO4, when tested in conformance with California Test 417. In no case shall the water contain an amount of impurities that will cause either: 1)a change in the setting time of cement of more than 25 percent when tested in conformance with the requirements in ASTM Designation: C 191 or ASTM Designation: C 266 or 2) a reduction in the compressive strength of mortar at 14 days of more than 5 percent, when tested in conformance with the requirements in ASTM Designation: C 109, when compared to the results obtained with distilled water or deionized water, tested in conformance with the requirements in ASTM Designation: C 109. 42 • In nonreinforced concrete work, the water for curing, for washing aggregates and for mixing shall be free from oil and shall not contain more than 2,000 parts per million of chlorides as Cl, when tested in conformance with California Test 422, or more than 1,500 parts per million of sulfates as SO4, when tested in conformance with California Test 417. • In 'addition to the above provisions, water for curing concrete shall not contain impurities in a sufficient amount to cause discoloration of the concrete or produce etching of the surface. • Water reclaimed from mixer wash-out operations may be used in mixing concrete. The water shall not contain coloring agents or more than 300 parts per million of alkalis (Na2O +0.658 K2O) as determined on the filtrate. The specific gravity of the water shall not exceed 1.03 and shall not vary more than±0.010 during a day's operations. 90-2.04 ADMIXTURE MATERIALS • Admixture materials shall conform to the requirements in the following ASTM Designations: A. Chemical Admixtures—ASTM Designation: C 494. B. Air-entraining Admixtures—ASTM Designation: C 260. 90-3 AGGREGATE GRADINGS 90-3.01 GENERAL • Before beginning concrete work, the Contractor shall submit in writing to the Engineer the gradation of the primary aggregate nominal sizes that the Contractor proposes to furnish. If a primary coarse aggregate or the fine aggregate is separated into 2 or more sizes, the proposed gradation shall consist of the gradation for each individual size, and the proposed proportions of each individual size, combined mathematically to indicate one proposed gradation. The proposed gradation shall meet the grading requirements shown in the table in this section, and shall show.the percentage passing each of the sieve sizes used in determining the end result. • The Engineer may waive, in writing, the gradation requirements in this Section 90-3.01 and in Sections 90-3.02, "Coarse Aggregate 'Grading," 90-3.03, "Fine Aggregate Grading," and 90-3.04, "Combined Aggregate Gradings," if, in the Engineer's opinion, furnishing the gradation is not necessary for the type or amount of concrete work to be constructed. • Gradations proposed by the Contractor shall be within the following percentage passing limits: 43 Primary Aggregate Sieve Size Limits of Proposed Nominal Size Gradation 1 1/2" x 3/4" 1" 19 -41 1" x No. 4 3/4" 52 - 85 1" x No. 4 3/8" 15 -38 1/2" x No. 4 3/8" 40 - 78 3/8" x No. 8 3/8" 50 - 85 Fine Aggregate No. 16 55 - 75 Fine Aggregate No. 30 34 -46 Fine Aggregate No. 50 16-29 • Should the Contractor change the source of supply, the Contractor shall submit in writing to the Engineer the new gradations before their intended use. 90-3.02 COARSE AGGREGATE GRADING • The grading requirements for coarse aggregates are shown in the following table for each size of coarse aggregate: Percentage Passing Primar r Aggregate Nominal Sizes 1 1/2"x 3/4" 1"x No.4 1/2"x No.4 3/8"x No. 8 Operating Contract Operating Contract Operating Contract Operating Contract Sieve Sizes Range Compliance Range Compliance Range Compliance Range Compliance 2" 100 100 — — — — — — 1 1/2" 88- 100 85- 100 100 100 — — — — 1" X±18 X±25 88-100 86-100 — 3/4" 0- 17 0-20 X±15 X±22 100 100 —1/2" — — — I — 82- 100 80 - 100 100 100 3/8" 0-7 0-9 X±15 X±22 X±15 X±22 X±15 X±20 No.4 — — 0- 16 0- 18 0- 15 0- 18 0-25 0-28 No. 9 — — 0-6 0-7 0-6 0-7 0-6 0-7 • 1n the above table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." • Coarse aggregate for the 1 1/2 inch, maximum, combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," shall be furnished in 2 or more primary aggregate nominal sizes. Each primary aggregate nominal size may be separated into 2 sizes and stored separately, provided that the combined material conforms to the grading requirements for that particular primary aggregate nominal size. • When the one inch, maximum, combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," is to be used, the coarse aggregate may be separated into 2 sizes and stored separately, provided that the combined material shall conform to the grading requirements for the 1" x No.4 primary aggregate nominal size: 90-3.03 FINE AGGREGATE GRADING • Fine aggregate shall be graded within the following limits: 44 Percentage Passing Sieve Sizes Operating Range Contract Compliance 3/8" 100 100 No. 4 95 - 100 93 - 100 No. 8 65 - 95 61 -99 No. 16 X±10 X±13 No. 30 X±9 X±12 No. 50 X±6 X±9 No. 100 2- 12 1 - 15 No. 200 0 - 8 0 - 10 • In the above table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." • In addition to the above required grading analysis, the distribution of the fine aggregate sizes shall be such that the difference between the total percentage passing the No. 16 sieve and the total percentage passing the No. 30 sieve shall be between 10 and 40, and the difference between the percentage passing the No. 30 and No. 50 sieves shall be between 10 and 40. • Fine aggregate may be separated into 2 or more sizes and stored separately, provided that the combined material conforms to the grading requirements specified in this Section 90-3.03. 90-3.04 COMBINED AGGREGATE GRADINGS • Combined aggregate grading limits shall be used only for the design of concrete mixes. Concrete mixes shall be designed so that aggregates are combined in proportions that shall produce a mixture within the grading limits for combined aggregates as specified herein. • The combined aggregate grading, except when otherwise specified in these specifications or the special provisions, shall be either the- 1 1/2 inch, maximum grading, or the 1 inch,maximum grading, at the option of the Contractor. 45 Grading Limits of Combined Aggregates Percentage Passing Sieve Sizes 1 1/2" Max. V Max. 1/2"Max. 3/8" Max. 2" 100 = — — 1 1/2" 90 - 100 100 — — 1" 50 - 86 90- 100 — — 3/4" 45 -75 55 - 100 100 — 1/2" — — 90- 100 100 3/8" 38 - 55 45 -75 55 - 86 50- 100 No. 4 30- 45 35 - 60 45 -63 45 - 63 No. 8 23 - 38 27 - 45 35 -49 35 -49 No. 16 17 - 33 20- 35 25 = 37 25 - 37 No. 30 10 -22 12 -25 15 -25 15 -25 No. 50 4 - 10 5 - 15 5 - 15 5 - 15 No. 100 1 - 6 1 - 8 1 - 8 1 - 8 No. 200 0- 3 0 - 4 0 -4 0-4 • Changes from one grading.to another shall not be made during the progress of the work unless permitted by the Engineer. 90-4 ADMIXTURES 90-4.01 GENERAL • Admixtures used in portland cement concrete shall conform to and be used in conformance with the provisions in this Section 90-4 and the special provisions. Admixtures shall be used when specified or ordered by the Engineer and may be used at the Contractor's option as provided herein. • Chemical admixtures and air-entraining admixtures containing chlorides as Cl in excess of one percent by weight of admixture, as determined by California Test 415, shall not be used. • Admixtures shall be uniform in properties throughout their use in the work. Should it be found that an admixture as furnished is not uniform in properties, its use shall be discontinued. • If more than one admixture is used, the admixtures shall be compatible with each other so that the desirable effects of all admixtures used will be realized. • Chemical admixtures shall be used in conformance with the manufacturer's written recommendations. 90-4.02 MATERIALS • Admixture materials shall conform to the provisions in Section 90-2.04, "Admixture Materials." 90-4.03 ADMIXTURE APPROVAL • No admixture brand shall be used in the work unless it is on the Department's current list of approved brands for the type of admixture involved. 46 • Admixture brands will be considered for addition to. the approved list if the manufacturer of the admixture submits to the Transportation Laboratory a sample of the admixture accompanied by certified test results demonstrating that the admixture complies with the requirements in the appropriate ASTM Designation and these specifications. The sample shall be sufficient'to permit performance of all required tests. Approval of admixture brands will be dependent upon a determination as to compliance with the requirements, based on the certified test results submitted, together with tests the Department may elect to perform. • If the Contractor proposes to use an admixture of a brand and type on the current list of approved admixture brands, the Contractor shall furnish a Certificate of Compliance from the manufacturer, as provided in. Section.6-1.07, "Certificates of Compliance," certifying that the admixture furnished is the same as that previously approved. If a previously approved admixture is not accompanied by a Certificate of Compliance, the admixture shall not be used in the work until the Engineer has had sufficient time to make the appropriate tests and has approved the admixture for use. The Engineer may take samples for testing at any time, whether or not the admixture has been accompanied by a Certificate of Compliance. 90-4.04 REQUIRED USE OF CHEMICAL ADMIXTURES • If the use of a chemical admixture is specified, the admixture shall be used at the dosage specified, except that if no dosage is specified, the.admixture shall be used at the dosage normally recommended by the manufacturer of the admixture. 90-4.05 OPTIONAL USE OF CHEMICAL ADMIXTURES • The Contractor may use Type A or F, water-reducing; Type B, retarding; or Type D or G, water-reducing and retarding admixtures as described in ASTM Designation: C 494 to conserve cementitious material or to facilitate any concrete. construction application subject to the following conditions: . A. If a water-reducing admixture or a water-reducing and retarding admixture is used, the cementitious material content specified or ordered may be reduced by a maximum of 5 percent by weight, except that the resultant cementitious material content shall be not less than 505 pounds per cubic yard; and B. When a reduction in cementitious material content is made, the dosage of admixture used shall be the dosage used in determining approval of the admixture. • Unless otherwise specified, a Type C accelerating chemical admixture conforming to the requirements in ASTM Designation: C 494, may be used in portland cement concrete. Inclusion in the mix design submitted for approval will not be required provided that the admixture is added to counteract changing conditions that contribute to delayed setting of the portland cement concrete, and the use or change in dosage of the admixture is approved in writing by the Engineer. 47. 90-4.06 REQUIRED USE OF AIR-ENTRAINING ADMIXTURES • When air-entrainment is specified or ordered by the Engineer, the air-entraining admixture shall be used in amounts to produce a concrete having the specified air content as determined by California Test 504. 90-4.07 OPTIONAL USE OF AIR-ENTRAINING ADMIXTURES • When air-entrainment has not been specified or ordered by the Engineer, the Contractor will be permitted to use an air-entraining admixture to facilitate the use of any construction procedure or equipment provided that the average air content, as determined by California Test 504, of 3 successive tests does not exceed 4 percent, and no single test value exceeds 5.5 percent. If the Contractor elects to use an air-entraining admixture in concrete for pavement, the Contractor shall so indicate at the time the Contractor designates the source of aggregate. 90-4.08 BLANK 90-4.09 BLANK 90-4.10 PROPORTIONING AND DISPENSING LIQUID ADMIXTURES • Chemical admixtures and air-entraining admixtures shall be dispensed in liquid form. Dispensers for liquid admixtures shall have sufficient capacity to measure atone time the prescribed quantity required for each batch of concrete. Each dispenser shall include a graduated measuring unit into which liquid admixtures are measured to within t5 percent of the prescribed quantity for each batch. Dispensers shall be located and maintained so that the graduations can be accurately read from the point at which proportioning operations are controlled to permit a visual check of batching accuracy prior to discharge. Each measuring unit shall be clearly marked for the type and quantity of admixture. • Each liquid admixture dispensing system shall be equipped with a sampling device consisting of a valve located in a safe and readily accessible position such that a sample of the admixture may be withdrawn slowly by the Engineer. • If more than one liquid admixture is used in the concrete mix, each liquid admixture shall have a separate measuring unit and shall be dispensed by injecting equipment located in such a manner that the admixtures are not mixed at high concentrations and do not interfere with the effectiveness of each other. When air-entraining admixtures are used in conjunction with other liquid admixtures, the air-entraining admixture shall be the first to be incorporated into the mix, unless it is demonstrated that a different sequence improves performance. • When automatic proportioning devices are required for concrete pavement, dispensers for liquid admixtures shall operate automatically with the batching control equipment. The dispensers shall be equipped with an automatic warning system in good operating condition that will provide a visible or audible signal at the point at which proportioning operations are controlled when the quantity of admixture measured for each batch of concrete varies from the preselected dosage by more than 5 percent, or 48 when the entire contents of the measuring unit are not emptied from the dispenser into each batch of concrete. • Unless liquid admixtures are added to premeasured water for the batch, their discharge into the batch shall be arranged to flow into the stream of water so that the admixtures are well dispersed throughout the batch, except that air-entraining admixtures may be dispensed directly into moist sand in the batching bins provided that adequate control of the air content of the concrete can be maintained. • Liquid admixtures requiring dosages greater than"one-half gallon per cubic yard shall be considered to be water when determining the total amount of free water as specified in Section 90-6.06, "Amount of Water and Penetration." 90-4.11 BLANK 90-5 PROPORTIONING 90-5.01 STORAGE OF AGGREGATES • Aggregates shall be stored or stockpiled in such a manner that separation of coarse and fine particles of each size shall be avoided and the various sizes shall not become intermixed before proportioning. • Aggregates shall be stored or stockpiled and handled in a manner that prevent contamination by foreign materials. In addition, storage of aggregates at batching or mixing facilities that are erected subsequent to the award of the contract and that furnish concrete to the project shall conform to the following. A. Intermingling of the different sizes of aggregates shall be positively prevented. The Contractor shall take the necessary measures to prevent intermingling.. The preventive measures may include, but are not necessarily limited to, physical separation of stockpiles or construction of bulkheads of adequate length and height; and B. Contamination of aggregates by contact with the ground shall be positively prevented. The Contractor shall take the necessary measures to prevent contamination. The preventive measures shall include, but are not necessarily limited to, placing aggregates on wooden platforms or on hardened surfaces consisting of portland cement concrete, asphalt concrete, or cement treated material. • In placing aggregates in storage or in moving the aggregates from storage to the weigh hopper of the batching plant, any method that may cause segregation; degradation, or the combining of materials of different gradings that will result in any size of aggregate at the weigh hopper failing to meet the grading requirements, shall be discontinued. Any method of handling aggregates that results in excessive breakage of particles shall be discontinued. The use of suitable devices to reduce impact of falling aggregates may be required by the Engineer. 90-5.02 PROPORTIONING DEVICES • Weighing, measuring, or metering devices used for proportioning materials shall conform to the requirements in Section 9-1.01, "Measurement of Quantities," and this 49 Section 90-5.02. In addition, automatic weighing systems shall comply with the requirements for automatic proportioning devices in Section 90-5.03A, "Proportioning for Pavement. Automatic devices shall be automatic to the extent that the only manual operation required for proportioning the aggregates, cement, and supplementary cementitious material for one batch of concrete is a single operation of a switch or starter. • Proportioning devices shall be tested as frequently as the Engineer may deem necessary to ensure their accuracy. • Weighing equipment shall be. insulated against vibration or movement of other operating equipment in the plant. When the plant is in operation, the weight of each batch of material shall not vary from the weight designated by the Engineer by more than the tolerances specified herein. • Equipment for cumulative weighing of aggregate shall have a zero tolerance of ±0.5 percent of the designated total batch weight of the aggregate. For systems with individual weigh hoppers for the various sizes of aggregate, the zero tolerance shall be ±0.5 percent of the individual batch weight designated for each size of aggregate. Equipment for cumulative weighing of cement and supplementary cementitious material shall have a zero tolerance of±0.5 percent of the designated total batch weight of the cement and supplementary cementitious material. Equipment for weighing cement or supplementary cementitious material separately shall have a zero tolerance of ±0.5 percent of their designated individual batch weights. Equipment for measuring water shall have a zero tolerance of t0.5 percent of its designated weight or volume. • The weight indicated for any batch of material shall not vary from the preselected scale setting by more than the following: A. Aggregate weighed cumulatively shall be within 1.0 percent of the designated total batch weight of the aggregate. Aggregates weighed individually shall be within 1.5 percent of their respective designated batch weights; and B. Cement shall be 99 to 102 percent of its designated batch weight. When weighed individually, supplementary cementitious material shall be 99 to 102 percent of its designated batch weight. When supplementary cementitious material and cement are permitted to be weighed cumulatively, cement shall be weighed first to 99 to 102 percent of its designated batch weight, and the total for cement and supplementary cementitious material shall be 99 to 102 percent of the sum of their designated batch weights; and C. Water shall be within 1.5 percent of its designated weight or volume. • Each scale graduation shall be approximately 0.001 of the total capacity of the scale. The capacity of scales for weighing cement, supplementary cementitious material, or cement plus supplementary cementitious material and aggregates shall not exceed that of.commercially available scales having single graduations indicating a weight not exceeding the maximum permissible weight variation above, except that no scale shall be required having a capacity of less than 1,000 pounds,with one pound graduations. 50 90-5.03 PROPORTIONING • Proportioning shall consist of dividing the aggregates into the specified sizes, each stored in a separate bin, and combining them with cementitious material and water as provided in these specifications. Aggregates shall be proportioned by weight. • At the time of batching, aggregates shall have been dried or drained sufficiently to result in a stable moisture content such that no visible separation of water from aggregate will take place during transportation from the proportioning plant to the point of mixing. In no event shall the free moisture content of the fine aggregate at the time of batching exceed 8 percent of its saturated, surface-dry weight. • Should separate supplies of aggregate material of the same size group, but .of different moisture content or specific gravity or surface characteristics affecting workability, be available at the proportioning plant, withdrawals shall be made from one supply exclusively and the materials therein completely exhausted before starting upon another. • Bulk Type IP (MS) cement shall be weighed in anindividual hopper and shall be kept separate from the aggregates until the ingredients are released for discharge into the mixer. • Bulk cement and supplementary cementitious material may be weighed in separate, individual weigh hoppers or may be weighed in the same.weigh hopper and shall be kept separate from the aggregates until the ingredients are released for discharge into the mixer. If the cement and supplementary cementitious material are weighed cumulatively,the cement shall be weighed first. • If cement and supplementary cementitious material are weighed in separate weigh hoppers, the weigh systems for the proportioning of the aggregate, the cement, and the supplementary.cementitious material shall be individual and distinct from all other weigh systems. Each weigh system shall be equipped with a hopper, a lever system, and an indicator to constitute an individual and independent material-weighing device. The cement and the supplementary cementitious material shall be discharged into the mixer simultaneously with the aggregate. • The scales and weigh hoppers for bulk. weighing cement, supplementary cementitious material, or cement plus supplementary cementitious material shall be separate and distinct from the aggregate weighing equipment. • For batches of one cubic yard or more, the batching equipment shall conform to one of the following combinations: A. Separate boxes and separate scale and ..indicator for weighing -each size of aggregate. B. Single box and scale indicator for all aggregates. .C. Single box or separate boxes and automatic weighing mechanism for all aggregates. • In order to check the accuracy of batch weights, the gross weight and tare weight of batch trucks, truck mixers, truck agitators, and non-agitating hauling equipment shall be determined when ordered by the Engineer. The equipment shall be weighed on scales designated by the Engineer. 51 90-5.03A PROPORTIONING FOR PAVEMENT • Aggregates and bulk supplementary cementitious material for use in pavement shall be proportioned by weight by means of automatic proportioning devices of approved type conforming to these specifications. • The Contractor shall install and maintain in operating condition an electronically actuated moisture meter that will indicate, on a readily visible scale, changes in the moisture content of the fine aggregate as it is batched within a sensitivity of 0.5 percent by weight of the fine aggregate. • The batching of cement, supplementary cementitious material, or cement plus supplementary cementitious material and aggregate shall be interlocked so that a new batch cannot be started until all weigh hoppers are empty, the proportioning devices are . within zero tolerance, and the discharge gates are closed. The interlock shall permit no part of the batch to be discharged until all aggregate hoppers and the cement and supplementary cementitious material hoppers or the cement plus supplementary cementitious material hopper are charged with weights that are within the tolerances specified in Section 90-5.02, "Proportioning Devices." • If interlocks are required for cement and supplementary cementitious material charging mechanisms and cement and supplementary cementitious material are weighed cumulatively, their charging mechanisms shall be interlocked to prevent the introduction of mineral admixture until the weight of cement in the cement weigh hopper is within the tolerances specified in Section 90-5.02, 'Proportioning Devices." • If concrete is completely mixed in stationary paving mixers, the supplementary cementitious materials shall be weighed in a separate weigh hopper arid the supplementary cementitious material and cement shall be introduced simultaneously into the mixer proportionately with the aggregate. If the Contractor provides certification that the stationary mixer is capable of mixing the cement, supplementary cementitious material, aggregates, and water uniformly before discharge, weighing the supplementary cementitious material cumulatively with the cement is permitted. Certification shall containthe following: A. Test results for 2 compressive strength test cylinders of concrete taken within the first one-third and 2 compressive strength test cylinders of concrete taken within the last one-third of the concrete discharged from a single batch from the stationary paving mixer. Strength tests and cylinder preparation will "be in conformance with the provisions of Section 90-9, "Compressive Strength"; B. Calculations demonstrating that the difference in the averages of 2 compressive strengths taken in the first one-third is no greater than 7.5 percent different than the averages of 2 compressive strengths taken in the last one-third of the concrete discharged from a single batch from the stationary paving mixer. Strength tests and cylinder preparation will be in conformance with the provisions of Section 90-9, "Compressive Strength;" and C. The mixer rotation speed and time of mixing before discharge that are required to produce a mix that meets the requirements above. • The discharge gate on the cement and supplementary cementitious material hoppers or the cement plus supplementary cementitious material hopper shall be designed 52 to permit regulating the flow of cement, supplementary cementitious material, or cement plus supplementary cementitious material into the aggregate as directed by the Engineer. • If separate weigh boxes are used for each size of aggregate, the discharge gates shall permit regulating the flow of each size of aggregate as directed by the Engineer. • Material discharged from the several bins shall be controlled by gates or'by mechanical conveyors. The means of withdrawal from the several bins, and of discharge from the weigh box;"shall be interlocked so that not more than one bin can discharge at a time, and so that the weigh box cannot be tripped until the required quantity from each of the several bins has been deposited therein. . Should a separate weigh box be used for each size of aggregate, all may be operated and discharged simultaneously. • If the discharge from the several bins is controlled by gates, each gate shall be actuated.automatically so that the required mass is.discharged into the weigh box, after which the gate shall automatically close and lock. • The automatic weighing system shall be designed so that all proportions required . may be set on the weighing controller at the same time. 90-6 MIXING AND TRANSPORTING 90-6.01 GENERAL • Concrete shall be mixed in mechanically operated mixers, except that when permitted by the Engineer, batches not exceeding 1/3 cubic yard may be. mixed by hand methods in conformance with the provisions in Section 90-6.05, "Hand-Mixing." • Equipment having components made of aluminum or magnesium alloys that would have contact with plastic concrete during mixing, transporting, or pumping of portland cement concrete shall not be used. • Concrete shall be homogeneous and thoroughly mixed, and there shall be no lumps or evidence of undispersed cementitious material., • Uniformity of concrete mixtures will be determined by differences in penetration as determined by California Test 533, or slump as determined by ASTM Designation: C 143, and by variations in the proportion of coarse aggregate as determined by California Test 529. • When the mix design specifies a penetration value, the difference in penetration, determined by comparing penetration tests on 2 samples of mixed concrete from the same batch or truck mixer load, shall not exceed 1/2-inch. When the mix design specifies a slump value, the difference in slump, determined by comparing slump tests on 2 samples of mixed concrete from the same batch or truck mixer load, shall not exceed the values given in the table below. Variation in the proportion of coarse aggregate will be determined by comparing the results of tests of.2 samples of mixed concrete from the same batch or truck mixer load and the difference between the 2 results shall not exceed 170 pounds per cubic yard of concrete. .Average Slump Maximum Permissible Difference ' Less than 4" 1" 4" to 6" 1 1/2' Greater than 6"to 9" 2" 53 • The Contractor shall furnish samples of the freshly mixed concrete and provide satisfactory facilities for obtaining the samples. 90-6.02 MACHINE MIXING • Concrete mixers may be of the revolving drum or the revolving blade type, and the mixing drum or blades shall be operated uniformly at the mixing speed recommended by the manufacturer. Mixers and agitators that have an accumulation of hard concrete or mortar shall not be used. • The temperature of mixed concrete, immediately before placing, shall be not less than 50°F or more than 90° F. Aggregates and water shall be heated or cooled as necessary to produce concrete within these temperature limits. Neither aggregates nor mixing water shall be heated to exceed 150°F. If ice is used to cool the concrete, discharge of the mixer will not be permitted until all ice is melted. • The batch shall be so charged into the mixer that some water will enter in advance of cementitious materials and aggregates. All water shall be in the drum by the end of the first one-fourth of the specified mixing time. . • Cementitious materials shall be batched and charged into the mixer by means that will not result either in loss of cementitious materials due to the effect of wind, in accumulation of cementitious materials on surfaces of conveyors or hoppers, or in other conditions that reduce or vary the required quantity of cementitious material in the concrete mixture. • . Paving and stationary mixers shall be operated with an automatic timing device. The timing device and discharge mechanism shall be interlocked so that during normal . operation no part of the batch will be discharged until the specified mixing time has elapsed. • The total elapsed time between the intermingling of damp aggregates and all cementitious materials and the start of mixing shall not exceed 30 minutes. • The size of batch shall not exceed the manufacturer's guaranteed capacity. When producing concrete for pavement or base, suitable batch counters shall be installed and maintained in good operating condition at job site batching plants and stationary mixers. The batch counters shall indicate the exact number of batches proportioned and mixed. • Concrete shall be mixed and delivered to the job site by means of one of the following combinations of operations: A. Mixed completely in a stationary mixer and the mixed concrete transported to the point of delivery in truck agitators or in nonagitating hauling equipment (central-mixed concrete). B. Mixed partially in a stationary mixer, and the mixing completed in a truck mixer (shrink-mixed concrete). C. Mixed completely in a truck mixer(transit-mixed concrete). D. Mixed completely in a paving mixer. • Agitators may be truck mixers operating at agitating speed or truck agitators. Each mixer and agitator shall have attached thereto in a prominent place a metal plate or plates on which is plainly marked the various uses for which the equipment is designed, 54 the manufacturer's guaranteed capacity of the drum or container in terms of the volume of mixed concrete and the speed of rotation of the mixing drum or blades. • Truck mixers shall be equipped with electrically or mechanically actuated revolution counters.by: which the number of revolutions of the drum or. blades may readily be verified. • When shrink-mixed concrete is furnished, concrete that has been partially mixed at a central- plant shall be transferred to a truck mixer and all requirements for transit-mixed concrete shall apply. No credit in the number of revolutions at mixing speed will be allowed for partial mixing in a central.plant. 90-6.03 TRANSPORTING MIXED CONCRETE • Mixed concrete may be transported to the delivery point in truck agitators or truck mixers operating at the speed designated by the manufacturer of the equipment as agitating speed, or in non-agitating hauling equipment, provided the consistency and workability of the mixed concrete upon discharge at .the delivery point is suitable for adequate placement and consolidation in place, and provided the mixed concrete after hauling to the delivery point conforms to the provisions in Section 90-6.01, "General." • Truck agitators shall be loaded not to exceed the manufacturer's guaranteed capacity and shall maintain the mixed concrete in a thoroughly mixed and uniform mass during hauling. • Bodies of nonagitating hauling equipment shall be constructed so that leakage of the concrete mix,or any part thereof,will not occur at any time., Concrete hauled.in open-top vehicles shall be protected during hauling against rain or against exposure to the sun for more than 20 minutes when the ambient temperature exceeds 75° F. • No additional mixing water shall be incorporated into the concrete during hauling or after arrival at the delivery point, unless authorized by the Engineer. If the Engineer authorizes additional water to be incorporated into the concrete, the drum. shall be revolved not less than 30 revolutions at mixing speed after the water is added and before discharge is commenced. • The rate of discharge of mixed concrete from truck mixer-agitators shall be controlled by the speed of rotation. of the drum in the discharge direction with the discharge gate fully open. • If a truck mixer or agitator is used for transporting concrete to the delivery point, discharge shall be completed within 1.5 hours or before 250 revolutions of the drum or blades, whichever occurs first, after the introduction of the cement to the aggregates. Under conditions contributing to quick stiffening of the concrete, or if the temperature of the concrete is 85° F or above, the time allowed may be less than 1.5 hours. If an admixture is used to retard the set time, the temperature of the concrete shall not exceed 85°F,the time limit shall be 2 hours, and the revolution limitation shall be 300. • If nonagitating hauling equipment is used for.transporting concrete to the delivery point, discharge shall be completed within one.hour after the addition of the cement to the aggregates.''Under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete is 85°F or above, the time between the introduction of cement to the aggregates and discharge shall not exceed 45 minutes. 55 • Each load of concrete delivered at the job site shall be accompanied by a weighmaster certificate showing the mix identification number, nonrepeating load number, date and time at which the materials were batched, the total amount of water added to the load, and for transit-mixed concrete, the reading of the revolution counter at .the time the truck mixer is charged with cement. This weighmaster certificate shall also show the actual scale weights (pounds) for the ingredients batched. Theoretical or target batch weights shall not be used as a substitute for actual scale weights. • Weighmaster certificates shall be provided in printed form, or if approved by the Engineer, the data may be submitted in electronic media. Electronic media shall be presented in a tab-delimited format on a 3 1/2-inch diskette with a capacity of at least 1.4 megabytes. Captured data, for the ingredients represented by each batch shall be "line feed, carriage return" (LFCR) and 'one line, separate record" with allowances for sufficient fields to satisfy the amount of data required by these specifications. • The Contractor may furnish a weighmaster certificate accompanied by a separate certificate that lists the actual batch weights or measurements for a load of concrete provided that both certificates are imprinted with the same nonrepeating load number that is unique to the contract and delivered to the jobsite with the load. • Weighmaster certificates furnished by the Contractor shall conform to the provisions in Section 9=1.01, "Measurement of Quantities." 90-6.04 TIME OR AMOUNT OF MIXING • Mixing of concrete in paving or stationary mixers shall continue for the required mixing time after all ingredients, except water and admixture, if added with the water, are in the mixing compartment of the mixer before any part of the batch is released. Transfer time in multiple drum mixers shall not be counted as part of the required mixing time. • The required mixing time, in paving or stationary mixers, of concrete used for concrete structures, except minor structures, shall be not less than 90 seconds or more than 5 minutes, except that when directed by the Engineer in writing, the requirements of the following paragraph shall apply. • The.required mixing time, in paving or stationary mixers, except as provided in the preceding paragraph, shall be not less than 50 seconds or more than 5 minutes. • The minimum required revolutions at the mixing speed for transit-mixed concrete shall not be less than that recommended by the mixer manufacturer, but in no case shall the number of revolutions be less than that required to consistently produce concrete conforming to the provisions for uniformity in Section 90-6.01, "General." • When a high range water-reducing admixture is added to the concrete at the job site,the total number of revolutions shall not exceed 300. 90-6.05 HAND-MIXING Hand-mixed concrete shall be made in batches of not more than 1/3 cubic yard and shall be mixed on a watertight, level platform. The proper amount of coarse aggregate shall be measured in measuring boxes and spread on the platform and the fine aggregate shall be spread on this layer, the 2 layers being not more than one foot in total depth. On this mixture shall be spread the dry cementitious materials and the whole mass turned no fewer than 2 times dry;.then sufficient clean water shall be added, evenly 56 distributed, and the whole mass again turned no fewer than 3 times, not including placing in the carriers or forms: 90-6.06 AMOUNT OF WATER AND PENETRATION • The amount of water used in concrete mixes shall be regulated so that the penetration of the concrete as determined by California Test 533 or the slump of the concrete as determined by ASTM Designation: C 143 is within the nominal values shown in the following table. When the penetration or slump of the concrete is found to exceed the nominal values listed, the mixture of subsequent batches shall be adjusted to reduce the penetration or slump to a value within the nominal range shown. Batches of concrete with a penetration or slump exceeding the maximum values listed shall not be used in the work. If Type F or Type G chemical admixtures are added to the mix, the Penetration requirements shall not apply and the slump shall not exceed 9 inches after the chemical admixtures are added. Type of Work Nominal Maximum Penetration Slump Penetration Slump (inches} (inches) (inches) (inches) Concrete Pavement 0 - 1 — 1 1/2 — Non-reinforced concrete facilities 0- 1 1/2 = 2 — Reinforced concrete structures Sections over 12 inches thick 0- 1 1/2, — 21/2 — Sections 12 inches thick or less 0-2 — 3. — Concrete placed under water — 6 - 8 — 9 Cast-in-place concrete piles . 21/2 -3 1/2 5 - 7 4 8 • The amount of free water used in concrete shall.not exceed 310 pounds per cubic yard, plus 20 pounds.for each required 100 pounds of cementitious material in excess of 550 pounds per cubic yard. • The term free water is defined as the total water in the mixture minus the water absorbed by the aggregates in reaching a saturated surface-dry condition. • If there are. adverse or difficult conditions that affect the placing of concrete, the above specified penetration and free water content limitations may be exceeded providing the Contractor is granted permission by the Engineer in writing to increase the cementitious material content per cubic yard of concrete. The increase in water and cementitious material shall be at a ratio not to exceed 30 pounds of water per added 100 pounds of cementitious material per cubic yard. . Full compensation for additional cementitious material and water added' under these conditions shall be considered as included in the contract price paid for the concrete work.involved and no additional compensation will be allowed therefor. • The equipment for supplying water to the mixer shall be constructed and arranged so that the amount of water added can be measured accurately. Any method of discharging water into the mixer for a batch shall be accurate within 1.5 percent of the quantity of water required to be added to the mix for any position of the mixer. Tanks used to measure water shall be designed so that water cannot enter while water is being discharged into the mixer and discharge into the mixer shall be made rapidly in one 57 operation without dribbling. All equipment shall be arranged so as to permit checking the amount of water delivered by discharging into measured containers. 90-7 CURING CONCRETE 90-7.01 METHODS OF CURING - • Newly placed concrete shall be cured by the methods specified in this Section 90-7.01 and the special provisions. 90-7.O1A WATER METHOD • The concrete shall be kept continuously wet by the application of water for a minimum curing period of 7 days after the concrete has been placed. Cotton mats, rugs, carpets, or earth or sand blankets may be used as a curing medium to retain the moisture during the curing period. • If a curing medium consisting of cotton mats, rugs, carpets, polyethylene sheeting, polyethylene sheeting on burlap, or earth or sand blankets is to be used to retain the moisture, the entire surface of the concrete shall be kept damp by applying water with a nozzle that so atomizes the flow that a mist and not a spray is formed, until the surface of the concrete is covered with the curing medium. The moisture from the nozzle shall not be applied under pressure directly upon the concrete and shall not be allowed to accumulate on the concrete in a quantity sufficient to cause a flow or wash the surface. At the expiration of the curing period, the concrete surfaces shall be cleared of all curing media. • At the option of the Contractor, a curing medium consisting of white opaque polyethylene sheeting extruded onto burlap may be used to cure concrete structures. The polyethylene sheeting shall.have a minimum thickness of 4-mil, and shall be extruded onto 10-ounce burlap. • At the option of the Contractor, a curing medium consisting.of polyethylene sheeting may be used to cure concrete columns. The polyethylene sheeting shall have a minimum thickness of 10-mil achieved in a single layer of material. • If the Contractor chooses to use polyethylene sheeting or polyethylene sheeting on burlap as a curing medium, these media and any joints therein shall be secured as necessary to provide moisture retention and shall.be within 3 inches of the concrete at all points along the surface being cured. When these media are used, the temperature of the concrete shall be monitored during curing. If the temperature of the concrete cannot be maintained below 140°F,use of these curing media shall be disallowed. When concrete bridge decks and flat slabs are to be cured without the use of a curing medium, the entire surface of the bridge deck or slab shall be kept damp by the application of water with an atomizing nozzle as specified above, until the concrete has set, after which the entire surface of the concrete shall be sprinkled continuously with water for a period of not less than 7 days. 90-7.01B CURING COMPOUND METHOD • Surfaces of the concrete that are exposed to the air shall be sprayed uniformly with a curing compound. Curing compounds to be used shall be as follows: 58 1. Pigmented curing compound conforming to the requirements .in ASTM Designation: C 309, Type 2, Class B, except the . resin type shall be poly-alpha-methylstyrene. 2. Pigmented curing compound conforming to the requirements in..ASTM Designation: C 309,Type 2,Class B. 3. Pigmented curing compound conforming to the requirements in ASTM Designation: C 309,Type 2, Class A. 4. Nonpigmented curing compound conforming to the requirements in ASTM Designation: C 309,Type 1, Class B. 5. Nonpigmented curing compound conforming to the requirements in ASTM Designation: C 309,Type 1, Class A. . 6. Nonpigmented curing compound with fugitive dye conforming to the requirements in ASTM Designation: C 309, Type 1-D,CIass A. The infrared scan for the dried vehicle from curing compound (1) shall match the infrared scan on file at the Transportation Laboratory. • The loss of water for each type of curing compound, when tested in conformance with the requirements in California Test 534, shall not be more than 0.28-pounds per square yard in 24 hours. • The curing compound to.. be used will be specified elsewhere in these specifications or in the special provisions. • If the use of curing compound is required 'or permitted elsewhere in these specifications or in the special provisions and no specific kind is specified, any.of the curing compounds listed above may be used. • Curing compound shall be applied at a nominal rate of one gallon per 150 square feet,unless otherwise specified. • At any point, the application rate shall be within±50 square feet per gallon of the nominal rate specified, and the average application rate shall be within ±25 square feet per .gallon of the nominal rate specified .when tested in conformance with the requirements in California Test 535. Runs, sags, thin areas, skips, or holidays in the applied curing compound shall be evidence that the application is not satisfactory. • Curing compounds shall be applied using power operated spray equipment. The power operated spraying equipment shall be equipped with an operational pressure gage and a means.of controlling the pressure. Hand spraying of small and irregular areas that are not reasonably accessible to mechanical spraying equipment, in the opinion of the Engineer, may be permitted. • The curing compound shall be applied to the concrete following the surface finishing operation, immediately before the moisture sheen disappears from the surface, but before any drying shrinkage or craze cracks begin to appear. In the event of any drying or cracking of the surface,.application of water with an atomizing nozzle as specified.in Section 90-7.01A, "Water Method," shall be started immediately and shall be continued until application of the compound is resumed or started; however, the compound shall not be applied.over any resulting freestanding water. Should the film of compound be damaged from any cause before the expiration of 7 days after the concrete 59 is placed in the case of structures and 72 hours in the case of pavement, the damaged portion shall be repaired immediately with additional compound. • At the time of use, compounds containing pigments shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. A paddle shall be used to loosen all settled pigment from the bottom of the container, and a power driven agitator shall be used to disperse the pigment uniformly throughout the vehicle. • Agitation shall not introduce air or other foreign substance into the curing compound. • The manufacturer shall include in the curing compound the necessary additives for control of sagging, pigment settling, leveling, de-emulsification, or other requisite qualities of a satisfactory working material. Pigmented curing compounds shall be manufactured so that the pigment does not settle badly, does not cake or thicken in the container, and does not become granular or curdles. Settlement of pigment shall be a thoroughly wetted, soft, mushy mass permitting the complete and easy vertical penetration of a paddle. Settled pigment shall be easily redispersed, with minimum resistance to the sideways manual motion of the paddle across the bottom of the container,to form a smooth uniform product of the proper consistency. • Curing compounds shall remain sprayable at temperatures above 40° F and shall not be diluted or altered after manufacture. • The curing compound shall be packaged in clean 274-gallon totes,- 55-gallon barrels or 5-gallon pails shall be supplied from a suitable storage tank located .at the jobsite. The containers shall comply with "Title 49, Code of Federal Regulations, Hazardous Materials Regulations." The 274-gallon totes and the 55-gallon barrels shall have removable lids and airtight fasteners. The 5-gallon pails shall be round and have standard full open head and bail. Lids with bungholes will not be permitted. Settling or separation of solids in containers, except tanks, must be completely redispersed with low speed mixing prior to use, ,in conformance with these specifications and the manufacturer's recommendations. Mixing shall be accomplished either manually by use of a paddle or by use of a mixing blade driven by a drill motor, at low speed. Mixing blades shall be the type used for mixing paint. On-site.storage tanks shall be kept clean and free of contaminants. Each tank shall have a permanent system designed to completely redisperse settled material without introducing air or other foreign substances. • Steel containers and lids shall be lined with a coating that will prevent destructive action by the compound or chemical agents in the air space above the compound. The coating shall not come off the container or lid as skins. Containers shall be filled in a manner that will prevent skinning. Plastic containers shall not react with the compound. .• Each container shall be labeled with the manufacturer's name, kind of curing compound, batch number, volume, date of manufacture, and volatile organic compound (VOC) content. The label shall also warn that the curing compound containing pigment shall be well stirred before use. Precautions concerning the handling and the application of curing compound shall be shown on the label of the curing compound containers in conformance with the Construction Safety Orders and General Industry Safety Orders of the State. • Containers of curing compound shall be labeled to indicate that the contents fully comply with the rules and regulations concerning air pollution control in the State. 60 • When the curing compound is shipped in tanks or tank trucks, a shipping invoice shall accompany each load. The invoice shall contain the same information as that required herein for container labels. Curing compound will be sampled by the Engineer at the source of supply, at the job site, or*at both locations. • Curing compound shall be formulated so as to maintain the specified properties for a minimum of one year. The Engineer may require additional testing before use to determine compliance with these specifications if the compound has not been used within one year or.whenever the Engineer has .reason to believe the compound is no longer satisfactory. • Tests will be conducted in conformance with the latest ASTM test methods and methods in use by the Transportation Laboratory. 90-7.01C WATERPROOF MEMBRANE METHOD • The exposed finished surfaces of concrete shall be sprayed with water, using a nozzle that so atomizes the flow that a mist and not a spray is formed, until the concrete has set, after which:the curing membrane, shall be placed. ,The curing membrane shall remain in place for a period of not less than 72 hours. • Sheeting material for curing concrete shall conform to the requirements in AASHTO Designation: M 171 for white reflective materials. • The sheeting material shall be fabricated into sheets of such width as to provide a complete cover for the entire concrete surface. Joints in the sheets shall be securely cemented together in such a manner as to provide a waterproof joint. The joint seams shall have a minimum lap of 0.33-foot. • The sheets shall be securely weighted down by placing a bank of earth on the edges of the sheets or by other means satisfactory to the Engineer. • Should any.portion of the sheets be broken or damaged before the expiration of 72 hours after being placed, the broken or damaged portions shall be immediately repaired with new sheets properly cemented into place. • Sections of membrane that have lost their waterproof qualities or have been damaged to. such an extent as to render them unfit for curing the concrete shall not be used. 90-7.01D FORMS-IN-PLACE METHOD • Formed surfaces of concrete may be cured by retaining the forms in place. The forms shall remain in place for a minimum period of 7 days after the concrete has been placed, except that for members over 20 inches in least dimension the forms shall remain in place for a minimum period of 5 days. • Joints in the forms and the joints between the end of forms and concrete shall be kept moisture tight during the curing period. Cracks in the forms and cracks between the forms and the concrete shall be resealed by methods subject to the approval of the Engineer. 90-7.02 CURING PAVEMENT • The entire exposed area of the pavement, including edges, shall be cured by the waterproof membrane method, or curing compound method using curing compound (1) 61 or (2) as the Contractor may elect. Should the side forms be removed before the expiration of 72 hours following the start of curing, the exposed pavement edges shall also be cured. If the pavement is cured by means of the curing compound method, the sawcut and all portions of the curing compound that have been disturbed by sawing operations shall be restored by spraying with additional curing compound. • Curing shall commence as soon as the finishing process provided in Section 40-1.10, "Final Finishing," has been completed. The method selected shall conform to the provisions in Section 90-7.01, "Methods of Curing." • When the curing compound method is used, the compound shall be applied to the entire pavement surface by mechanical sprayers. Spraying equipment shall be-of the fully atomizing type equipped with a tank agitator that provides for continual agitation of the curing compound during the time of application. The spray shall be adequately protected against wind, and the nozzles shall be so oriented or moved mechanically transversely as to result in the minimum specified rate of coverage being applied uniformly on exposed faces. Hand spraying of small and irregular areas, and areas inaccessible to mechanical spraying equipment, in the opinion of the Engineer, will be permitted. When the ambient air temperature is above 60°F,the Contractor shall fog the surface of the concrete with a fine spray of water as specified in Section 90-7.01A, "Water Method." The surface of the pavement shall be kept moist between the hours of 10:00 a.m. and 4:30 p.m. on the day the concrete is placed. However, the fogging done after the curing compound has been applied shall not begin until the compound has set sufficiently to prevent displacement. Fogging shall be discontinued if ordered in writing by the Engineer. 90-7.03 CURING STRUCTURES • Newly placed concrete for cast-in-place structures, other than highway bridge decks, shall be cured by the water method, the forms-in-place method, or, as permitted herein, by the curing compound method, in conformance with the provisions in Section 90-7.01, "Methods of Curing." • The curing compound method using a pigmented curing compound may be used on concrete surfaces of construction joints, surfaces that are to be buried underground, and surfaces where only ordinary surface finish is to be applied and on which a uniform color is not required and that will not be visible from a public traveled way. If the 'Contractor elects to use the curing compound method on the bottom slab of box girder spans,the curing compound shall be curing compound(1). • The top surface of highway bridge decks shall. be cured by both the curing compound method and the water method. The curing compound shall be curing compound(1). •. . Concrete surfaces of minor structures, as defined in Section 51-1.02, "Minor Structures," shall be cured by the water method, the forms-in-place method or the curing compound method. • When deemed.necessary by the Engineer during periods of hot weather; water shall be applied to concrete surfaces being cured by the curing compound method or by the forms-in-place method, until the Engineer determines that a cooling effect is no longer required. Application of water for this purpose will be paid for as extra work as provided in Section 4-1.03D, 'Extra Work." 62 90-7.04 CURING PRECAST CONCRETE MEMBERS • Precast concrete members shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." Curing shall be provided for the minimum time specified for each method or until the concrete reaches its design strength, whichever is less. Steam curing may also be used for precast members and shall conform to the following provisions: A. After placement of the concrete, members shall be held for a minimum 4-hour presteaming period. If the ambient air temperature is below 50°F, steam shall be applied during the presteaming period to hold the air surrounding the member at a temperature between 50°F and 90°F. B. To prevent moisture loss on exposed surfaces during the presteaming period, members shall be covered as soon as possible after casting or the exposed surfaces shall be kept wet by fog spray or wet blankets. C. Enclosures for steam curing shall allow free circulation of steam about the member and shall be constructed to contain the live steam with a minimum moisture loss. The use of tarpaulins or similar flexible covers will be permitted, provided they are kept in good repair and secured in such a manner as to prevent the loss of steam and moisture. D. Steam at the jets shall be at low pressure and in a saturated condition. Steam jets shall not impinge directly on the concrete, test cylinders, or forms. During application of the steam, the temperature rise within the enclosure shall not exceed 40°F per hour. The curing temperature throughout the enclosure shall not exceed 150°F and shall be maintained at a constant level for a sufficient time necessary to develop the required transfer strength. Control cylinders shall be covered to prevent moisture loss and shall be placed in a location where temperature is representative of the average temperature of the enclosure. E. Temperature recording devices that will provide an accurate, continuous, permanent record of the curing temperature shall be provided. A minimum of one temperature recording device per 200 feet of continuous bed length will be required for checking temperature. F. Members in pretension beds shall be detensioned immediately after the termination of steam curing while the concrete and forms are still warm, or the temperature under the enclosure shall be maintained above 60°F until the stress is transferred to the concrete. G. Curing of precast concrete will be considered completed after termination. of the steam curing cycle. 90-7.05 CURING PRECAST PRESTRESSED CONCRETE PILES • Newly placed concrete for precast prestressed concrete piles shall be cured in conformance with the provisions in Section 90-7.04, "Curing Precast Concrete Members," except that piles in a corrosive environment shall be cured as follows: 63 A. Piles shall be either steam cured or water cured. If water curing is used, the piles shall be kept continuously wet by the application of water in conformance with the provisions in Section 90-7.01A, "Water Method." B. If steam curing is used, the steam curing provisions in Section 90-7.04, "Curing Precast Concrete Members," shall apply except that the piles shall be kept continuously wet for their entire length for a period of not less than 3 days, including the holding and steam curing periods. 90-7.06 CURING SLOPE PROTECTION • Concrete slope protection shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." • Concreted-rock slope protection shall be cured in conformance with any.of the methods specified in Section 90-7.01, "Methods of Curing," with a blanket of earth kept wet for 72 hours, or by sprinkling with a fine spray of water every 2 hours during the daytime for a period of 3 days. 90-7.07 CURING MISCELLANEOUS CONCRETE WORK • Exposed surfaces of curbs shall be cured by pigmented curing compounds as specified in Section 90-7.0113, "Curing Compound'Method." • Concrete sidewalks, gutter depressions, island paving, curb ramps, driveways, and other miscellaneous concrete areas shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." • Shotcrete shall be cured for at least 72 hours by spraying with water, by a moist earth blanket, or by any of the methods provided in Section 90-7.01, "Methods of Curing." • Mortar and grout shall be cured by keeping the surface damp for 3 days. • After placing, the exposed surfaces of sign structure foundations, including pedestal portions, if constructed, shall be cured for at least 72 hours by spraying with water, by a moist earth blanket, or by any of the methods provided in Section 90-7.01, "Methods of Curing." 90-8 PROTECTING CONCRETE 90-8.01 GENERAL • -In addition to the provisions in Section 7-1.16, "Contractor's Responsibility for the Work and Materials," the Contractor shall protect concrete as provided in this Section 90-8. If required by the Engineer,the Contractor shall submit a written outline of the proposed methods for protecting the concrete. • The Contractor shall protect concrete from damage from any cause, which shall include, but not be limited to: rain, heat, cold, wind, Contractor's actions, and actions of others. • Concrete shall not be placed on frozen or ice-coated ground or subgrade nor on ice-coated forms, reinforcing steel, structural steel, conduits, precast members, or construction joints. • Under rainy conditions, placing'of concrete shall be stopped before the quantity of surface water is sufficient to damage surface mortar or cause a flow or wash of the concrete surface, unless the Contractor provides adequate protection against damage. 64 • Concrete that has been frozen or damaged.by other causes, as determined by the Engineer, shall be removed and replaced by the Contractor at the Contractor's expense. 90-8.02 PROTECTING CONCRETE STRUCTURES • Structure concrete and shotcrete used as structure concrete shall.be maintained at a temperature of not less than 45°F for 72 hours after placing and at not less than 40°F for an additional 4 days. 90-8.03 PROTECTING CONCRETE PAVEMENT • Pavement concrete shall be maintained at a temperature of not less than 40°F for 72 hours. • Except as provided in Section 7-1.08, "Public Convenience," the Contractor shall protect concrete pavement against construction and other activities that abrade, scar, discolor, reduce texture depth, lower coefficient of friction, or otherwise damage the surface. Stockpiling, drifting, or excessive spillage of soil, gravel, petroleum products, and concrete or asphalt mixes on the surface of concrete pavement is prohibited unless otherwise specified in these specifications, the special provisions or permitted by the Engineer. • If ordered by the Engineer or shown on the plans or specified in the special provisions, pavement crossings shall be constructed for the convenience of public traffic.. The material. and work necessary for the construction of the crossings, and their subsequent removal and disposal, will be paid for at the contract unit prices for the items of work involved.and if there are no contract items for the work involved, payment for pavement crossings will be made by extra work as provided in Section 4-1.03D, "Extra Work.". Where public traffic will be required to cross over the.new pavement, Type.III portland cement may be used in concrete, if permitted in writing by the Engineer. The pavement may be opened to traffic as soon as the concrete has developed a modulus of rupture of 550 pounds per square inch. The modulus of rupture will be determined by California Test 523. No traffic or Contractor's equipment, except as hereinafter provided, will be permitted on the pavement before a period of 10 days has elapsed after the concrete has been placed, nor before the concrete has developed a modulus of rupture of at least 550 pounds per square inch. Concrete that fails to. attain.a modulus of rupture of 550 pounds per square inch within 10 days shall.not be opened to traffic until directed by the Engineer. • Equipment for sawing weakened plane joints will be permitted on the pavement as specified in Section 40-1.08B, "Weakened Plane Joints." • When requested in writing by the Contractor, the tracks on one side of paving equipment will be permitted on the pavement after a modulus of rupture of 350 pounds per square inch has been attained, provided that: A. Unit pressure exerted on the pavement by the paver shall not exceed 20 pounds per square inch; B. ,Tracks with cleats, grousers, or similar protuberances shall be modified or shall travel. on planks or equivalent protective material,'so that the pavement is not damaged; and 65 C. No part of the track shall be closer than one foot from the edge of pavement. • In case of visible cracking of, or other damage to the pavement, operation of the paving equipment on the pavement shall be immediately discontinued. • Damage to the pavement resulting from early use of pavement by the Contractor's equipment as provided above shall be repaired by the Contractor. • The State will furnish the molds and machines for testing the concrete for modulus of rupture, and the Contractor, at the Contractor's expense, shall furnish the material and whatever labor the Engineer may require. 90-9 COMPRESSIVE STRENGTH 90-9.01 GENERAL • Concrete compressive strength requirements consist of a minimum strength that shall be attained before various loads or stresses are applied to the concrete and, for concrete designated by strength, a minimum strength at the age of 28 days or at the age otherwise allowed in Section 90-1.01, "Description." The various strengths required are specified in these specifications or the special provisions or are shown on the plans. • The compressive strength of concrete will be determined from test cylinders that have been fabricated from concrete sampled in conformance with the requirements of California Test 539. Test cylinders will be molded and initially field cured in conformance with California Test 540. Test cylinders will be cured and tested after receipt at the testing laboratory in.conformance with the requirements of California Test 521. A strength test shall consist of the average strength of 2 cylinders fabricated from material taken from a single load of concrete, except that, if any cylinder should show evidence of improper sampling, molding, or testing, that cylinder shall be discarded and the strength test shall consist of the strength of the remaining cylinder. • When concrete compressive strength is specified as a prerequisite to applying loads or stresses to a concrete structure or member, test cylinders for other than steam cured concrete will be cured in conformance with Method 1 of California Test 540. The compressive strength of concrete determined for these purposes will be evaluated on the basis of individual tests. • When concrete is designated by 28-day compressive strength rather than by cementitious material content; the concrete strength to be used as a basis for acceptance of other than steam cured concrete will be determined from cylinders cured in conformance with Method 1 of California Test 540. If the result of a single compressive strength test at the maximum age specified or allowed is below the specified strength but is 95 percent or more of the specified strength, the Contractor shall make corrective changes, subject to approval of the Engineer, in-the.mix proportions or in the concrete fabrication procedures, before placing additional concrete, and shall pay to the State $10 for each in-place cubic yard of concrete represented by the deficient test. If the result of a single compressive strength test at the maximum age specified or allowed is below 95 percent of the specified strength, but is 85 percent or more of the specified strength, the Contractor shall make the corrective changes specified above, and shall pay to the State $15 for each in-place cubic yard of concrete represented by the deficient test. In addition, such corrective changes shall be made when the compressive strength of concrete tested at 7 days indicates, in the judgment of the Engineer,that the concrete will 66 not attain the required compressive strength at the maximum age specified or allowed. Concrete represented by a single test that indicates a compressive strength of less than 85 percent of the specified 28-day compressive strength will be rejected in conformance with the provisions in Section 6-1.04, "Defective Materials." If the test result indicates that the compressive strength at the maximum curing age specified or allowed is below the specified strength, but is 85 percent or more of the specified strength, payments to the State as required above shall be made, unless the Contractor, at the Contractor's expense, obtains and submits evidence acceptable to the Engineer that the strength of the concrete placed in the work meets or exceeds the specified 28-day compressive strength. If the test result indicates a compressive strength at the maximum curing age specified or allowed below 85 percent, the concrete represented by that test will be rejected, unless the Contractor, at the Contractor's expense, obtains and submits evidence acceptable to the Engineer that the strength and quality of the concrete placed in the work are acceptable. If the evidence consists of tests made on cores taken from the work, the cores shall be obtained and tested in conformance with the requirements in ASTM Designation: C 42. . • No single compressive strength test shall represent more than 320 cubic yards. • If a precast concrete member is steam cured, the compressive strength of the concrete will be determined from test cylinders that have been handled and stored in conformance with Method 3 of California Test 540. The compressive strength of steam cured concrete will be evaluated on the basis of individual tests representing specific portions of production. If the concrete is designated by 28-day compressive strength rather than by cementitious material content, the concrete shall be considered to be acceptable whenever its compressive strength reaches the specified 28-day compressive strength provided that strength is reached in not more than the maximum number of days specified or allowed after the member is cast. • When concrete is specified by compressive strength, prequalification of materials, mix proportions, mixing equipment, and procedures proposed for. use will be required prior to placement .of the concrete. Prequalification shall be accomplished by the submission of acceptable certified test data or trial batch reports by the Contractor. Prequalification data shall be based on the use of materials, mix proportions, mixing equipment,procedures, and size of batch proposed for use in the work. • Certified test data, in order to be. acceptable, shall indicate that not less than 90 percent of at least.20 consecutive tests exceed the specified strength at the maximum number of cure days specified or allowed, and none of those tests are less than 95 percent of specified strength. Strength tests included in the data shall be the most recent tests made on concrete of the proposed mix design and all shall have been made within one year of the proposed use of the concrete. • Trial batch test reports, in order to be acceptable, shall indicate that the average compressive strength of 5 consecutive concrete cylinders, taken from a single batch, at not more than 28 days (or the maximum age allowed) after molding shall be at least 580 pounds per square inch greater than the specified 28-day compressive strength, and no individual cylinder shall have a strength less than the specified strength at the maximum age specified or allowed. Data contained in the report shall be from trial batches that were produced within one year of the proposed use of specified strength concrete in the project. Whenever air-entrainment is required, the air content of trial 67• batches shall be equal to or greater than the air content specified for the concrete without reduction due to tolerances. • Tests shall be performed in conformance with either the appropriate California Test methods or the comparable ASTM test methods. Equipment employed in testing shall.be in good condition and shall be properly calibrated. If the tests are performed during the life of the contract, the Engineer shall be notified sufficiently in advance of performing the tests in order to witness the test procedures. • The certified test data and trial batch test reports shall include the following information: A. Date of mixing. B. Mixing equipment and procedures used. C. The size of batch in cubic yards and the weight,type, and source of all ingredients used. D. Penetration or slump (if the concrete will be placed under water or placed in cast- in-place concrete piles)of the concrete. E. The air content of the concrete if an air-entraining admixture is used. F. The age at time of testing and strength of all concrete cylinders tested. • Certified test data and trial batch test reports shall be signed by an official of the firm that performed the tests. • When approved by the Engineer, concrete from trial batches may be used in the work at locations where concrete of a lower quality is required and the concrete will be paid for as the type or class of concrete required at that location. • After materials, mix proportions, mixing equipment, and procedures for concrete have been prequalified for use, additional prequalification by testing of trial batches will be required prior to making changes that, in the judgment of the Engineer, could result in a strength of concrete below that specified. • The Contractor's attention is directed to the time required to test trial batches and the Contractor shall be responsible for production of trial batches at a sufficiently early date so that the progress of the work is not delayed. • When precast concrete members are manufactured at the plant of an established manufacturer of precast concrete members, the mix proportions of the concrete shall be determined by the Contractor, and a trial batch and prequalification of the materials, mix proportions, mixing equipment, and procedures will not be required. 90-10 MINOR CONCRETE 90-10.01 GENERAL • Concrete for minor structures, slope paving, curbs, sidewalks and other concrete work, when designated as minor concrete on the plans, in the specifications, or in the contract item, shall conform to the provisions specified herein. • The Engineer, at the Engineer's discretion, will inspect and test the facilities, materials and methods for producing the concrete to ensure that minor concrete of the quality suitable for use in the work is obtained. 68 90-10.02 MATERIALS • Minor concrete shall conform to the following requirements: 90-10.02A CEMENTITIOUS MATERIAL • Cementitious material shall conform to the provisions in Section 90-1.01, "Description." 90-10.02B AGGREGATE • Aggregate shall be clean and free from deleterious coatings, clay balls, roots, and other extraneous materials. • Use of crushed concrete or reclaimed aggregate is acceptable only if the aggregate satisfies all aggregate requirements. The Contractor shall submit to the Engineer for approval, a grading of the combined aggregate proposed for use in the minor concrete. After acceptance of the grading, aggregate furnished for minor concrete shall conform to that grading, unless a change is authorized in writing by the Engineer. • The Engineer may require the Contractor to furnish periodic test reports of the aggregate grading furnished. The maximum size of aggregate used shall be'at the option of the Contractor, but in no case shall the maximum size be larger than 1 1/2-inch or smaller than 3/4-inch. • The Engineer may waive, in writing, the gradation requirements in this Section 90-10.0213, if, in the Engineer's opinion, the furnishing of the gradation is not necessary for the type or amount of concrete work to be constructed. 90-10.02C WATER • Water used for washing, mixing, and curing shall be free from oil, salts, and other impurities that would discolor or etch the surface or have an adverse affect on the quality of the concrete. 90-10.02D ADMIXTURES • The use of admixtures shall conform to the provisions in Section 90-4, "Admixtures." 90-10.03 PRODUCTION • Cementitious material, water, aggregate, and admixtures shall be stored, proportioned, mixed, transported, and discharged in conformance with recognized standards of good practice that will result in concrete that is thoroughly and uniformly mixed, that is suitable for the use intended, and that conforms to requirements specified herein. Recognized standards of good practice are outlined in various industry publications such as are issued by American Concrete Institute, AASHTO, or the Department. • The cementitious material content of minor concrete' shall conform to the provisions in Section 904.01, "Description." • The amount of water used shall result in a consistency of concrete conforming to the provisions in Section 90-6.06, "Amount of Water and Penetration." Additional 69 mixing water shall not be incorporated into the concrete during hauling or after arrival at the delivery point,unless authorized by the Engineer. • Discharge of ready-mixed concrete from the transporting vehicle shall be made while the concrete is still plastic and before stiffening occurs. An elapsed time of 1.5 hours (one hour in non-agitating hauling equipment), or more than 250 revolutions of the drum or blades, after the introduction of the cementitious material to the aggregates, or a temperature of concrete of more than 90°F will be considered conditions contributing to the quick stiffening of concrete. The Contractor shall take whatever action is necessary to eliminate quick stiffening, except that the addition of water will not be permitted. • The required mixing time in stationary mixers shall be not less than 50 seconds or more than 5 minutes. • The minimum required revolutions at mixing speed for transit-mixed concrete shall be not less than that recommended by the mixer manufacturer, and shall be increased, if necessary, to produce thoroughly and uniformly mixed concrete. ' • When a high range water-reducing admixture is added to.the concrete at the job site,the total number of revolutions shall not exceed 300. • Each load of ready-mixed concrete shall be accompanied by a weighmaster certificate that shall be delivered to the Engineer at the discharge location of the concrete, unless otherwise directed by the Engineer. The weighmaster certificate shall be clearly marked with the date and time of day when the load left the batching plant and, if hauled in truck mixers or agitators,the time the mixing cycle started. • A Certificate of Compliance conforming to the provisions in Section 6-1.07, "Certificates of Compliance," shall be furnished to the Engineer, prior to placing minor concrete from a source not previously used on the contract, stating that minor concrete to be furnished meets contract requirements, including minimum cementitious material content specified. 90-10.04 CURING MINOR CONCRETE • Curing minor concrete shall conform to the provisions in Section 90-7, "Curing Concrete." 90-10.05 PROTECTING MINOR CONCRETE • Protecting minor concrete shall conform to the provisions in Section 90-8, "Protecting Concrete," except the concrete shall be maintained at a temperature of not less than 40° F for 72 hours after placing. 90-10.06 MEASUREMENT AND PAYMENT • Minor concrete will be measured and paid for in conformance with the provisions specified in the various sections of these specifications covering concrete construction when minor concrete is specified in the specifications, shown on the plans, or indicated by contract item in the Engineer's Estimate. 70 90-11 MEASUREMENT AND PAYMENT 90-11.01 MEASUREMENT • Portland cement concrete will be measured in conformance with the provisions specified in the various sections of these specifications covering construction requiring concrete. • For concrete measured at the mixer, the volume in cubic feet shall.be computed as the total weight of the batch in pounds divided by the density of the concrete in pounds per cubic foot. The total weight of the batch shall be calculated as the sum of all materials, including water, entering the batch. The density of the concrete will .be determined in conformance with the requirements in California Test 518. 90-11.02 PAYMENT • Portland cement concrete will be paid for in conformance with the provisions specified in the various sections of these specifications covering construction-requiring concrete. • Full compensation for furnishing and incorporating admixtures required by these specifications or the special provisions will be considered as.included in the contract prices paid for the concrete involved and no additional compensation will be allowed therefor. • Should the Engineer order the Contractor to incorporate any admixtures in the concrete when their use is not required by these specifications or the special provisions, famishing the admixtures and adding them to the concrete will be paid for as extra work as provided in Section 4-1.03D, "Extra Work." • Should the Contractor use admixtures in conformance with the provisions in Section 90-4.05, "Optional Use of Chemical Admixtures," or Section 90-4.07, "Optional Use of Air-entraining Admixtures," or should the Contractor request and obtain permission to use other admixtures for the Contractor's benefit, the Contractor shall furnish those admixtures and incorporate them into the concrete at the Contractor's expense and no additional compensation will be allowed therefor. SECTION 92: ASPHALTS Issue Date: February 2, 2007 Section 92, "Asphalts," of the Standard Specifications is amended to read: 92-1.01 DESCRIPTION • Asphalt is refined petroleum or a mixture of refined liquid asphalt and refined solid asphalt that are prepared from crude petroleum. Asphalt is: 1. Free from residues caused by the artificial distillation of coal, coal tar, or paraffin 2. Free from water 3. Homogeneous 71 92-1.02 MATERIALS GENERAL • Furnish asphalt under the Department's "Certification Program for Suppliers of Asphalt." The Department maintains the program requirements, procedures, and a list of approved suppliers at: http://www.dot.ca.gov/hq/esc/Translab/fpmcoc.htm • Transport, store,use, and dispose of asphalt safely. • Prevent the formation of carbonized particles caused by overheating asphalt during manufacturing or construction. GRADES • Performance graded(PG)asphalt binder is: 72 Performance Graded Asphalt Binder Specification Grade Property AASHT O Test PG' PG PG PG PG Method 58-22 a 64-10 64-16 64-28 70-10 Original Binder. Flash Point,Minimum °C T 48 230 230 230 230 230 Solubility,Minimum % T 44 99 99 99 99 99 Viscosity at 135°C, T 316 Maximum,Pa-s 3.0 3.0 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C 58 64 64 64 70 Minimum G*Ain(delta),kPa . 1.00 1.00 1.00 1.00 1.00 RTFO Test,e T 240 Mass Loss,Maximum,% 1.00 1.00 1.00 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C 58 64 64 64 70 Minimum G*/sin(delta),kPa 2.20 2.20 2.20 2.20 2.20 Ductility at 25°C T 51 Minimum,cm 75 75. 75 75 75 PAV Aging, R 28 Temperature,°C 100 100 100 100 110 RTFO Test and PAV Aged Binder Dynamic Shear, T 315 Test Temp.at.10 rad/s,.°C 22 d 31 d 28 a 22 a 34 d Maximum G*sin(delta),kPa 5000 5000 5000 5000 5000 Creep Stiffness, T 313 Test Temperature,°C -12 0 -6 -18 0 Maximum S-value,Mpa 300 . 300 . 300 300 300 Minimum M-value 0.300 0.300 0.300 0.300 0.300 Notes: a. Use as asphalt rubber base stock for high mountain and high desert area. b. The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's "Certification Program for Suppliers of Asphalt." C. The Engineer waives this specification if the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. d. Test the sample at YC higher if it fails at the specified test temperature. G*sin(delta)remains 5000 kPa maximum. e. "RTFO Test" meansthe asphaltic residue obtained using the Rolling Thin Film Oven Test,AASHTO Test Method T 240 or ASTM Designation:D 2872. The residue from mass change determination may be used for other tests. f. "PAW means Pressurized Aging Vessel. • Performance graded polymer modified asphalt binder(PG Polymer Modified) is: 73 Performance Graded Polymer Modified Asphalt Binder' Specification Grade Property AASHTO Test Method PG PG PG 58-34 PM 64-28 PM 76-22 PM Original Binder Flash Point,Minimum°C T48 230 230 230 Solubility,Minimum"/o T 44° 98.5 98.5 98.5 Viscosity at 135°C, T 316 Maximum,Pa-s 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C 58 64 76 Minimum G*/sin(delta),kPa 1.00 1.00 1.00 RTFO Test, T 240 Mass Loss,Maximum,% 1.00 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C 58 64 76 Minimum G*/sin delta ,kPa 2.20 2.20 2.20 Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C Note a Note a Note e Maximum delta),% 80 80 80 Elastic Recovery', T 301 Test Temp.,°C 25 25 25 Minimum recove ,% 75 75 65 PAV9 Aging, R28 Temperature,°C 100 100 110 RTFO Test and PAV Aged Binder Dynamic Shear, T315 - Test Temp.at 10 rad/s,°C 16 22 31 Maximum G*sin(delta),kPa 5000 5000 5000 Creep Stiffness, T 313 Test Temperature,°C -24 -18 =12 Maximum S-value,MPa 300 300 300 Minimum M-value 0.300 0.300 0.300 Notes: a. Do not modify PG Polymer Modified using acid modification. b. The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's"Certification Program for Suppliers of Asphalt." C. The Department allows ASTM D 5546 instead of AASHTO T 44 d. The Engineer waives this specification if the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. e. Test temperature is the temperature at which G*/sin(delta)is 2.2 kPa. A graph of log G*/sin(delta) plotted against temperature may be used to determine the test temperature when G*/sin(delta)is 2.2 kPa. A graph of(delta)versus temperature may be used to determine delta at the temperature when G*/sin(delta)is 2.2 kPa. The Engineer also accepts direct measurement of(delta)at the temperature when G*/sin(delta)is 2.2 kPa. f. Tests without a force ductility clamp may be performed. g. "PAW means Pressurized Aging Vessel. SAMPLING • Provide a sampling device in the asphalt feed line connecting the plant storage tanks to the asphalt weighing system or spray bar. Make the sampling device accessible 74 between 24 and 30 inches above the platform. Provide a receptacle for flushing the sampling device. • Include with the sampling device a valve: 1. Between 1/2 and 3/4 inch in diameter 2. Manufactured in a manner that a one-quart sample may be taken slowly at any . time during plant operations 3. Maintained in good condition • Replace failed valves. • In the Engineer's presence, take 2 one-quart samples per operating day. Provide round, friction top,one-quart containers for storing samples. 92-1.03 EXECUTION • If asphalt is applied, you must comply with the heating and application specifications for liquid asphalt in Section 93, "Liquid Asphalts.' 92-1.04 MEASUREMENT • If the contract work item for asphalt is paid by weight, the Department measures asphalt tons by complying with the specifications for weight determination of liquid asphalt in Section 93, "Liquid Asphalts." • The Engineer determines the asphalt weight from volumetric measurements if you: 1. Use a partial asphalt load 2. Use asphalt at a location other than a mixing plant and no scales within 20 miles are available and suitable 3. Deliver asphalt in either of the following:. 3.1. A calibrated truck with each tank accompanied by its measuring stick and' . calibration card 3.2. A truck equipped with a calibrated thermometer that determines the asphalt temperature at the delivery time and with a vehicle tank meter complying with the specifications for weighing, measuring, and metering devices in Section 9-1.01, "Measurement of Quantities" • If you.furnish asphalt concrete from a mixing plant producing material for only one project, the Engineer determines the asphalt quantity by measuring the volume in the tank at the project's start and end provided the tank is calibrated and equipped with its measuring stick and calibration card. • The Engineer determines pay quantities from volumetric measurements as follows: 1. Before converting the volume to weight, the Engineer reduces the measured volume to that which the asphalt would occupy at 60 °F. 75 2. The Engineer uses 235 gallons per ton and 8.51 pounds per gallon for the average weight and volume for PG and PG Polymer Modified asphalt grades at 60 °F. 3. The Engineer uses the Conversion Table in Section 93, "Liquid Asphalts." SECTION 93: LIQUID ASPHALTS Issue Date: November 3, 2006 The ninth paragraph of Section 93-1.04, "Measurement," of the Standard Specifications is amended to read: • The following Legend and Conversion Table is to be used for converting volumes of liquid asphalt products, Grades 70 to 3000, inclusive, and paving asphalt Grades PG 58-22, PG 64-10, PG 64-16, PG 64-28, and PG 70-10, and Grades PG 58-34 PM, PG 64-28 PM, and PG 76-22 PM. END OF AMENDMENTS SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," and Section 8-1.01, "Subcontracting," of the Standard Specifications and these special provisions for the requirements and conditions which must be observed in the preparation of the proposal form and the submission of the bid. The first paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Specifications is amended to read: All bids shall be presented under sealed cover and,if the bid is greater than$25,000, accompanied by one of the following forms of bidder's security: Cash, cashier's check, a certified check; or a bidder's bond executed by an admitted surety insurer, made payable to the Board of Supervisors of Contra Costa County, State of California. The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07, "Proposal Guaranty," of the.Standard Specifications will be found following the signature page of the proposal annexed hereto. In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit. 76 The Contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents,.where applicable, may subject the,bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contracts. To assist the Agency in verifying a bidder's intent to comply with Section 8-1.01, "Subcontracting," of the Standard Specifications, the bidder shall furnish upon request from the Agency copies of all subcontracts; all accepted subcontract or supplier quotes; and/or written explanation as to the bidder's plan for compliance within 48 hours of such a request. Non-compliance with such a request may be grounds for declaring a bidder non-responsive and therefore ineligible for award. 2-1.01A 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. 2-1.02 FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31,United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or'Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Signing the Proposal shall constitute signature of the Certification. .If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit a completed disclosure form(Standard Form -LLL)as part of the bid documents. Standard Form -LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. The above-referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure 77 or that materially affects the accuracy of the information contained in any disclosure form previously filed'by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1. A cumulative increase of$25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action;or 2. A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action;or, 3. A change in the officer(s), employee(s), or member(s) contacted to influence or attempt to influence a covered Federal action. 2-1.03 DISADVANTAGED BUSINESS ENTERPRISE (DBE) This project is subject to Part 26, Title 49, Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." In order to ensure Caltrans achieves its federally mandated statewide overall DBE goal, the Agency encourages the participation of Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR 26 in the performance of contracts financed in whole or in part with Federal Funds. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Bidders shall be fully informed in respect to the requirements of the DBE Regulations. The DBE Regulations in their entirety are incorporated herein by this reference. Attention is directed to the following matters: A. A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act and relevant regulations promulgated pursuant thereto; B. A DBE may participate as a prime contractor, subcontractor,joint venture partner with a prime or.subcontractor, vendor of material or supplies, or as a trucking company; C. A DBE joint venture partner must be responsible for specific contract items of work, or clearly defined portions thereof. Responsibility means actually performing, managing and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. ; D. A DBE 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; E. DBEs must be certified by the California Unified Certification Program (CUCP). Listings of DBEs certified by the CUCP are available from the following sources: 1.The Caltran's "Civil Rights"Web site at: http://www.dot.ca.goi,/hq/bep. 2. The Caltran's DBE Directory. This Directory may be obtained from the Department of Transportation, Materiel Operations Branch, Publication 78 Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916)445-3520 F. When reporting DBE participation, bidders may count the cost of materials or supplies purchased from DBEs as follows: 1. If the materials or supplies are obtained from a DBE manufacturer, 100 percent of,the cost of the materials or supplies. A DBE manufacturer is a firm that.operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 2. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is.a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought,kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt, without owning, operating, or maintaining a place of business as provided in this paragraph F.2. if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. Packagers, brokers, manufacturers' representatives, .or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this paragraph F.2. 3. If the DBE is neither a manufacturer nor a regular dealer, count only the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and not excessive as compared with fees chargedfor similar services. G. When reporting DBE participation, bidders may count the participation of DBE trucking companies as follows: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract; 3. The DBE receives credit for the.total value of the transportation services it provides on the contract using trucks its owns, insures, and operates using drivers it employs; 79 4. The DBE may lease trucks from another DBE firm, including an owner- operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract; 5. The DBE may also lease trucks from a non-DBE firm, including an owner- operator. The DBE who leases trucks from a non-DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the-transportation services provided by the lessee, since these services are not provided by a DBE; 6. For the purposes of this paragraph G, a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. H. Bidders are encouraged to'use services offered by financial institutions owned and controlled by DBEs. SECTION 3 AWARD AND EXECUTION OF CONTRACT The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and these special provisions for the requirements and conditions concerning award and execution of contract. 3-1.01 AWARD OF CONTRACT The second paragraph of section 3-1.01, "Award of Contract", of the Standard Specifications is superseded by the following special provision The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. The award, if made, will be made within 37 days after the opening of the proposals. 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. 3-1.02 BONDS Contractor shall provide,at the time of the execution of the agreement or contract for the work, and at no additional expense to the Agency, a surety bond executed by an admitted surety insurer in an amount equal to at least one-hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time of the execution of the agreement or contract for the work, and at no additional expense to the Agency, a separate surety bond executed by an admitted surety insurer in an amount equal to at least one-hundred percent (100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in 80 connection with said agreement. Sureties on each of said bonds shall be satisfactory to the Agency. 3-1.03 INSURANCE REQUIREMENTS Sections . 7-1.12 "Indemnification and Insurance" through 7-1.12B(6), "Miscellaneous", of the Standard Specifications are superseded by the following special provision. Before performing any work pursuant .to the Agreement (Contract), the Contractor, and its subcontractors, shall, at no additional expense to the Agency, obtain and maintain in force during the entire term of the contract and until acceptance of the completed job the following insurance: With Respect to the Contractor's Operations: L. 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 Respect to Subcontractor's Operations: 1. Worker's Compensation Insurance pursuant to State law. 2. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles owned, non-owned, leased, or hired by or on the behalf of the subcontractor with a minimum combined single limit coverage of $500,000 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 Policy Requirements Such insurance .as is afforded by: the policy to the Contractor for Comprehensive or Commercial Liability Insurance shall include coverage for property damage caused by blasting, collapse, structural injuries or damage to underground utilities. The policy shall not contain the so-called 'Y "c" (Cu" exclusions. The minimum limits of liability for this insurance are as follows: 81 $500000 $1 000 000 Bodily Injury Liability Each Person Each Occurrence $250000 $500000 Property Damage Liability Each Aggregate Occurrence Insurance coverage in the minimum amounts set forth herein shall not be construed to relieve the Contractor for liability in excess of that coverage, nor shall it preclude the Agency from taking such other actions as is available to it under any other provision of this contract (except retainage of money due the Contractor) or otherwise in law. Regarding Comprehensive or Commercial General Liability and Motor Vehicle Liability Insurance,the policy or policies and the riders attached thereto or the certificates for the policies or riders shall name the Agency, and those agencies or individuals listed in Section 6, "Additional Insureds, Working Days, and Liquidated Damages," of these special provisions and their respective officers, agents, employees, representatives, governing body, commissioners and volunteers as additional insureds. 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. 3-1.04 LOCAL AGENCY BIDDER—DBE INFORMATION FORM A "LOCAL AGENCY BIDDER - DBE INFORMATION" form will be included in the.contract documents to be executed by the successful bidder. The purpose of the form is to collect data required under 49 CFR 26. Even if no DBE participation will be reported, the successful bidder must execute and return the form. The successful bidder's "LOCAL AGENCY BIDDER - DBE INFORMATION" form should include 'the names, addresses and phone numbers of DBE firms that will participate, with a complete description of work or supplies to be provided by each, and the dollar value of each DBE transaction. When 100 percent of a contract item of work is 82 not tobe performed or furnished by a DBE, a description of the exact portion of that work to be performed or furnished by that DBE should be included in the DBE information, including the planned location of that work. A successful bidder certified as a DBE should describe the work it has committed to performing with its own forces as well as any other work that it has committed to be performed by DBE subcontractors, suppliers and trucking companies. The successful bidder is encouraged to provide written confirmation from each DBE that the DBE is participating in the contract. .A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If a DBE is participating as a joint venture partner, the successful bidder is encouraged to submit a copy of the joint venture agreement. The "LOCAL AGENCY BIDDER - DBE INFORMATION" form should be completed and returned to the Agency by the successful bidder with the executed contract and contract bonds. A "Payee Data Record" form will be included in the contract documents to be executed by the successful bidder. The purpose of the form is to facilitate the collection of taxpayer identification data. The form shall be completed and returned to the Agency by the successful bidder with the executed contract and contract bonds. For the purposes of the form, payee shall be deemed to mean the successful bidder. The form is not to be completed for subcontractors or suppliers. Failure to complete and return the "Payee Data Record" form to the Agency as provided herein will result in the retention of 31 percent of payments due the Contractor and penalties of up to $20,000. This retention of payments for failure to complete the ".Payee Data Record" form is in addition to any other retention of payments due the Contractor. 3-1.05 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: 1. The originals and one copy of each of the.contract bonds specified in these special provisions. 2. One of the following: a. Two copies of a certificate of consent to self-insure issued by the Director of Industrial relations of the State of California. b. Two .copies of a certificate of worker's compensation insurance issued by an admitted insurer. c. Two copies of a certificate of worker's compensation insurance, certified by the Director of Industrial Relations of the State of California or the insurer. 3. Either of the following: a. Two certified copies of the Contractor's insurance policies specified in these special provisions. 83 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 (5) 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 sooner than June 16, 2008, but no later than July 28, 2008. 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 preconstruction conference is held. All specified submittals shall be furnished to the Engineer at, or prior to, the preconstruction conference. All specified approvals contained in the Standard Specifications and these special provisions shall be obtained prior to the beginning of work. After starting work, the Contractor shall diligently prosecute the work to completion within the time limit provided in Section 6, "Additional Insureds, Working Days and Liquidated Damages,"of these special provisions. 4-1.02 PRE-CONSTRUCTION CONFERENCE Prior to the beginning of work, a pre-construction conference will be held at 255 Glacier Drive, Martinez, California, for the purpose of discussing with the Contractor the scope of work, contract drawings, Specifications, existing conditions, materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution of and the satisfactory completion of the project as required. The pre-construction conference shall be held within 10 days of contract award. The Contractor's representatives at this conference shall include all major superintendents for the work and may include major subcontractors. v The following submittals shall be presented to the Engineer at the pre-construction conference and will be required before work can begin: 1. Progress schedule using working days format. 84 2. The on-site authorized representative (along with cell and home phone numbers) . who shall have complete authority to represent the Contractor. 3. A list naming each official (with title) who is authorized to sign contract change orders,daily extra work reports,and the final pay estimate. 4. Three copies of a list of all the materials which are to be used on the project,their source, and the name(s) and address(es) of the supplier(s). Please identify each material by contract item number and name. 5. A statement giving the name and address of each subcontractor together with the item number, description, .unit cost, and total cost of each item to be subcontracted. 6. A list giving the description, identification number, make, model number, and other necessary information for each piece of equipment to be used on this project. (Do not send listing of all items in equipment pool) 7. Three copies of the "Storm Water Pollution Protection Plan" if required by these special provisions. 8. Any other submittals and/or approvals required by the Standard Specifications and these special provisions. 9. A list of first tier subcontractors, suppliers, manufacturers, or truckers for which a "Verification of Performance" form will be required by these special provisions. 4-1.03 ARCHAEOLOGICAL DISCOVERIES AND/OR HISTORICAL DISCOVERIES If archaeological materials, including but not limited to human skeletal material and disarticulated human bone, are discovered at the job site, protect and leave undisturbed and in place archaeological materials in accordance with the following codes and these special provisions: 1. California Public Resources Code,Division 5, Chapter 1.7 § 5097.5 2. California Public Resources Code, Division 5, Chapter 1.75 § 5097.98 and § 5097.99 3. California Administrative Code,Title 14 § 4308 4. California Penal Code,Part 1, Title 14 § 622-1/2 5. California Health and Safety Code,Division 7,Part 1, Chapter 2, § 7050.5 The California Public Resources Code, Chapter 1.7, Section 5097.5, makes' it a misdemeanor for anyone to knowingly disturb a historical feature. The California Public Resources Code, Sections 5097.98 and 5097.99 and Health and Safety Code 7050 require coordination with the Native American Heritage Commission (NAHC). The California Administrative Code, Title 14, Section 4307, mandates that no person shall disfigure any object of historical interest or value. The California Penal Code, Title 14, Part 1, Section 622-1/2 makes it a misdemeanor to destroy anything of historical value within any public place. Archaeological materials are the physical remains of past human activity and include historic-period archaeological materials and prehistoric Native American archaeological 85 materials. Nonhuman fossils are not considered to be archaeological except when showing direct evidence of human use or alteration or when found in direct physical association with archaeological materials as described in these special provisions. Historic-period archaeological materials include cultural remains beginning with initial European contact in California, but at least 50 years old. Historical archaeological materials include: 1. Trash deposits or clearly defined disposal pits containing tin cans,bottles, ceramic dishes,or other refuse indicating previous occupation or use of the site 2. Structural remains of stone, brick, concrete, wood, or other building material found above or below ground or .3. Human skeletal remains from the historic period, with or without coffins or caskets,including any associated grave goods Prehistoric Native American archaeological materials include: 1. Human skeletal remains or associated burial goods such as beads or ornaments 2. Evidence of tool making or hunting such as arrowheads and associated chipping debris of fine-grained materials such as obsidian, chert, or basalt 3. Evidence of plant processing such as pestles, grinding slabs,or stone bowls 4. Evidence of habitation such as cooking pits, stone hearths, packed or burnt earth floors or 5. Remains from food processing such as concentrations of discarded or burnt animal bone, shellfish remains, or burnt rocks used in cooking 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 foot radius of the find and shall not be resumed until so permitted, in writing, by the Engineer. All resources found during project activities are the property of the Agency. Do not resume work within the 85-foot radius of the find until the Engineer gives you written approval. If, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of an archeological find or investigation or recovery of archeological materials, you will be compensated for resulting losses and an extension of time will be granted in the same manner as provided for in Section 8-1.09; "Right of Way Delays," of the Standard Specifications. The Department may use other forces to investigate and recover archaeological. materials from the location of the find. When ordered by the Engineer furnish labor, material, tools and equipment, to secure the location of the find, and assist in the investigation or recovery of archaeological materials and the cost will be paid for as extra work as provided in Section 4-1.03D, "Extra Work," of the Standard Specifications. 86 Full compensation for immediately notifying the Engineer upon discovery of archaeological materials and leaving undisturbed and in place archaeological materials discovered on the job site shall be considered as included in the various items of work and no additional compensation will be allowed therefor. SECTION 5. GENERAL SECTION 5-1. MISCELLANEOUS 5-1.01 LEGAL HOLIDAYS In lieu of the provisions in SECTION 1, "DEFINITIONS AND TERMS," of the . Standard Specifications,the following days are designated as legal holidays: January 1St, known as New Years Day Third Monday in January, known as Dr. Martin Luther King Jr. Day Third Monday in February,known as President's Day The last Monday in May,known as Memorial Day July 4th,known as Independence Day First Monday in September, known as Labor Day November 11th,known as Veteran's Day Fourth Thursday in November,known as Thanksgiving Day The Friday after Thanksgiving Day December 25th, 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. 5-1.02 PAYROLL RECORDS The provisions ,of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications are amended with the following: "(h) The Contractor shall permit the Engineer to interview employees during working hours on the job to verify the above mentioned payroll records." 5-1.03 SCOPE OF PAYMENT The provisions of Section 9-1.02, "Scope of Payment," of the Standard Specifications are amended with the following: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to the completed . work and for performing all work contemplated and embraced under the contract whose payment is not clearly embraced in the various contract payment clauses shall be considered as included in the various contract items of work and no additional compensation will be allowed. 87 5-1.04 INCREASES AND DECREASES IN QUANTITIES The provisions of Section 4-1.03B, "Increased or Decreased Quantities,"of the Standard Specifications shall apply only to major items of work as defined herein. A major item of work is any item for which the cost, computed on the basis of contract unit price and the quantity shown in the proposal, is equal to or greater than ten(10)percent of the original total contract amount. 5-1.05 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. 5-1.06 CONTROL OF WORK Control of work.shall conform to the provisions in Section 5, "Control of Work," of the Standard Specifications and these special provisions.. The second paragraph of Section 5 - 1.07, "Lines and Grades," of the Standard Specifications is modified to read: When the Contractor requires such stakes or marks, he shall notify the Engineer of his requirements in writing a reasonable length of time in advance of starting operations that require such stakes or marks. In no event shall a notice of less than 3 working days be considered a reasonablelength of time. The Engineer will provide one set of stakes or marks as necessary for each request for survey and it shall be the Contractor's responsibility to protect the stakes or marks. If the Contractor fails.to protect the stakes or marks and they are damaged or lost, the Contractor shall notify the Engineer in writing of the "re- staking" requirements and the Engineer will replace the stakes or marks and will deduct the cost thereof from any moneys due or to become due the Contractor. 5-1.07 COST REDUCTION INCENTIVE Attention is directed to Section 5-1.14, "Cost Reduction Incentive," of the Standard Specifications. Prior to preparing a written cost reduction proposal, the Contractor shall.request a meeting with the Engineer to discuss the proposal in concept. Items of discussion will also include permit issues, impact on other projects, impact on the project schedule; peer reviews, overall merit of the proposal, and review times required by the Department and other agencies. 88 If a cost reduction proposal submitted by the Contractor, and subsequently approved by the Engineer,provides for a reduction in contract time, 50 percent of that contract time reduction shall be credited to the State by reducing the contract working days, not including plant establishment. . Attention is directed to 'Beginning of Work, Time of Completion and Liquidated Damages" of these special provisions regarding the working days. If a cost reduction proposal submitted by the Contractor, and subsequently approved by the Engineer,provides for a reduction in traffic congestion or avoids traffic congestion during construction, 60 percent of the estimated net savings in construction costs attributable to the cost reduction proposal will be paid to the Contractor. In addition to the requirements in Section 5-1.14, "Cost Reduction Incentive," of the Standard Specifications, the Contractor shall provide detailed comparisons of the traffic handling between the existing contract and the proposed change, and estimates of the traffic volumes and congestion. 5-1.08 LABOR NONDISCRIMINATION Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE,SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt State contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The specifications are applicable to all nonexempt State construction contracts and subcontracts of$5,000 or more. 5-1.09 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 89. 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 "Subcontractor and DBE Records"section of these special provisions. 5-1.10 PAYMENT OF WITHHELD FUNDS Payment of withheld funds shall conform to Section 9-1.065, "Payment of Withheld Funds," of the Standard Specifications and these special provisions. Funds withheld from progress payments to ensure performance of the contract that are eligible for payment into escrow or to an escrow agent pursuant to Section 10263 of the California Public Contract Code do not include funds withheld or deducted from payment due to failure of the Contractor to fulfill a contract requirement. 5-1.11 INTEREST ON PAYMENTS Interest shall be payable on progress payments, payments after acceptance, final payments, extra work payments, and claim payments.as follows: A. Unpaid progress payments, payment after acceptance, and final payments shall begin to accrue interest 30 days after the Engineer prepares the payment estimate. B. Unpaid extra work bills shall begin to accrue interest 30 days after preparation of the first pay estimate following receipt of a properly submitted and undisputed extra work bill. To be properly submitted, the bill must be submitted within 7 days of the performance of the extra work and in conformance with the provisions in Section 9-1.03C, "Records," and ,Section 9-1.06, "Partial Payments," 'of the Standard Specifications. An undisputed extra work bill not submitted within 7 days of performance of the extra work will begin to accrue interest 30 days after, the preparation of the second pay estimate following submittal of the bill. C. The rate of interest payable for unpaid progress payments, payments after acceptance, final payments, and extra work payments shall be 10 percent per annum. D. The rate of interest payable on a claim, protest or dispute ultimately allowed under this contract shall be 6 percent per annum. Interest shall begin to accrue 61 days after the Contractor submits to the Engineer information in sufficient detail to enable the Engineer to ascertain the basis and amount of said claim, protest or dispute. The rate of interest payable on any award in arbitration shall be 6 percent per annum if allowed under the provisions of Civil Code Section 3289. 5-1.12 PUBLIC SAFETY The Contractor shall provide for the safety of traffic and the public in conformance with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications and these special provisions. The Contractor shall install temporary railing (Type K) between a lane open to public traffic and an excavation,obstacle,or storage area when the following conditions exist: 90 (1)Excavations.--Any excavation, the near edge of which is 8 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 less than one foot wide for irrigation pipe or electrical conduit, or excavations less than one foot in diameter. (d)Excavations parallel to the lane for the purpose of pavement widening or reconstruction. (e)Excavations in side slopes,where the slope is steeper than 4:1. (f)Excavations protected by existing barrier or railing. (2)Temporarily Unprotected Permanent Obstacles.--Whenever the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the. Contractor elects to install the obstacle prior to installing the protective system; or whenever the Contractor, for his convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. (3) Storage Areas.--Whenever material or equipment is stored within 12 feet of the lane and such storage is not otherwise prohibited by the Standard Specifications and these special provisions. The approach end of temporary railing (Type K), installed in conformance with the provisions in this section "Public Safety" and in Section 7-1.09, "Public Safety," of the Standard Specifications shall be offset a minimum of 15 feet from the edge of the traffic lane open to public traffic. The temporary railing shall be installed on a skew toward the edge of the traffic lane of not more than one foot transversely to ten feet longitudinally with respect to the edge of the traffic lane. If the 15 foot minimum offset cannot be achieved, the temporary railing shall be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules shall be installed at the approach end of the temporary railing. Except for installing, maintaining and removing traffic control devices, whenever work is performed or equipment is operated in the following work areas the Contractor shall close .the adjacent traffic lane unless otherwise provided in the Standard Specifications and these special provisions: 91 Approach speed of public traffic (Posted Limit) Work Areas (Miles Per Hour) Over 45 Within 6 feet of a traffic lane but not on a traffic lane. 35 to 45 Within 3 feet of 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 the traffic lane, however, the'Contractor shall not reduce the width of an existing lane to less than-10 feet without written approval from the Engineer. When work is not in progress on a trench or other excavation that required closure of an adjacent lane,the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for conforming to the provisions in this section "Public Safety," including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefor. 5-1.13 TESTING Testing of materials and work shall conform to the provisions in Section 6-3, "Testing," of the Standard Specifications and these special provisions. Whenever the provisions of Section 6-3.01, "General," of the Standard Specifications refer to tests or testing, it shall mean tests to assure the quality and to determine the acceptability of the materials and work. The Engineer will deduct the costs for testing of materials and work found to be unacceptable, as determined by the tests performed by the Department, and the costs for testing of material sources identified by the Contractor which are not used for the.work, from moneys due or to become due to the Contractor. The amount deducted will be determined by the Engineer. 5-1.14 SURFACE MINING AND RECLAMATION ACT Attention is directed to the Surface Mining and Reclamation Act of 1975, commencing in Public Resources Code, Mining and Geology, Section 2710, which 92 establishes regulations pertinent to surface mining operations, and to California Public Contract Code Section 10295.5. Material from mining operations furnished for this project shall only come from permitted sites in compliance.with California Public Contract Code Section 10295.5. State law. prohibits local agencies from purchasing California mined construction materials unless the operation is identified in a list referred to as the 3098 List. This lista is available.on the Department of Conservation's Office of Mine Reclamation (OMR) Web site,which can.be viewed at: . http://www.conservation.ca.gov/OMR/ab 3098 list/index.htm The requirements.of this section shall apply to materials furnished for the project, except for acquisition of materials in conformance with the provisions in Section 4-1.05, "Use of Materials Found on the Work," of the Standard Specifications. . 5-1.15 SUBCONTRACTOR AND DBE RECORDS The Contractor shall maintain records showing the name and business address of each first-tier subcontractor. The records shall also show the name and business address of every DBE subcontractor, DBE vendor of materials and DBE trucking company, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all of these firms. DBE prime contractors shall also show the date of work performed by their own forces along with the corresponding dollar value.of the work. Upon completion of the contract, a summary of these records shall be prepared on Form CEM-2402 (F); "Final Report — Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors", and certified correct by the Contractor or the Contractor's authorized representative, and shall be furnished to the Engineer. The form shall be f n-riished to the Engineer within 30 days from the date of final inspection of the contract work by the Engineer. $10,000 will be withheld from payment until.the Form CEM-2402 (F) is submitted: The amount will be returned to the Contractor when a satisfactory Form CEM-2402 (F) is submitted. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Engineer showing the amount paid to DBE trucking companies listed in the Contractor's DBE information. This monthly documentation shall indicate the portion of the revenue paid to DBE trucking companies, which is claimed toward DBE participation. The Contractor shall also obtain and submit documentation to the Engineer showing the amount paid by DBE trucking companies to all firms, including owner-operators, for the leasing of trucks. The DBE who leases trucks from a non-DBE is entitled to credit only for the fee or commission it receives as a result.of the lease arrangement. The records must confirm that the amount of credit claimed toward DBE participation conforms with Section 2-1.02. :The Contractor shall also obtain and submit documentation to the Engineer showing the truck number, owner's name, California Highway Patrol CA number, and if applicable, the DBE certification number of the owner of the truck for all trucks used 93 during that month for which DBE participation will be claimed. This documentation shall be submitted on Form CEM-2404 (F),Monthly DBE Trucking Verification. 5-1.16 DBE CERTIFICATION STATUS If a DBE subcontractor is decertified during the life of the project, the decertified subcontractor shall notify the Contractor in writing with the date of decertification. If a subcontractor becomes a certified DBE during the life of the project, the subcontractor shall notify the Contractor in writing with the date of certification. The Contractor shall furnish the written documentation to the Engineer. Upon completion of the contract, Form CEM-2403 (F), Disadvantaged Business Enterprise (DBE) Certification Status Change, indicating the DBE's existing certification status shall be signed and certified correct by the Contractor. The certified form shall be furnished to the Engineer within 30 calendar days from the date of the final inspection of the contract work by the Engineer. 5-1.17 CLAIMS BY CONTRACTOR Section 9-1.10, "Arbitration," of the Standard Specifications is deleted and the following is substituted therefor: Attention is directed to the provisions of Government Code Sections 900 and following, concerning the procedures to be followed when filing claims against the Agency. All claims shall be filed with the Clerk of the Board of Supervisors. Forms specifying the information to be contained in claims against the Agency may be obtained from the Clerk of the Board of Supervisors. Pursuant to Public Contract Code Section 20104(a), all claims by Contractor of $375,000 or less are subject to Article 1.5 (commencing with Section 20104)of Chapter.1 of Part 3 of the Public Contract Code, which is incorporated into the contract and which provides as follows: ARTICLE 1.5 Resolution of Construction Claims §20104. (a) • (1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (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 1 of Part 2. 94 (b) (1) "Public work" has the same meaning as in Sections.3 100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The.provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. §20104.2 For any claim subject to this article,the following requirements apply: (a) The claim shall 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) (1) For claims of less than fifty thousand. dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than.that taken by the claimant in producing the additional information,whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim,or may request, in writing, within. 30 days of receipt of the claim, any additional documentation.supporting the claim or relating to defenses or claims the local agency may have against the claimant. 95. (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 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 claimor any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900)and Chapter 2 (commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions,the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time the claim is denied, including any period of time utilized by the meet and confer conference. §20104.4 The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings,the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10)of Title 3 of Part 3 of the Code of Civil Procedure,notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. 96 (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. §20104.6 (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (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. 5-1.18 AREAS FOR CONTRACTOR'S USE Attention is directed to the provisions in Section 7-1.19, "Rights in Land and Improvements," of the Standard Specifications and these special provisions. The highway right of way shall be used only for purposes that are necessary to perform the required work. The Contractor shall not occupy the right of way, or allow others to occupy the right of way, for purposes.which are not necessary to perform the required work. No State-owned parcels adjacent to the right of way are available for the exclusive use of the Contractor within the contract limits. The Contractor shall secure, at the Contractor's own expense, areas required for plant sites, storage of equipment or materials, or for other purposes. No area is available within the contract limits for the exclusive use of the Contractor. However, temporary. storage of equipment and materials on State property may be arranged with the Engineer, subject to the prior demands of State maintenance forces and to other contract requirements. Use of the Contractor's work areas and other State-owned property shall be at the Contractor's own risk, and the Agency shall not be held liable for damage to or loss of materials or equipment located within such areas. Residence trailers will not be allowed within the road right of way, except that one trailer will be allowed for yard security purposes. The Contractor shall remove equipment, materials, and rubbish from the work areas and other State-owned property which the Contractor occupies. The Contractor shall leave the areas in a presentable condition in conformance with the provisions in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. The Contractor shall secure, at the Contractor's own expense, areas required for plant sites, storage of equipment or materials or for other purposes, if sufficient area is not available to the Contractor within the contract limits, or at the sites designated on the plans outside the contract limits. 97 5-1.19 SOUND CONTROL REQUIREMENTS Sound control shall conform to the provisions in Section 7-1.O1I, "Sound Control Requirements,"of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 7:00 p.m. and 7:00 a.m. on weekdays and between 7:00 p.m. and 9:00 a.m. on weekends and holidays, shall not exceed 86 dBa at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks,transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation,for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-1.20 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. 5-1.21 PERFORMANCE OF SUBCONTRACTORS The subcontractors listed by the Contractor in conformance with Section 2-1.054, "Required Listing of Proposed Subcontractors," of the Standard Specifications, shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. The Contractor should notify the Engineer in writing of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. 5-1.22 SUBCONTRACTING Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the Standard Specifications, and Section 2, "Proposal Requirements and Conditions," and Section 3, "Submission of DBE Information and Award and Execution of Contract," elsewhere in these special provisions 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 website at hgp://www.dir.ca.gov/dir/Labor law/DLSE/Debar.html. The requirement in the third paragraph of said Section 8-1.01 that the Contractor shall perform with his own organization contract work amounting to not less than 50 percent of the original contract price is not changed by the Federal Aid requirement specified under 98 "Required Contract Provisions Federal-Aid Construction Contracts" in Section-14 in these special provisions that the Contractor perform not less than 30 percent of the original contract work with his own organization. Each subcontract and any lower tier subcontract .that may in turn be made shall include the . "Required Contract Provisions Federal-Aid Construction Contracts" in Section 14 of these special provisions. This requirement shall be enforced as follows: Noncompliance shall be corrected. Payment for subcontracted work involved will be.withheld from progress payments due, or to become due, until correction is made. Failure to comply may result.in termination of the contract. 5-1.23 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS A prime,contractor or subcontractor shall pay a subcontractor not later than "10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless, a longer period is agreed to in writing. Any violation of Section 7108.5 shall subject!the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 days of receipt of each payment may take place only for good cause and with the agency's prior written approval. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor,. deficient subcontract performance,. or noncompliance by a subcontractor. This provision applies to both DBE and non-DBE prime contractors and subcontractors. 5-1.24 PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental.acceptances of portions, as determined by the agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment:for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency.. Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 days.may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and the other remedies specified in Section 7108.5 of the California Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non-DBE prime contractors and subcontractors. 99 5-1.25 RECORDS The Contractor shall maintain cost accounting records for the contract pertaining to, and in such a manner as to provide a clear distinction between, the the following six categories of costs of work during the life of the contact: A. Direct costs of contract item work. B. Direct costs of changes in character in conformance with Section 4-1.03C, "Changes in Character of Work," of the Standard Specifications. C. Direct costs of extra work in conformance with Section 4-1.03D, "Extra Work," of the Standard Specifications. D. Direct costs of work not required by the contract and performed for others. E. Direct costs of work performed under a notice of potential claim in conformance with the provisions in Section 9-1.04, "Notice of Potential Claim," of the Standard Specifications. F. Indirect costs of overhead. Cost accounting records shall include the information specified for daily extra work reports in Section 9-1.03C, "Records," of the Standard Specifications. The requirements for furnishing the Engineer completed daily extra work reports shall only apply to work paid for on a force account basis. The cost accounting records for.the contract shall be maintained separately from other contracts, during the life of the contract, and for a period of not less than 3 years after the date of acceptance of the contract. If the Contractor intends to file claims against the Department, the Contractor shall keep the cost accounting records specified above until complete resolution of all claims has been reached. 5-1.26 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. B. Trash bins shall be furnished for debris from concrete construction. Debris shall be placed in trash bins 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. 5-1.27 CALTRANS ENCROACHMENT PERMIT Attention is directed to Section 7-1.04, "Permits and Licenses," of the Standard Specifications and these special provisions. 100 Attention is directed to the encroachment permit issued to the County by the State Department of Transportation .(Caltrans). A copy of the permit is included in the Appendices of these special provisions and is made a part of these special provisions. The Contractor will be required to comply with the provisions of the encroachment permit and obtain his own encroachment permit which includes obtaining a separate contractor's encroachment permit and payment of a fee to Caltrans. In the event of any conflicts between the requirements.of the encroachment permit and what is shown on the plans or specified in the Standard Specifications and these special provisions, the encroachment permit shall govern. No extension of time will be granted for work involved with obtaining the Contractor's encroachment permit or for doing the work covered by the original permit. The Contractor will be required to obtain an encroachment permit from Caltrans including payment of all fees. The Contractor shall be reimbursed for the full amount of the fees actually paid Caltrans for the encroachment permit. Full compensation for all other work required in obtaining the contractors encroachment permit shall be considered as included in the contract price paid for various items of work and no additional compensation will be allowed therefor. 5-1.28 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,WORKING DAYS,AND LIQUIDATED DAMAGES 6-1.01 ADDITIONAL INSUREDS In accordance with Section 7-1.12A, `.`Indemnification" of the standard specifications, "Insurance Requirements"," section contained in Section 3 of these special provisions and Section 20 of the Contract (Construction Agreement), the following shall be named as additional insureds and shall be defended, held harmless and indemnified: California Department of Transportation. 101 6-1.02 WORKING DAYS In accordance with Section 4-1.01, "General," of these special provisions,the Contractor will have 50 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$1500 per day, for each and every calendar day delay in finishing the work in excess of the number of working days prescribed above. SECTION 7(BLANK) SECTION 8.MATERIALS SECTION 8-1.MISCELLANEOUS 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS The Department maintains the following list of Prequalified and Tested Signing and Delineation Materials. The Engineer shall not be precluded from sampling and testing products on the list of Prequalified and Tested Signing and Delineation Materials. The manufacturer of products on the list of Prequalified and Tested Signing and Delineation Materials shall furnish the Engineer a Certificate of Compliance in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications for each type of traffic product supplied. For those categories of materials included on the list of Prequalified and Tested Signing and Delineation Materials, only those products shown within the listing may be used in the work. Other categories of products, not included on the list of Prequalified and Tested Signing and Delineation Materials, may be used in the work provided they conform to the requirements of the Standard Specifications. Materials and products may be added to the list of Prequalified and Tested Signing and Delineation Materials if the manufacturer submits a New Product Information Form to the New Product Coordinator at the Transportation Laboratory. Upon a Departmental request for samples, sufficient samples shall be submitted to permit performance of required tests. Approval of materials or products will depend upon compliance with the specifications and tests the Department may elect to perform. PAVEMENT MARKERS,PERMANENT TYPE Retroreflective With Abrasion Resistant Surface(ARS) 1. Apex,Model 921 AR(4" x 4") 2. Ennis Paint,Models C88 (4" x 4"),911 (4" x 4") and 953 (2.75" x 4.5") 3. Ray-O-Lite, Model "AA" ARS (4" x 4") 102 4. 3M Series 290(3.5" x 4") 5. 3M Series 290 PSA, with pressure sensitive adhesive pad(3.5" x 4") Retroreflective With Abrasion Resistant Surface (ARS) (for recessed applications only) 1. Ennis Paint,Model 948 (2.3" x 4.7) 2. Ennis Paint,Model 944SB (2" x 4")* 3. Ray-O-Lite,Model 2002 (2" x 4.6') 4. Ray-O-Lite,Model 2004 ARS (2" x 4")* *For use only in 4.5 inch wide(older) recessed slots Non-Reflective,4-inch Round 1. Apex Universal (Ceramic) 2. Apex Universal,Models 929(ABS) and 929PP (Polypropylene) 3. Glowlite, Inc. (Ceramic) 4. Hi-Way Safety, Inc.,Models P20-2000W and 2001Y(ABS) 5. Interstate Sales, "Diamond Back" (Polypropylene) 6. Novabrite Models Cdot(White) Cdot-y(Yellow), Ceramic 7. Novabrite Models Pdot-w(White)Pdot-y (Yellow), Polypropylene 8. Three D Traffic Works TD10000(ABS), TD10500(Polypropylene) PAVEMENT MARKERS,TEMPORARY TYPE Temporary Markers For Long Term Day/Night Use(180 days or less) 1. Vega Molded Products "Temporary Road Marker" (3" x 4") Temporary Markers For Short Term Day/Night Use(14 days or less) (For seal coat or chip seal applications, clear protective covers are required) 1. Apex Universal, Model 932 2. Filtrona Extrusion, Models T.O.M.,T.R.P.M., and "HH" (High Heat) 3. Hi-Way Safety, Inc., Model 1280/1281 4. Glowlite, Inc.,Model 932 STRIPING AND PAVEMENT MARKING MATERIAL Permanent Traffic Striping and Pavement Marking Tape 1. Advanced Traffic Marking, Series 300 and 400 2. Brite-Line, Series 1000 3. Brite-Line, "DeltaLine XRP" 4. Swarco Industries, "Director 35" (For transverse application only) 5. Swarco Industries, "Director 60" 6. 3M, "Stamark" Series 380 and 5730 7. 3M, "Stamark" Series 420 (For transverse application only) Temporary (Removable) Striping and Pavement Marking Tape (180 days or less) 1. Advanced Traffic Marking, Series 200 103 2. Brite-Line, Series 100 3. Garlock Rubber Technologies, Series 2000 4. P.B. Laminations,Aztec, Grade 102 5. Swarco Industries, "Director-2" 6. Trelleborg Industries,R140 Series 7. 3M Series 620 "CR", and Series A750 8. 3M Series A145,Removable Black Line Mask (Black Tape: for use only on Asphalt Concrete Surfaces) 9. Advanced Traffic Marking Black "Hide-A-Line" (Black Tape: for use only on Asphalt Concrete Surfaces) 10. Brite-Line 'BTR" Black Removable Tape (Black Tape: for use only on Asphalt Concrete Surfaces) 11. Trelleborg Industries,RB-140 (Black Tape: for use only on Asphalt Concrete Surfaces) Preformed Thermoplastic(Heated in place) 1. Flint Trading Inc., "Hot Tape" 2. Flint Trading Inc., "Premark Plus" 3. Ennis Paint Inc., "Flametape" Ceramic Surfacing Laminate, 6" x 6" 1. Highway Ceramics, Inc. CLASS 1 DELINEATORS One Piece Driveable Flexible Type, 66-inch 1. Filtrona Extrusion, "Flexi-Guide Models 400 and 566" 2: Carsonite, Curve-Flex CFRM-400 3. Carsonite, Roadmarker CRM-375 4. F1exStake,Model 654 TM 5. GreenLine Model CGD1-66 Special Use Type, 66-inch 1. Filtrona Extrusion, Model FG 560 (with 18-inch U-Channel base) 2. Carsonite, "Survivor" (with 18-inch U-Channel base) 3. Carsonite, Roadmarker CRM-375 (with 18-inch U-Channel base) 4. FlexStake, Model 604 5. GreenLine Model CGD(with 18-inch U-Channel base) 6. . Impact Recovery Model D36, with#105 Driveable Base 7. Safe-Hit with 8-inch pavement anchor(SH248-GPI) 8. Safe-Hit with 15-inch soil anchor (SH248-GP2) and with 18-inch soil anchor (SH248-GP3) Surface Mount Type,48-inch 1. Bent Manufacturing Company, Masterflex Model MF-180EX-48 2. Carsonite, "Channelizer" 104 3. FlexStake,Models 704, 754 TM, and EB4 4. Impact Recovery Model D48,with#10 1 Fixed(Surface-Mount)Base 5.. Three D Traffic Works "Channelflex" ID No. 522248W CHANNELIZERS Surface Mount Type,36-inch 1. Bent Manufacturing Company, Masterflex Models MF-360-36 (Round) and MF-180-36(Flat) . 2. Filtrona Extrusion,Flexi-Guide Models FG300PE,FG300UR, and FG300EFX 3. Carsonite, "Super Duck" (Round SDR-336) 4. Carsonite,Model SDCF0360IMB"Channelizer 5. FlexStake,Models 703, 753 TM, and EB3 6. GreenLine,Model SMD-36 7. Hi-way Safety, Inc. "Channel Guide Channelizer" Model CGC36 8. Impact Recovery Model D36,with#10 1 Fixed(Surface-Mount) Base 9. Safe-Hit, Guide Post,Model SH236SMA 10. Three D.Traffic Works "Boomerang" ID No. 522053W Lane Separation System 1. Filtrona Extrusion, "Flexi-Guide (FG) 300 Curb System" 2. Qwick Kurb, "Klemmfix Guide System" 3. Dura-Curb System CONICAL DELINEATORS,42-inch (For.28-inch Traffic Cones, see Standard Specifications) 1. Bent Manufacturing Company "T-Top" 2. Plastic Safety Systems "Navigator-42" 3. TrafFix Devices "Grabber" 4. Three D Traffic Works "Ringtop" TD7000, ID No. 742143 5. Three D Traffic Works, TD7500 OBJECT MARKERS Type "K", 18-inch 1. Filtrona Extrusion, Model FG318PE 2. Carsonite,Model SMD 615 3. FlexStake,Model 701 KM 4. Safe-Hit,Model SH718SMA Type "K-4"./"Q" Object Markers,24-inch 1. Bent Manufacturing "Masterflex" Model MF-360-24 2. Filtrona Extrusion,Model FG324PE 3. Carsonite, "Channelizer" 4. FlexStake, Model 701KM 5. Safe-Hit,Models SH824SMA_WA and SH824GP3_WA 6. Three D Traffic Works ID No. 531702W and TD 5200 105 7. Three D Traffic Works ID No. 520896W CONCRETE BARRIER MARKERS AND TEMPORARY RAILING (TYPE K)REFLECTORS Impactable Type 1. " ARTUK, "FB" 2. Filtrona Extrusion,Models PCBM-12 and PCBM-T12 3. Duraflex Corp., "Flexx 2020" and "Electriflexx" 4. Hi-Way Safety, Inc.,Model GMKRM100 5. Plastic Safety Systems"BAM" Models OM-BARB and OM-BWAR 6. Three D Traffic Works "Roadguide" Model TD 9304 Non-Impactable Type. 1. ARTUK, JD Series 2. Plastic Safety Systems "BAM" Models OM-BITARW and OM-BITARA 3. Vega Molded Products, Models GBM and JD 4. Plastic Vacuum Forming, "Cap-It C400" METAL BEAM GUARD RAIL POST MARKERS (For use to the left of traffic) 1. Filtrona Extrusion, "Mini" (3" x 10") 2. Creative Building Products, "Dura-Bull,Model 11201" 3. Duraflex Corp., "Railrider" 4. Plastic Vacuum Forming, "Cap-It 0.300" CONCRETE BARRIER DELINEATORS, 16-inch (For use to the right of traffic) 1. Filtrona Extrusion,Model PCBM T-16 2. Safe-Hit,Model SH216RBM CONCRETE BARRIER-MOUNTED MINI-DRUM(10" x 14" x 22") 1. Stinson Equipment Company "SaddleMarker" GUARD RAILING DELINEATOR (Place top of reflective element at 48 inches above plane of roadway) Wood Post Type,27-inch 1. Filtrona Extrusion,FG 427 and FG 527 2. Carsonite,Model 427 3. .FlexStake,Model 102 GR 4. GreenLine GRD 27 5. Safe-Hit,Model SH227GRD 6. Three D Traffic Works "Guardflex" TD9100 7. New Directions Mfg,NDM27 106 Steel Post Type 1. Carsonite,Model CFGR-327 RETROREFLECTIVE SHEETING Channelizers,Barrier Markers,'and Delineators 1. .Avery Dennison T-6500 Series (For rigid substrate devices only) . . 2. Avery Dennison WR-7100 Series 3. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 4. Reflexite,PC-1000 Metalized Polycarbonate 5. Reflexite, AC-1000 Acrylic 6. Reflexite,AP-1000 Metalized Polyester 7. Reflexite, Conformalight, AR-1000 Abrasion Resistant Coating 8. 3M,High Intensity Traffic Cones,4-inch and 6-inch Sleeves 1. Nippon Carbide Industries,Flexible Ultralite Grade (ULG) II . 2. Reflexite,Vinyl, "TR" (Semi-transparent)or "Conformalight" 3. 3M Series 3840 4. Avery Dennison 5-9000C Drums 1. Avery Dennison WR-6100 2. Nippon Carbide Industries, Flexible Ultralite Grade (ULG)II 3. Reflexite, "Conformalight", "Super High Intensity" or "High Impact Drum Sheeting" 4. 3M Series 3810 Barricades: Type I, Medium-Intensity (Typically Enclosed Lens, Glass-Bead Element) 1. Nippon Carbide Industries, CN8117 2. Avery Dennison, W 1100 series 3. 3M Series CW 44 Barricades:' Type II, Medium-High-Intensity (Typically Enclosed Lens, Glass-Bead Element) . 1. Avery Dennison, W-2100 Series Signs: Type II, Medium-High-Intensity (Typically Enclosed Lens, Glass-Bead Element) 1. Avery Dennison, T-2500 Series 2. Nippon Carbide Industries,Nikkalite 18000 Signs: Type III, High-Intensity (Typically Encapsulated Glass-Bead Element) 1. Avery Dennison,T-5500A and T-6500 Series 107 2. Nippon Carbide Industries,Nikkalite Brand Ultralite Grade II 3. 3M 3870 and 3930 Series Signs: Type IV, High-Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-6500 Series 2. Nippon Carbide Industries, Crystal Grade, 94000 Series 3. Nippon Carbide Industries,Model No. 94847 Fluorescent Orange 4. 3M Series 3930 and Series 39245 Signs: Type VI,Elastomeric (Roll-Up) High-Intensity,without Adhesive 1. Avery Dennison, WU-6014 2.. Novabrite LLC, "Econobrite" 3. Reflexite "Vinyl 4: Reflexite "SuperBright" 5. Reflexite "Marathon" 6. 3M Series RS20 Signs: Type VII, Super-High-Intensity (Typically Unmetallized . Microprismatic Element) 1. 3M Series 3924S,Fluorescent Orange 2. 3M LDP Series 3970 Signs: _ Type VIII, Super-High-Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-7500 Series 2. Avery Dennison,T-7511 Fluorescent Yellow 3. Avery Dennison,T-7513 Fluorescent Yellow Green 4. Avery Dennison, W-7514 Fluorescent Orange 5. Nippon Carbide Industries,Nikkalite Crystal Grade Series 92800 6. Nippon Carbide Industries, Nikkalite Crystal Grade Model 92847 Fluorescent Orange Signs: Type IX,Very-High-Intensity (Typically Unmetallized Microprismatic Element) 1. 3M VIP Series 3981 Diamond Grade Fluorescent Yellow 2. 3M VIP Series 3983 Diamond Grade Fluorescent Yellow/Green 3. 3M VIP Series 3990 Diamond Grade 4. Avery Dennison T-9500 Series 5. Avery Dennison, T9513,Fluorescent Yellow Green 6. Avery Dennison, W9514, Fluorescent Orange SPECIALTY SIGNS 1. Reflexite 'Endurance" Work Zone Sign(with Semi-Rigid Plastic Substrate) 108 ALTERNATIVE SIGN SUBSTRATES Fiberglass Reinforced Plastic(FRP) and Expanded Foam PVC 1. Fiber-Brite (FRP) 2. Sequentia, "Polyplate" (FRP) 3. Inteplast Group "InteCel" (0.5 inch for Post-Mounted CZ Signs, 48-inch or less)(PVC) Aluminum Composite,Temporary Construction Signs Only 1. Alcan Composites "Dibond Material, 80 mils" 2. Mitsubishi Chemical America,Alpolic 350 8-1.02 TESTING Whenever a reference is made in the Standard Specifications or these special provisions to any of the California Test numbers specified below, the corresponding ASTM Designation or AASHTO Designation test numbers may be used to determine the quality of materials. CALIFORNIA TEST ASTM DESIGNATION AASHTO DESIGNATION 216 D 1557 T 180 231 D 2922(a) T 238 (a) 203 D 422 T 88 204 D4318' T89&T90 504 C 231 T 152 518 C-138 T 121 521 C39 T 22 523 C 392& C 78 T 177 &T 97 533 C 360 - 211 C131 &C535 T96 Note: (a) When ASTM Designation: D 2922 or AASHTO Designation: T 238 is.used, the frequency and areal distribution of such tests shall comply with the requirements specified in California Test 231. For each determination of relative compaction by ASTM or AASHTO test methods, laboratory compaction tests per ASTM Designation: D 1557 or AASHTO Designation: T 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 109 plant source and has the same visual characteristics of color, gradation, and soil classification as the previous laboratory maximum dry densities. The use of previous laboratory maximum dry densities will not be permitted for more than 5 working days or for more than 14 determinations of relative compaction. 8-1.03 QUALITY CONTROL TESTING The Contractor's attention is directed to Section 6-3.02, "Testing by Contractor" of the Standard Specifications regarding responsibility for quality control. The acceptance testing performed by the Agency shall not relieve the Contractor of responsibility for performing quality control testing as required by the above and other provisions of the Standard Specifications and these special provisions. 8-1.04 ENGINEERING FABRICS Engineering fabrics shall conform to the provisions in Section 88, "Engineering Fabrics," of the Standard Specifications and these special provisions. SECTION 8-2. CONCRETE 8-2.01 PORTLAND CEMENT CONCRETE Portland cement concrete shall conform to the provisions in Section 90, "Portland Cement Concrete," of the Standard Specifications and these special provisions. The State maintains a list of sources of fine and coarse aggregate that have been approved for use with a reduced amount of supplementary cementitious material in the total amount of cementitious material to be used. A source of aggregate will be considered for addition to the approved list if the producer of the aggregate submits to the Transportation Laboratory certified test results from a qualified testing laboratory that verify the aggregate complies with the requirements. Before the testing starts, the aggregate test shall be registered with the State. A registration number can be obtained by calling (916)227-7228. The registration number shall be used as the identification for the aggregate sample in correspondence with the State. Upon request, a split of the tested sample shall be provided to the State. Approval of aggregate will depend upon compliance with the specifications, based on the certified test results submitted, together with any replicate testing the State may elect to perform. Approval will expire 3 years from the date the most recent registered and evaluated sample was collected from the aggregate source. Qualified testing laboratories shall conform to the following requirements: 1. Laboratories performing ASTM Designation: C 1293 shall participate in the Cement and Concrete Reference Laboratory (CCRL) Concrete Proficiency Sample Program and shall have received a score of 3 or better on each test of the previous 2 sets of concrete samples. 2: Laboratories performing ASTM Designation: C 1260 shall participate in the Cement and Concrete Reference Laboratory (CCRL) Pozzolan Proficiency Sample Program and shall have received a score of 3 or better on the shrinkage and soundness tests of the previous 2 sets of pozzolan samples. 110 Aggregates on the list shall conform to one of the following requirements: 1. When the aggregate is tested in conformance with the requirements in California Test 554 and ASTM Designation: C 1293, the average expansion at one year shall be less than or equal to 0.040 percent; or 2. When the aggregate is tested in conformance with the requirements in California Test 554 and ASTM Designation: C 1260, the average of the expansion at 16 days shall be less than or equal to 0.15 percent. If the aggregates used in the concrete are on the Department's list, the minimum amount of supplementary cementitious material shall conform to the following: 1. If fly ash or natural pozzolan conforming to the provisions in Section 90-2.01C, "Required. Use of Supplementary Cementitious Materials," of the Standard Specifications is used, the minimum amount of supplementary cementitious material shall be 15 percent by weight of the total cementitious material;or 2. If silica fume conforming to the provisions in Section 90-2.01C, "Required Use of Supplementary Cementitious Materials," of the Standard Specifications is used, the minimum amount of supplementary cementitious material shall be 7 percent by weight of the total cementitious material. The limitation on tricalcium silicate (C3S) content in Type II cement specified in Section 90-2.01A, "Cement," of the Standard Specifications shall not apply. The 13"paragraph in Section 90-1.01 "Description"is amended to read: . If any concrete has a cementitious material, portland cement, or mineral admixture content that is less than the minimum required, the concrete shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place and the Contractor shall pay to the State $0.50 for each pound of cementitious material,portland cement, or mineral admixture that is less than the minimum required. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. The deductions will not be made unless the difference between the contents required and those actually provided exceeds the batching tolerances permitted by Section 90-5, "Proportioning." No deductions will be made based on the results of California Test 518. The 7th and 8th paragraphs of Section 90-2.02 "Aggregates", of the Standard Specifications are amended to read: If the results of either or both the Cleanness Value and coarse aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete that is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the.concrete may remain in place, and the Contractor shall pay to the State $7.00 per cubic yard for paving concrete and $11.00 per cubic yard for all other concrete for the concrete represented 11l by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due,the Contractor under the contract. If the results of either or both the Sand Equivalent and fine aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete which is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $7.00 per cubic yard for paving concrete and $11.00 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due,the Contractor under the contract. The fourth-paragraph of Section 90-6.01, "General", is amended as follows: Uniformity of concrete mixtures will be determined by variations in the results of AASHTO Tests T-119-99(Slump Cone)and T-141-97(Sampling)and by variations in the proportion of coarse aggregate as determined by California Test 529. At the Engineer's option, California Test 533 (Penetration) may be used to corroborate other test results. The first paragraph of Section 90-6.06, "Amount of Water and Penetration," is amended to read as follows: The amount of water used in concrete mix shall be regulated so that the consistency of the concrete as determined by AASHTO Tests T-119-99 (Slump Cone) and T- 141-97(Sampling)is within minus 2 inches to plus 1 inch of the slump designated in the mix design. Batches of concrete with a slump outside the range shown shall not be used in the work. At the Engineer's option, California Test 533 may be used in lieu of AASHTO Tests T- 119-99 and T-141-97 or may be used to corroborate the AASHTO test results. The 4`' and 5`h paragraphs of Section 90-9.01 ."General" of the Standard Specifications are superseded by the following: When concrete is designated by 28-day compressive strength rather than by cementitious material content, the concrete strength to be used as a basis for acceptance of other than steam cured concrete will be determined from cylinders cured in conformance with Method 1 of California Test 540. If the result of a single 28-day compressive strength test is below the specified strength, but is 95 percent or more of the specified strength, the Contractor shall, at the Contractor's.expense, make corrective changes, subject to approval of the Engineer, in the mix proportions or in the.concrete fabrication procedures, before placing additional concrete, and shall pay to the State $20.00 per cubic yard of concrete represented by the deficient test. If the 112 result of a single 28-day compressive strength test is below 95 percent of the specified strength, but is 85 percent or more of the specified strength,the Contractor shall make the aforementioned corrections and pay to the State $75.00 per cubic yard of concrete represented by the deficient test. In addition, such corrective changes, subject to the approval of the,Engineer, shall be made when the compressive strength of concrete tested at 7 days is below 70 percent of the required compressive strength at 28 days Concrete represented by a single test that indicates a compressive strength of less than 85 percent of the specified 28-day compressive strength will be rejected in conformance with the provisions in Section 6-1.04, "Defective Materials." If the test result indicates a 28-day compressive strength below the specified strength,.but 85 percent or more of the specified strength, payments to the .State as required above shall be made. If the test result indicates a 28-day compressive strength below 85. percent, the concrete represented by such test will be rejected, unless the Contractor, at his expense, obtains and submits evidence acceptable to the Engineer that the strength and quality of the concrete placed in the work are acceptable. If such evidence consists of test made on cores taken from the work, the cores shall be obtained and tested in accordance with the specifications of ASTM Designation:' C42. If the Contractor submits acceptable evidence that the concrete exceeds 85% of the specified strength,the Contractor shall pay to the State.$75.00 per cubic yard of concrete represented by the testing regardless of a result by the Contractor's retest that exceeds 95% of the specified strength. In all cases, the Contractor shall obtain and submit the evidence to the Engineer _no later than 5 working days after notification bythe State of the State's 28-day compressive strength test results. The Contractor shall be responsible for all cost incurred by the State to obtain,monitor, and/or review evidence submitted by the Contractor. No test taken 5 working days .after notification of the results of the state's 28-day compressive strength test shall be allowed as evidence that the strength and quality'of the concrete is acceptable..' SECTION 9. DESCRIPTION OF WORK The work to be done generally consists of constructing a 0.2 foot thick asphalt concrete overlay with pavement reinforcing fabric, repairing localized areas of pavement and base failure, cold planing existing asphalt concrete, minor concrete, bridge rehabilitation, methacylate bridge deck, placing striping and pavement markings, and such other items or details, not mentioned above, that are required by the plans, Standard Specifications, or these special provisions to be performed,placed,constructed or installed.. SECTION 10. CONSTRUCTION DETAILS SECTION 10-1. GENERAL 113 10-1.01 ORDER OF WORK Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. The Contractor shall have a representative on the job site at all times while work is actually in progress whose sole duties shall be to.supervise the work crews and coordinate activities pertaining to the contract operations, including traffic control and public notifications. The first order of work shall be for the Contractor to submit a traffic control plan and a construction schedule. These items shall be submitted at the preconstruction conference in addition to all other required submittals. The work shall be scheduled in such a manner that will minimize impacts to fronting property owners with respect to access and parking. The traffic control plan and construction schedule shall be approved by the Engineer prior to the beginning of work. At the end of each working day if a difference in excess of 0.3 feet exists between the elevation_ of the existing pavement and the elevation of excavations within 5 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be used for this purpose; however, once placement of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 1:4 (vertical:horizontal) or flatter to the bottom of the excavation. Treated base shall not be used for the . taper. Full compensation for placing the material on a 1:4 slope,.regardless of the number of times the material is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans shall be considered as included in the contract price paid for the materials involved and no additional compensation will be allowed therefor. No payment will be made for material placed in excess of that required for the structural section. Cold planing of existing pavement shall not occur more than 10 calendar days in advance of placing asphalt concrete on the planed area. During road paving operations, the Contractor shall stage the work so as to provide at least one lane of access to the on- and off-ramps to I-680. The Contractor shall also provide flaggers to direct .traffic from the off-ramps during the applicable paving operation. During rolled curb driveway construction at the Doris Easton School entrance the Contractor shall stage the work.so as to provide at least one lane of access. During bridge paving operations, the Contractor shall stage the work so as to provide at least one lane of access in each direction. Attention is directed to "Maintaining Traffic" and "Temporary Pavement Delineation" of these special provisions. Before obliterating any pavement delineation (traffic stripes, pavement markings, and pavement markers) that is to be replaced on the same alignment and location, as determined by the Engineer, the pavement delineation shall be referenced by the Contractor, with a sufficient number of control points to reestablish the alignment and location of the new pavement delineation. The Contractor shall provide a detailed striping inventory to the Engineer prior to beginning operations that obliterate pavement delineation. The references shall include the limits or changes in striping pattern, 114 including one- and 2-way barrier lines, limit lines, crosswalks and other pavement markings. Full compensation for referencing existing pavement delineation shall be . considered as included in the contract prices paid for new pavement delineation and no. additional compensation will be allowed therefor. Prior to applying.asphalt concrete, the Contractor shall cover all manholes, valve and monument covers, grates, or other exposed facilities located within the area of application, using a plastic or oil resistant construction paper secured to the facility being covered by tape or adhesive. The covered facilities shall be referenced by the Contractor, with a sufficient number of control points to relocate the facilities after the asphalt concrete has been placed. After completion of the asphalt concrete operation, all covers shall be removed and disposed of in a manner satisfactory to the Engineer. Full compensation for covering manholes, valve and monument ,covers, grates, or other exposed facilities, referencing; and removing temporary cover shall be considered as included in the contract price paid per ton for asphalt concrete, and no additional compensation will be allowed therefor. 10-1.02 WATER POLLUTION CONTROL Water pollution control work shall conform to the provisions in Section 7-1.01G, "Water Pollution," of the Standard Specifications and these special provisions. Water pollution control work shall conform to the requirements in the "Storm Water Pollution Prevention Plan(SWPPP)and Water Pollution Control Program (WPCP) Preparation Manual" and the "Construction Site Best Management Practices (BMPs) Manual," and addenda thereto issued up to, and including,.the date of advertisement of the project,hereafter referred to respectively as the "Preparation Manual" and the "Construction Site BMP Manual" and collectively as the "Manuals." Copies of the Manuals may be obtained from the Department of Transportation,Material Operations Branch,Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445-3520. Copies of the Manuals may also be obtained from the Department of Transportation's Internet Web site at: http://www.dot.ca.gov/hq/construc/stormwater.htnil. 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•costs and for liabilities imposed by law as a result of the Contractor's failure to comply with the requirements set forth in this section "Water Pollution Control" including, but not limited to, compliance with the applicable provisions of the Manuals and Federal, State, and,local regulations. For the purposes of this paragraph, costs and liabilities include, but are not limited to, fines, 115. penalties, and damages whether assessed against the State or the Contractor, including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. In addition to the remedies authorized by.law, an amount of the money due. the Contractor under the contract, as determined by the Department, may be retained by the State of California until disposition has been made of the costs and liabilities. The retention of money due the Contractor shall be subject to the following: A. The Department will give the Contractor 30 days notice of the Department's intention to retain funds from partial payments which may become due to the Contractor prior to acceptance of the contract. Retention of funds from payments made after acceptance of the contract may be made without prior notice to the Contractor. B. No retention of additional amounts out of partial payments will be made if.the amount to be retained does not exceed the amount being withheld from partial payments pursuant to Section 9-1.06, "Partial Payments," of the Standard Specifications. C. If the Department has retained funds and,it is subsequently determined that the State is not subject to the costs and liabilities in connection with the matter for which the retention was made, the Department shall be liable for interest on the amount retained at the legal rate of interest for the period of the retention. Conformance with the provisions in this section."Water Pollution Control" shall not relieve the Contractor from the Contractor's responsibilities as provided in Section 7, "Legal Relations and Responsibilities," of the Standard Specifications. While this contract does not require a formal written water pollution control plan, the Contractor shall conduct his operations employing best management practices to reduce the potential of pollutants and sediment entering the.storm drainage system. The Contractor shall identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and shall identify water pollution control measures, hereafter referred to as control measures, to be constructed, implemented, and maintained in order to reduce to the extent feasible pollutants in storm water discharges from the construction site during construction 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. Specific objectives and minimum requirements for each category of control measures are contained in the Manuals... 116 The Contractor shall consider the objectives and minimum requirements presented in the Manuals for each of the above categories. When minimum requirements are listed for any category, the Contractor shall incorporate into his operations and implement on the project, one or more of the listed .minimum controls required in order to meet the pollution control objectives for the category. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the rainy season,,defined as between October .15 and April 15. The Contractor shall have a year-round program for implementing and maintaining water pollution control practices for wind erosion control, tracking control, non-storm water control, and waste management and materials pollution control. The National Weather Service weather forecast shall be. monitored and used by the Contractor on a daily basis. An alternative weather forecast proposed by the Contractor may be used if approved by the Engineer. If precipitation is predicted, the necessary water pollution control practices shall be deployed prior to the onset of the precipitation. The Engineer may order the suspension of construction operations which create water pollution if the Contractor fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. MAINTENANCE To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for.the control measures implemented. The Contractor shall identify corrective actions and time needed to address any deficient measures or reinitiate any measures that have been discontinued. PAYMENT Full compensation for conforming to the provisions in this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the Contractor fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. Retentions for failure to conform to the provisions in this 'section "Water Pollution Control" shall be in addition to the other retentions provided for in the.contract. The amounts retained for failure of the Contractor to conform to the provisions in this section will be released for payment on the next monthly estimate for partial payment following the date that water pollution control measures have been implemented or corrected has been implemented and maintained and water pollution is adequately controlled, as determined by the Engineer. 10-1.03 PRESERVATION OF PROPERTY . .Attention is directed to the provisions in Section 7-1.11, "Preservation of Property,' of the Standard Specifications and these special provisions. :Existing trees, shrubs and other plants, that are not to be removed as shown on the. plans or specified elsewhere in these special provisions, and are injured or damaged or caused to fall by reason of the Contractor's operations, shall be replaced by the Contractor 117 as directed by the Engineer. The Engineer shall determine appropriate number, size and. species of plants as restitution. The Contractor shall furnish, plant, and maintain the specified plants at his expense. The maintenance period shall be for three years from the date that the Agency accepts the contract as complete. Typical tree restoration requires trees to be replaced at a 3:1 ratio. This may vary depending on the size and species of the tree, shrub or other plants removed. In addition, the Contractor shall post a security cash bond in the amount of $2,000 plus an additional $200 per tree in excess of three trees, $100 per shrub, and an amount representing 10 times the actual cost of other plants replaced. This security bond will be returned at the end of the three-year maintenance period provided that an 80% survivability is reached with the replacement planting. Failure to reach this goal will require additional planting and another three-year maintenance period with appropriate security bond being retained by the County. Replacement planting of injured or damaged trees, shrubs and other plants shall be completed not less than 20 working days prior to acceptance of the contract. Replacement plants shall be watered as necessary to maintain the plants in a healthy condition. 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 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. 10-1.05 OBSTRUCTIONS Attention is directed to Section 8-1.10, "Utility and Non-Highway Facilities," and Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. Attention is directed to the existence of certain underground facilities that may require special precautions be taken by the Contractor to protect the health, safety and welfare of workers and of the public. Facilities requiring special precautions include, but are not limited to: conductors of petroleum products, oxygen, chlorine, and toxic or flammable gases; natural gas in pipelines greater than 6 inches in diameter or pipelines operating at pressures greater than 60 pounds per square inch. (gage); underground electric supply system conductors or cables, with potential to ground of more than 300 V, either directly buried or in a duct or conduit which do not have concentric grounded or other effectively grounded metal shields or sheaths. 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 118 14 calendar days, prior to performing any excavation or other work close to any underground pipeline; conduit, duct, wire or other structure. Regional notification centers include, but are not.limited to,the following: Notification Center Telephone Number Underground Service Alert-Northern (800)642-2444 California(USA) (800)227-2600 The following.utility facilities require adjustments to be performed by the utility during the progress at the contract. The Contractor shall make arrangements with all utilities to coordinate their adjustment work during the project. Delays due to utility adjustment conflicts shall not be a basis for right of Way delay claims by the Contractor. utility Facility Central Contra Costa Sanitary District(CCCSD) Manhole Covers East Bay Municipal Utility District(EBMUD) Manhole and Valve Covers Pacific Gas and Electric Company(PG&E) At-Grade Vaults and Gas Valve Covers CCCSD MANHOLE COVERS Sewer manhole covers will be adjusted to grade by.the Central Contra Costa Sanitary District (CCCSD) in conjunction with the paving operation. The Contractor shall make arrangements with CCCSD for coordination of the adjustment.work. The Contractor shall notify Mr. Tifton Gantt at (925) 229-7163, and the Engineer at least two (2) full working days in advance of construction operations that necessitate adjustment of these facilities. EBMUD MANHOLE COVERS Water manhole and valve covers will be adjusted to grade by the East Bay Municipal Utility District(EBMUD) in conjunction with the paving operation. The Contractor shall make arrangements with EBMUD for coordination of the adjustment work. The Contractor shall notify Mr. Howard McCarley at (510) 287-0834 and the Engineer at least ten (10) full working days in advance of construction operations that necessitate adjustment of these facilities. PG&E AT-GRADE ELECTRICAL VAULTS AND VALVE.COVERS Two PG&E at-grade electrical vault covers and one gas valve cover will be adjusted to grade by Pacific Gas & Electric Company (PG&E) in conjunction with the paving operation. The Contractor shall make arrangements with PG&E for coordination of the adjustment work. The Contractor shall notify Ms. Sandra Perkins at (925) 673-4565, and the Engineer at least ten(10)full working days in advance of construction operations that necessitate adjustment of the electrical vaults and gas valve covers.. 119 PAYMENT Full compensation for coordinating with utility companies shall be considered as included in the contract prices paid for various items of work and not separate payment will be made therefor. 10-1.06 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Flagging, signs, and temporary traffic control devices furnished, installed, maintained, and removed when no longer required shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Category 1 temporary'traffic control devices are defined as small and lightweight (less than 100 pounds) devices. These devices shall be certified as.crashworthy by crash testing, crash testing of similar devices, or years of demonstrable safe performance. Category 1 temporary traffic control devices include traffic cones, plastic drums, portable delineators,and channelizers. If requested by the Engineer, the Contractor shall provide written self-certification for crashworthiness of Category 1 temporary traffic control devices at least 5 days before beginning any work using the devices or within 2 days after the request if the devices are already in use. Self-certification shall be provided by the manufacturer or Contractor.and shall include the following: A. Date, B. Federal Aid number(if applicable), C. Contract number, district, county, route and post mile of project limits, D. Company name of certifying vendor, street address, city, state and zip code, E. Printed name, signature and title of certifying person; and F. Category 1 temporary traffic control devices that will be used on the project. The Contractor may obtain a standard form for self-certification from the Engineer. Category 2 temporary traffic control devices are defined as small and lightweight (less than 100 pounds) devices that are not expected to produce significant vehicular velocity change, but may cause potential harm to impacting vehicles. Category 2 temporary traffic control devices include barricades and portable sign supports. Category 2 temporary traffic control devices shall be on the Federal Highway Administration's (FHWA) list of Acceptable Crashworthy Category 2 Hardware for Work Zones. This list is maintained by FHWA and can be located at: http://safety.fhwa.dot.gov/roadway_dept/road hardware/listing.cfm?code=workzone The Department also maintains this list at: http://www.dot.ca.gov/hq/traffops/signtech/signdel/pdf/C ategory2.pdf Category 2 temporary traffic control devices that have not received FHWA acceptance shall not be used. Category 2 temporary traffic control devices in use that have received FHWA acceptance shall be labeled with the FHWA acceptance letter 120 number and the name of the manufacturer. The label shall be readable and permanently affixed by the manufacturer. Category 2 temporary traffic control devices without a label shall not be used. If requested by the Engineer, the Contractor shall provide a written list of Category 2 temporary traffic control devices to be used on the project at least 5 days before beginning any work using the devices or within 2 days after the request if the devices are already in use. Category 3 temporary traffic control devices-consist of temporary traffic-handling equipment and devices that weigh 100 pounds or more and are expected to produce significant vehicular velocity change to impacting vehicles. Temporary traffic-handling equipment and devices include crash cushions, truck-mounted attenuators; temporary railing, temporary barrier, and end treatments for temporary railing and barrier. Type III barricades may. be used as sign supports if the barricades have been successfully crash tested, meeting'the NCHRP Report' 350 criteria, as one unit with a construction area sign attached. Category 3 temporary traffic control devices shall be shown on the plans or on the Department's Highway Safety Features list. This list is maintained by the Division of Engineering Services and can be found at: http://www.dot.ca.gov/hq/esc/approved_products_list/HighwayS afe.htm Category 3 temporary traffic control devices that are not shown on the plans or not listed on the Department's Highway Safety Features list shall not be used. Full compensation for providing self-certification for crashworthiness of Category 1 temporary traffic control devices and for providing a list of Category 2 temporary traffic control devices used on the project shall be considered as included in the prices paid for the various items of work requiring the use of the Category 1 or Category 2 temporary traffic control devices and no additional compensation will be allowed therefor. 10-1.07 CONSTRUCTION AREA SIGNS Construction area signs for temporary traffic control shall be furnished, installed, maintained, and removed when no longer required in conformance with the provisions in Section'12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Attention is directed to the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Type II retroreflective sheeting shall not be used on construction area sign panels. Type III, IV, VII, VIII, or IX retroreflective sheeting shall be used for stationary mounted construction area sign panels. Unless otherwise shown on the plans or specified in these special provisions, the color of construction area warning and guide signs shall have black legend and border on orange background, except W10-1 or W47(CA) (Highway-Rail Grade Crossing Advance Warning) sign shall have black legend and border on yellow background. Orange background on construction area signs shall be retroreflective fluorescent orange. Repair to construction area sign panels will not be allowed, except when approved by the Engineer. At nighttime under.vehicular headlight illumination, sign panels that 121 exhibit irregular luminance, shadowing or dark blotches shall be immediately replaced at the Contractor's expense. The Contractor shall notify the appropriate regional notification center for operators of subsurface installations at least 2 working days, but not more than 14 calendar days, prior to commencing excavation for construction area sign posts. The regional notification centers include,but are not limited to, the following: Notification Center Telephone Number Underground Service Alert-Northern (800) 642-2444 California(USA) (800)227-2600 Excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes. The post hole diameter, if backfilled with portland cement concrete, shall be at least 4 inches greater than the longer dimension of the post cross section. Construction area signs placed within 15 feet from the edge of the travel way shall be mounted on stationary mounted sign supports as specified in "Construction Area Traffic Control Devices" of these special provisions. The Contractor shall maintain accurate information on construction area signs. Signs that are no longer required shall be immediately covered or removed. Signs that convey inaccurate information shall .be immediately replaced or the information shall be corrected. Covers shall be replaced when they no longer cover the signs properly. The Contractor shall immediately restore to the original position and location any sign that is displaced or overturned, from any cause, during the progress of work. Note 4 in the first paragraph of Section 12-3.06A, "Stationary Mounted Signs," of the Standard Specifications is amended to read: 4. The post embedment shall be 2.5 feet backfill with native material. Compact.by tamping. MEASUREMENT AND PAYMENT Payment for construction area signs will be made in increments of the contract lump sum price for this item of work in the following manner: Initial Increment: 60 percent of the lump sum price upon satisfactory completion of installation of signs. Final Increment: Balance of the lump sum price upon satisfactory completion of removal of signs. 122 10-1.08 MAINTAINING TRAFFIC Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and 12, "Construction Area . Traffic Control Devices," of the Standard Specifications and to the provisions in "Public Safety" of these special provisions and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from the responsibilities specified in Section 7-1.09. Lane closures shall conform to.the provisions in section "Traffic Control System for Lane Closure" of these special provisions. Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders including any section closed to public traffic. The Contractor shall notify local authorities of the Contractor's intent to begin work at least 5 days before work is begun. The.Contractor shall cooperate with local authorities relative to handling traffic through the area and shall .make. arrangements relative to keeping the working area clear of parked vehicles. Local authorities are defined as, but not limited to Contra Costa Sheriffs Department, California Highway Patrol, local fire department, United States Post Office, local waste management companies emergency response companies and/or all businesses or regular users whose ability to perform their daily job will be affected by road closures, detours or general work by the Contractor. When work vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with fluorescent orange traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A-minimum of 9 traffic cones or portable delineators shall be used for the taper. A W20-1 (ROAD WORK AHEAD) or W21-5b (RIGHT/LEFT SHOULDER. CLOSED AHEAD) or C24(CA) (SHOULDER WORK AHEAD) sign shall be'mounted on a crashworthy portable sign support with flags. The sign shall be placed where designated by the Engineer. The sign shall be a minimum of 48 inches x 48 inches in size. The Contractor shall immediately restore to the original position and location a traffic cone or delineator that is displaced or overturned, during the progress of work. . No construction equipment or construction materials shall be parked or stockpiled within 10 feet of a 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. Outside of the areas delineated on the plans as Caltrans right of way no work that interferes with public traffic shall be performed between 7:00 a.m. and 8:30 a.m. or between 4:30 p.m. and 6:00 p.m. except work required under Sections 7-1.08 and 7-1.09 of the Standard Specifications and these special provisions. Within the areas delineated on the plans as Caltrans right of way Traffic Control is only authorized between 9:00 a.m. and 3:00 p.m.,Monday through Friday,holidays excluded. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays; after.3:00 p.m. on Fridays and the day 123 preceding designated legal holidays; and when construction operations are not actively in . progress. Designated legal holidays are listed elsewhere in these special provisions. The provisions in this section will not relieve the Contractor of responsibility for providing additional devices or taking measures as may be necessary to comply with the provisions in Section 7-1.09, 'Public Safety," of the Standard Specifications. 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. TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE A traffic control system shall consist of closing traffic lanes in conformance with the details shown on the plans, the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" of these special provisions, and these special provisions. During traffic stripe operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled, at the option of the Contractor, with either stationary or moving lane closures. During other operations, traffic shall be controlled with stationary lane closures. Attention is directed to the provisions in Section 84-1.04, "Protection From Damage," and Section 85-1.06; 'Placement," of the Standard Specifications. If components in the traffic control system are displaced or cease to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair the components to the original condition or replace the components and shall restore the components to the original location. STATIONARY LANE CLOSURE When lane closures are made for work periods only, at the end of each work period, components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, the components may be stored at selected central locations, designated by the Engineer within the limits of the highway right of way. Each vehicle used to place, maintain and remove components of a traffic control system on multilane highways shall be equipped with a Type II flashing arrow sign which . shall be in operation when the vehicle is being used for placing, maintaining or removing the components. Vehicles equipped with Type II flashing arrow sign not involved in placing, maintaining or removing the components when operated within a stationary type lane closure shall only display the caution display mode. The sign shall be controllable 124 by the operator of the vehicle while the vehicle is in motion. The flashing arrow sign. shown on the plans shall not be used on the vehicles which are doing the placing, maintaining and removing of components of a traffic control system and shall be in place before a lane closure requiring the sign's use is completed. MOVING LANE CLOSURE Flashing arrow signs used in moving lane closures shall be truck-mounted. .Changeable message signs used in moving lane closure operations shall conform to the provisions in Section 12-3.12, "Portable Changeable Message Signs," of the Standard Specifications, except the signs shall be truck-mounted and the full operation height of the bottom of the sign may be less than 7-feet above the ground, but should be as high as practicable. Flashing arrow signs shall be in the caution display mode when used on 2-lane,2-way highways. Truck-mounted attenuators (TMA) for use in moving lane closures shall.be any of the following approved models, or equal: A. Hexfoam TMA Series 3000, Alpha 1000 TMA Series 1000 and Alpha 2001 TMA Series 2001, manufactured by Energy Absorption Systems, Inc., One East Wacker Drive, Chicago, IL 606017.2076, Telephone (312)467-6750. 1. Distributor (Northern): Traffic Control Service, Inc., 8585 Thys Court, Sacramento, CA 95828, Telephone 1-800-884-8274,FAX(916)387-9734. 2. Distributor (Southern): Traffic Control Service, Inc.,. 1881 Betmor Lane, Anaheim, CA 92805, Telephone 1-800-222-8274. B. Cal T-001 Model 2 or Model 3; manufacturer and distributor: Hexcel Corporation, 1,1711 Dublin Boulevard, P.O. Box 2312, Dublin, CA 94568, Telephone (510) 828-4200. C. Renco Rengard Model Nos. CAM 8-815 and RAM 8-815, manufacturer and distributor: Renco Inc., 1582 Pflugeryille Loop Road, P.O. Box 730, Pflugerville, TX 78660-0730, Telephone 1-800-654-8182. Each TMA'shall be individually identified with the manufacturer's name, address, TMA model number,and a specific serial number. The names and numbers shall each be a minimum '/z inch high and located on the left(street) side at the lower front corner. The TMA shall have a message next to the name and model number in %Z inch high letters which states, "The bottom of this TMA shall be inches inches above the ground at all.points for proper impact performance." Any TMA which is damaged or appears to be in poor condition shall not be used unless recertified by the manufacturer. The Engineer shall be the sole judge as to whether used TMAs supplied under this contract need recertification. Each unit shall be certified by the manufacturer to meet the requirements for '.TMA in conformance with the standards established by the Transportation Laboratory. Approvals for new TMA designs proposed as equal to the above-approved models shall be in conformance.with the procedures (including crash testing) established by the 125 Transportation Laboratory. For information regarding submittal of new designs for evaluation contact: Transportation Laboratory, 5900 Folsom Boulevard, Sacramento; California 95819. New TMAs proposed as equal to approved TMAs or approved TMAs determined by the Engineer to need recertification shall not be used until approved or recertified by the Transportation Laboratory. TRAFFIC CONTROL FOR MARKING PAVEMENT AREAS The Contractor shall provide traffic control when the Engineer is scheduled to mark out dig-out and areas to be reconstructed. A traffic control system shall consist of closing traffic lanes in conformance with the details shown on the plans, the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" of these special provisions, and this special provision. Full compensation for providing traffic control to allow the Engineer to mark pavement areas, including all materials, signing, devices and labor shall be considered as included in the contract price paid for various items of work and no additional compensation will be made therefore. TRAFFIC CONTROL FOR PAVEMENT DELINEATION During traffic stripe operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled, at the option of the Contractor, as provided for under "Traffic Control System for Lane Closure" of these Special Provisions, or by use of an alternate traffic control plan proposed by the Contractor. The Contractor shall not start traffic stripe operations using an alternate plan until he has submitted his plan to the Engineer and has received written approval of said plan. Alternate traffic control plans for striping operations shall conform to the provisions in Section 7-1.08, "Public Convenience," 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. 126 PAYMENT The contract lump sum price paid for traffic control system shall include full compensation for furnishing all labor, materials (including signs), tools, equipment, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control system shown on the plans, as specified in the Standard Specifications and these special.provisions, and as directed by the Engineer. The ` adjustment provisions in 'Section 4-1.03, "Changes," of 'the Standard Specifications shall not apply to the item of traffic control system. Adjustments in compensation for traffic control system will be made only for increased or decreased traffic control system required by changes ordered by the Engineer and will be made on thei basis of the cost of the, increased or decreased' traffic control necessary. The adjustment will be made on a force account basis as provided in Section 9-1.03, "Force Account Payment," of the Standard Specifications for increased work and. estimated on the same basis in the case of decreased work. 10-1.09 TEMPORARY PAVEMENT DELINEATION Temporary pavement delineation shall be furnished, placed, maintained, and removed in conformance with .the provisions in Section 12-3.01, "General," of the Standard Specifications and these special provisions. Nothing in these special provisions shall be construed as reducing the minimum standards specified in the California MUTCD or as relieving the Contractor from the responsibilities specified in Section 7-1.09, "Public Safety," of the Standard Specifications. GENERAL When the work causes obliteration of pavement delineation; temporary or permanent pavement delineation.shall be in place before opening the traveled way to public traffic. Laneline or centerline pavement delineation shall be provided for traveled ways open to public traffic. On multilane roadways (freeways and expressways), edgeline delineation shall be provided for traveled ways open to public traffic. Work necessary,�including required lines or.markers, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. Surfaces to receive application of paint or removable traffic tape temporary pavement, delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained.until superseded or replaced with a new pattern of temporary pavement'delineation or permanent pavement delineation, or as determined by the Engineer. Temporary pavement markers and removable traffic tape that conflicts with a new traffic pattern or that is applied to the final layer of surfacing or existing,pavement to remain in place shall be removed when no longer required for the direction of public traffic,asdetermined by the Engineer. Temporary pavement delineation shall be used on or adjacent to lanes open to public traffic. for a maximum of 14 days. Before the end of the 14 days, the permanent pavement delineation .shall be placed. If the permanent pavement delineation is not 127 placed within the 14 days, additional temporary pavement delineation shall be provided- by the Contractor at no additional cost to the Department. The additional temporary pavement delineation to be provided shall be equivalent to the pattern specified for the permanent pavement delineation for the area, as determined by the Engineer. TEMPORARY LANELINE AND CENTERLINE DELINEATION When lanelines or centerlines are obliterated, the minimum laneline and centerline delineation to be provided shall be temporary pavement markers placed at longitudinal intervals of not more than 24 feet. The temporary pavement markers shall be the same color as the laneline or centerline the markers replace. Temporary pavement markers shall be, at the option of the Contractor, one of the temporary pavement markers listed for short term day/night use (14 days or less) or long term day/night use (6 months or less) in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Temporary pavement markers shall be placed in conformance with the manufacturer's instructions and shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Temporary laneline or centerline delineation consisting entirely of temporary pavement markers shall be placed on longitudinal intervals of not more than 24 feet. Full compensation for furnishing, placing, maintaining, and removing temporary pavement markers used for temporary laneline and centerline delineation and for providing equivalent patterns of permanent traffic lines for these areas when required shall be considered as included in the contract prices paid for the items of work that obliterated the laneline and centerline pavement delineation and no separate payment will be made therefor. Full compensation for furnishing, placing, and maintaining temporary painted laneline and centerline pavement delineation shall be considered as included in the contract prices paid for the items of work that obliterated the laneline and centerline pavement delineation and no separate payment will be made therefor. Full compensation for furnishing, placing, maintaining,- and removing signing specified for "no passing" zones shall be considered as included in the contract'prices paid for the items of work that obliterated the laneline and centerline .pavement delineation and no separate payment will be made therefor. 10-1.10 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 128 10-1.10A GRIND CURB LIP Contractor shall grind down the concrete curb lip of the existing curb ramps where shown on the plans. Transitions from ramps to gutters shall be flush and free of abrupt changes. Full compensation for grinding the curb lips ,in existing curb ramps shall be considered as included in the various contract prices.paid for minor concrete (sidewalk) and no separate payment will be made therefore. 10-1.1OB REMOVE PAVEMENT MARKERS All existing pavement markers shall be removed and disposed of as directed by the Engineer no earlier than two calendar days prior to resurfacing that portion of the road. Full compensation for removing and disposing of pavement markers shall be considered as included in the contract price paid per ton for asphalt concrete and no separate payment will be made therefor. 10-1.1OC ADJUSTING UTILITIES TO GRADE Where shown on the -plans to be adjusted, or as directed by the Engineer, existing utilities shall be adjusted to final grade. The adjustments shall conform to the provisions in Section 15-2.05, "Reconstruction," of the Standard Specifications with the following modifications: Portland cement concrete used for adjustments shall be minor concrete containing not less than 470 pounds of portland.cement per cubic yard and shall.conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications. The combined aggregate grading shall be the 1 inch Max. grading specified in Section 90-3.04,'"Combined Aggregate Gradings, of the Standard Specifications. Mortar used for adjustments shall conform to the provisions in Section 51-1.135, "Mortar," of the Standard Specifications. Precast concrete elements shall conform to the provisions in Section 70-1.02H, "Precast. Concrete Structures,"of the Standard Specifications. Salvaged materials, except monument.covers and frames,which are undamaged may be reinstalled as directed by the Engineer. Structures.built of cast-in-place concrete, precast concrete, brick or vitrified clay pipe parts shall be replaced in kind, unless otherwise permitted by the owners of the facilities. During paving operations, all surface structures shall be protected and no material shall be permitted to fill openings or joints between frames and covers. Facilities shall be adjusted so that there will not. be any perceptible difference in elevation between finished pavement surface and the facility. The Engineer shall be the sole 129 judge of the acceptable degree of smoothness of passage of a motor vehicle over.the adjusted facility. SURVEY MONUMENTS Adjusting monuments to grade shall include adjustment of covers, frames, and, if necessary, complete. reconstruction of survey monument in accordance with County Standard Plan CA40i. The use of extension rings will not be allowed. Covers and frames shall be removed and replaced with new covers and frames. The covers and frames shall be Forni Corporation(Ironsides),American Brass and Iron Foundry, Chrisp Products,or equal, as approved by the Engineer. If the use of a cover and frame.other than those listed is proposed, the Contractor shall submit information on the alternative at the pre-construction conference. Covers shall be marked "MONUMENT," shall be non-rocking, and shall be designed for a wheel load of 16,000 pounds. The Contractor shall notify the Engineer at least four working days in advance of commencing adjustment work in order to arrange for establishment of reference points. The Contractor shall coordinate the work with that of the County's survey crew. The Contractor shall exercise caution when adjusting monuments, covers, and frames. All costs associated with resetting monuments, covers, and frames disturbed or damaged.by the Contractor, or due to failure to properly notify the Engineer of adjustment work,will be deducted from moneys due the Contractor. The contract unit price paid for adjusting survey monuments to grade shall include full compensation for furnishing all labor, materials, tools, equipment and. incidentals and for doing all the work involved in adjusting the facilities, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. No compensation will be allowed for any adjustments which are performed by others. 10-1.101)RELOCATE ROADSIDE SIGN Existing roadside signs shall be removed and relocated to the new locations shown on the plans. Each roadside sign shall be installed at.the new location on the same day that the sign is removed from its original location. Two holes shall be drilled in each existing post as required to provide the breakaway feature shown on the plans. The contract unit price paid for relocate roadside sign shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in relocating roadside signs, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.10E COLD PLANE ASPHALT CONCRETE PAVEMENT Existing asphalt concrete pavement shall be cold planed at the locations and to the dimensions shown on the plans. 130 Planing asphalt concrete pavement shall be performed by the cold planing method. Planing of the asphalt concrete pavement shall not be done by the heater planing method. Cold planing machines shall be equipped with a cutter head not less than 30 inches in width and shall be operated so that no fumes or smoke will be produced. The cold planing machine shall plane the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation. The depth, width, and shape of the cut shall be as shown on the typical cross sections or as designated by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. Planing asphalt concrete pavement operations 'shall be performed without damage to the surfacing to remain in place. Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around the corners and through the conform lines. Following planing operations, a drop-off of more than 0.15-foot will not be allowed between adjacent lanes open to public traffic. Where transverse joints are planed in the pavement at conform lines no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic a temporary asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 1:30 (Vertical:.Horizontal)or flatter,to the level of the planed area. Asphalt concrete for temporary tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers shall be completely removed, including.the removal of loose material from the underlying surface, before placing the permanent surfacing. The removed material shall be disposed of outside the highway right of way in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Removal operations of cold planed material shall be concurrent with planing operations and follow within 50 feet of the planer, unless otherwise directed by the Engineer. Cold plane asphalt concrete pavement will be measured by the square yard. The quantity to be paid for will be the actual area of surface cold planed irrespective of the number of passes required to obtain the depth shown on the plans. The contract prices paid per square yard for various cold plane asphalt concrete pavement pay items shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in cold planing asphalt concrete surfacing and disposing of planed material, including furnishing the asphalt concrete for and constructing, maintaining,removing, and disposing of temporary asphalt concrete tapers,* as specified in the Standard Specifications and these special . provisions and as directed by the Engineer. 131 10-1.1OF REMOVE ASPHALT CONCRETE SURFACING (BRIDGE) Existing asphalt concrete surfacing shall be removed to the top of existing portland cement concrete slab at bridge decks as shown on the plans and as described in these special provisions. The Contractor shall verify the depth of asphalt concrete surfacing at a minimum of one location on each shoulder and one location in the traveled way every.100 feet. If the roadway surface is crowned, the depth shall be verified at the crown also. The method of removal shall be selected by the Contractor. Equipment or procedures that damage the remaining concrete surface, as determined by the Engineer, shall not be used. Cold milling equipment may be used to remove asphalt concrete surfacing, except that at least 1/2 inch of asphalt concrete surfacing shall remain on the deck after the cold milling operation. Removal of the remaining 1/2 inch of asphalt concrete surfacing shall be performed by other means as selected by the Contractor. If the Contractor elects to use cold milling equipment, the cold milling equipment shall have the capability to 1)remove concrete a minimum depth of 1/4'inch, 2)provide a surface relief of no more than 1/4 inch, and 3) maintain a 5/32-inch grade tolerance, and shall have the following features. A. 3 or 4 riding tracks. B. An automatic grade control system with an electronic averaging system having 3 sensors on each side of the equipment. C. A conveyer system that leaves no debris on the bridge. D. A drum that operates in an up-milling direction. E. Bullet tooth tools with tungsten carbide steel cutting tips. F. A.5/8-inch maximum tool spacing. G. A maximum operating weight of 56,000 pounds. H. A maximum track unit weight of 6 kips per foot. The Contractor shall select which sensors are activated during the milling operation to produce the profile required as shown on the plans. The cold milling equipment shall have a complete set of new tooth tools at the beginning of the job, and the tooth tools shall be replaced as necessary to perform the work satisfactorily. . The Contractor shall provide personnel on each side of the milling drum to monitor the milling operation and maintain radio communication with the operator at all times during the milling operation. All removed materials shall become the property of the Contractor and shall be disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Remove asphalt concrete surfacing (bridge)will be measured by the square foot. The contract price paid per square foot for remove asphalt concrete surfacing (bridge) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing asphalt concrete surfacing,as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 132 10-1.10G PREPARE CONCRETE BRIDGE DECK SURFACE This work shall consist of cleaning the portland cement concrete deck surface by using steel shot-blasting and blowing clean the deck surface, as shown on the plans and as described in these special provisions. All laitance and surface contaminants including, but not limited to, rust, oil, paint, asphalt concrete joint material, and other foreign material shall be cleaned from the surface of the existing concrete deck. If the surface becomes contaminated at any time prior to placing the bridge deck methacrylate resin treatment,the surface shall be cleaned by abrasive blasting. Where abrasive blasting is being performed within 10 feet of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after contact between the abrasive, and the surface being treated. Removal of the residue shall be performed by a vacuum attachment operating concurrently with the abrasive blasting operation. Nothing in these special provisions shall relieve the Contractor from. the responsibility to conform to the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications. After abrasive cleaning, loose material shall be blown from visible cracks using high pressure air, and the entire deck surface shall be cleaned by manual or power sweeping. Equipment shall be fitted with suitable traps, filters, drip pans, or other devices as necessary to prevent oil or other deleterious material from being deposited on the deck. Equipment or procedures that.leave fractured aggregate or otherwise damage the concrete surface that is to remain shall not be used. All removed materials shall become the property of the Contractor and shall be disposed of in conformance with the provisions.in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Preparing concrete bridge deck surface will be measured by the square foot of surface that is prepared to receive the overlay, based on dimensions shown on the plans. The contract price paid per square foot for prepare concrete bridge deck surface shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved. in preparing the concrete bridge deck surface, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.10H REMOVE UNSOUND CONCRETE This work shall consist of the removal and disposal of unsound portland cement concrete, unsound epoxy concrete patches, and all asphalt concrete patches from the decks of bridges. Unsound concrete shall be removed to the limits designated.by the Engineer. Unsound concrete is generally that concrete that.emits a relatively dead or hollow sound when.a chain is dragged over its surface or its surface is tapped with a metal tool. Concrete encasing corroded reinforcing steel beyond the limits identified by the sound may be considered unsound concrete. The Engineer will determine the concrete soundness and limits of removal. 133 Equipment and tools shall not be used to remove unsound concrete that, in the opinion of the Engineer, cause the removal of excess quantities of sound concrete along with the unsound concrete. Equipment shall be fitted with suitable traps, filters, drip pans, or other devices to prevent oil or other deleterious matter from being deposited on the deck. After the removal of unsound concrete has been completed, any existing reinforcing steel that has been exposed shall be restored to position and blocked and tied in conformance with the provisions in Section 52, "Reinforcement," of the Standard Specifications. Reinforcing steel that has been damaged and rendered useless by the Contractor's operations shall be repaired or replaced by the Contractor at the Contractor's expense. Voids created by removing unsound concrete shall be cleaned and filled with rapid setting concrete to.the original deck grade prior to treating bridge deck in conformance with the provisions in"Rapid Setting Concrete Patches"of these special provisions. Removing unsound concrete will be paid for as extra work as provided in Section 4- 1.031), "Extra Work,"of the Standard Specifications. 10-1.11 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. The Contractor shall remove and dispose of the existing raised median to the limits shown on the plans. Vegetation shall be cleared and grubbed only within the excavation and embankment slope lines. At locations where there is no grading adjacent to a bridge or other structure, clearing and grubbing of vegetation shall be limited to 5 feet outside the physical limits of the bridge or structure. Activities controlled.by the Contractor, except cleanup or other required work, shall be confined within the graded areas of the roadway. Nothing herein shall be construed as relieving the Contractor of the Contractor's responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. Trees and shrubs shall not be removed unless they are shown and noted on the plans to be removed. All trees and shrubs conflicting with grading; utilities, or other improvements or overhanging the sidewalk or pavement so as to form a nuisance or hazard to the public shall be trimmed to provide 18 feet of clearance over roadways and 8 feet of clearance over sidewalks or walkways. All roots exposed in trench and roadway excavation shall be cut neatly at the excavation line in accordance with recognized standards of good arboricultural practices. The provisions of the last paragraph of Section 16-1.03, "Construction," of the Standard Specifications are amended to also include the trimming of roots of trees and shrubs that are to be left in place. 10-1.12 EARTHWORK Earthwork shall conform to the provisions in Section 19, "Earthwork," of,the Standard Specifications and these special provisions. 134 Any material imported for the construction of embankments or .as backfill for structures, culverts, and other facilities shall meet the following requirements: pH > 5.5 (> 7.3)2 Water Soluble Sulfate <0.2% Resistivity(R) > 3000 ohm cm 2 1 Per California Test 532&643. 2 For backfill around metal pipe/conduit. 3 Reported as SO4. Imported borrow shall be mineral material including rock, sand, gravel, or earth. The Contractor shall not use man-made refuse in imported borrow including: A. Portland cement concrete, B. Asphalt concrete, C. Material planed from roadway surfaces, D. Residue from grooving or grinding operations, E. Metal, F.. Rubber, G. Mixed debris, H. Rubble Surplus excavated material shall become the property of the Contractor and shall be disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Where a portion of the existing surfacing is to be removed, the outline of the area to be removed shall be cut on a neat line with a power-driven saw to a minimum depth of 2 inches before removing the surfacing. Full compensation for cutting the existing surfacing shall be considered as included in the various contract items of and no separate payment will be made.therefor. 10-1.13 AGGREGATE BASE Aggregate base must comply with Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. Aggregate base shall be Class 2. 10-1.14 SEAL RANDOM CRACKS IN EXISTING SURFACING Cracks in existing asphalt concrete surfacing of traffic lanes and shoulders shall be prepared and filled with crack sealant as shown on the plans and in conformance with these special provisions. Cracks '/-inch to %2=inch in width in existing asphalt concrete surfacing and shoulders shall be prepared and sealed with asphalt rubber crack sealant. For cracks wider than 1/2-inch, the Contractor shall fill the crack with fine asphalt concrete mix Type B,No. 4. 135 The Contractor shall ignore cracks less than one-quarter inch(1/4")in width or cracks located within the limits of pavement/base failure repair areas. The Contractor shall submit a mix design for the asphalt rubber crack sealant and fine asphalt concrete mix Type B,No. 4 at the preconstruction meeting to be approved by the County. . Prior to beginning the crack sealing work the Contractor and Engineer shall identify all cracks within the project limits that require filling. Traffic control for identifying and marking cracks shall be provided by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance conforming to the provisions in Section 6-1.07, "Certificate of Compliance," of the Standard Specifications for each shipment of crack sealant. The certificate shall certify that the sealant conforms to the specifications,and shall be accompanied with storage and heating instructions and cautions for the material. MATERIALS Modified asphalt crack sealant shall be a mixture of paving asphalt and ground rubber or ground rubber and polymer. The gradation of the ground rubber shall be such that 100 percent will pass a No. 8 sieve. Modified asphalt crack sealant shall conform to the following requirements (metric units): Test ASTM Designation Requirements Softening Point D36 82°C min. Cone Penetration @ 25°C D 5329 30 dmm,min. Resilience @ 25°C D 3407 40 percent min. Flow D 3407 3 mm max. Modified asphalt crack sealant material shall be furnished premixed in containers with an inside liner of polyethylene. Packaged material shall not.exceed 65 lbs in mass. Modified asphalt crack sealant material shall be capable of being melted and applied to cracks at temperatures below 400°F. When heated, it shall readily penetrate cracks '/fl- inch wide. PREPARATION Cracks to be filled and adjacent asphalt concrete surfacing shall be cleaned and shall be free of dirt, vegetation, debris and loose sealant. Cleaning shall be done by air blasting. Old sealant which protrudes above the asphalt concrete surfacing shall be completely removed. Routing will not be required. Hot compressed air or other means, approved by the Engineer, shall be used to clean and dry the crack immediately prior to application of crack sealant. When moisture is present, hot compressed air or other means, approved by the Engineer, shall be used to clean and dry the crack immediately prior to application of crack sealant. 136 APPLICATION Crack sealant shall be applied only after the.cracks and adjacent asphalt concrete surfacing have been cleaned and dried. Crack sealant material shall be spread with a nozzle or device approved for use by the Engineer and be placed within the specified temperature range and to the dimensions shown on the plans. Cracks shall be squeegeed as necessary after application of the.crack sealant material to remove excess material. The amount of sealant remaining on the pavement surface shall be kept to a minimum: MEASUREMENT AND PAYMENT The contract lump sum price paid for seal random cracks shall included full compensation for furnishing all labor, materials, tools,,equipment and incidentals and for doing all the work involved in sealing random cracks complete in place, including drying and cleaning cracks as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Larger cracks filled with fine asphalt concrete will be, measured and paid for as seal random cracks. Full compensation for traffic control to allow the Engineer to identify and mark. cracks shall be considered as included in the contract price paid for seal random cracks and no additional compensation will be allowed therefor. 10-1.15 ASPHALT CONCRETE Asphalt concrete shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. The Contractor shall submit an asphalt concrete mix design at the pre-construction meeting to be approved by the County. The mix design shall state the amount of asphalt binder to be mixed with the aggregate for asphalt concrete by weight of the dry aggregate based on California Test methods 366 and 367. If the supplier has an approved mix design that meets the requirements of these special provisions and the mix design is registered with the Contra Costa County Public Works Department, Materials Testing Laboratory, the Contractor need only submit a letter to the Engineer identifying the supplier, the mix registration number and the source of the aggregate. . Unless otherwise directed by the Engineer, asphalt binder to be mixed with aggregate shall be steam-refined paving asphalt, viscosity grade PG 64-10 conforming to the provisions in Section 92,"Asphalts,"of the Standard Specifications. When aggregate is tested in accordance with Test Method No. Contra Costa.County 214 (AC),the loss of sodium sulphate shall not exceed 9.6 percent. Aggregate shall be Type A conforming to the grading for the '/2" maximum, medium grading. Paint binder (tack coat) shall be RS-1 asphaltic emulsion. Paint binder used as a tack coat shall be applied at a rate specified by the Engineer within the following application ranges: 0.05 to 0.07 gallons per square yard on dense asphalt concrete subgrade 137 0.07 to 0.10 gallons per square yard on ground asphalt concrete subgrade 0.10 to 0.12 gallons per square yard for open graded asphalt concrete overlays When the Contractor's traffic control plan requires vehicles to be routed through the work on aggregate base, a prime coat will be required. The prime coat shall be applied a minimum of 12 hours prior to opening area to traffic. Full compensations for said prime coat shall be considered as included in the contract price paid per ton for asphalt concrete and no additional compensation will be made therefor. Asphalt concrete placed in the top layer of the surfacing shall be obtained from only one asphalt plant. The provisions in Section 39-6.02, "Spreading," of the Standard Specifications are amended with the following: While spreading the final lift .of asphalt concrete (wearing surface), all excess asphalt concrete along cold joints shall be carefully removed and disposed. This excess material shall not be placed by any means over the asphalt concrete being spread. Asphalt concrete placed in layers less than 0.15 feet in compacted thickness or widths of less than 5 feet shall be spread and compacted with the equipment and by the methods specified in Section 39, "Asphalt Concrete," of the Standard Specifications. All other asphalt concrete shall be spread and compacted in conformance with said Section 39, amended as follows: Section 39-5.02, "Compacting Equipment," of the Standard Specifications is amended to read: The Contractor shall furnish sufficient rolling equipment to obtain the compaction and surface finish required by these specifications. As a minimum, one roller shall be a pneumatic roller as described in Section 39-5.02, "Compacting, Equipment,".of the Standard Specifications. All rollers shall be equipped with pads and water systems which prevent sticking of asphalt mixtures to the pneumatic or steel-tired wheels. A parting agent, which will not damage the asphalt mixture, as determined by the Engineer, may be used to aid in preventing the sticking of the mixture to the wheels. Asphalt concrete shall be spread with an asphalt paver and shall be compacted by any means to obtain the specified density and surface finish to the lines, grades and cross section shown on the plans. The last paragraph of said Section 39-6.01 is amended to read: At locations where the asphalt concrete is to be placed over areas inaccessible to an asphalt paver, the asphalt concrete.shall be spread by any means that will obtain the specified results and shall be compacted to the specified density and to the required lines, grades and cross sections. 138 Section 39-6.03, "Compacting," of the Standard Specifications is amended by deleting the fifth and the seventh through tenth paragraphs and adding the following before the eleventh paragraph: Asphalt concrete shall be compacted to a relative compaction of not less than 93 percent. Relative compaction shall be based on comparison to the maximum theoretical asphalt concrete density (Rice gravity) using test method ASTM 2041-91. In place asphalt concrete densities will be determined using cores taken from the pavement. using California Tests 304 and 308. Lot and test site selection will be determined by the Engineer. Any lot of asphalt concrete that has relative compaction of less than 93 percent shall be removed and replaced by the Contractor at no cost to the Agency. If requested in writing by the Contractor, a lot with a relative compaction of 89.0 percent or greater may be accepted on the basis of a reduced payment. The Engineer will provide monitoring of the compaction process using a Troxler nuclear thin layer density gauge. If any lot tested indicates a relative compaction below 93 percent, the Contractor will be advised that he is not attaining the desired relative compaction and that his materials or his procedures, or both, need adjustment. Section 39-8.02, "Payment," of the Standard Specifications is amended by adding the following after the first paragraph: Asphalt concrete in a lot that is accepted on the basis of reduced payment will be paid for at the contract prices for the items of asphalt concrete involved multiplied by the following factors: Relative Compaction Pay Factor 93.0 and above 1.000 92.5 to 92.9 0.950 92.0 to 92.4 0.900 91.5 to 91.9 0.850 91.0 to 91.4 0.800 90.5 to 90.9 0.750 90.0 to 90.4 0.700 Asphalt concrete leveling as directed by the Engineer will be measured and paid for as asphalt concrete. Asphalt concrete for asphalt concrete driveways, asphalt concrete driveway conforms and intersecting private street conforms shall be Type A, 1/2" maximum, medium grading and shall conform to the provisions in Section 39, "Asphalt Concrete" of the Standard Specifications and these special provisions. 139 The asphalt concrete shall be placed in accordance with the provisions of Section 39- 7.01, "Miscellaneous Areas" of the Standard Specifications. Spreading and compacting shall be performed by methods that will produce an asphalt concrete surfacing of uniform smoothness,texture,and density. Asphalt concrete for driveways and conforms shall be measured and paid for as asphalt concrete (Type A, %z"maximum). Asphalt concrete driveway conforms with existing asphalt concrete shall be sawcut. Full compensation for sawcutting existing asphalt concrete curbs, sidewalks, driveways, and roadway shall be considered as included in the contract unit prices paid for asphalt concrete and no separate payment will be made therefor. Full compensation for excavating driveway conforms shall be considered as included in the contract unit prices paid for asphalt concrete and no separate payment will be made therefor. The quantities of aggregate base or aggregate subbase placed as a part of driveway conforms will not be measured. Full compensation for furnishing, placing and compacting aggregate base and aggregate subbase shall be considered as included in the contract prices paid for minor concrete(sidewalk)and no separate payment will be made therefor. The seventh paragraph of section 39-2.02 of the Standard Specifications is replaced with the following: If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the asphalt concrete or asphalt concrete base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the asphalt concrete or asphalt concrete base may remain in place and the Contractor shall pay the County $5.00 per ton for the asphalt concrete or asphalt concrete base represented by these test and left in place. The Department may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivialent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. The asphalt paver speed shall be set. at a speed that matches the rate of asphalt concrete delivered to the project site to minimize stopping of the asphalt paver and to ensure a smooth and seamless paved surface. Prior to any paving operations, the Contractor shall obtain the asphalt concrete plants' production rate for the proposed paving operation. Using this production rate and the number of trucks to be used for asphalt concrete delivery, the Contractor shall calculate the average rate of asphalt concrete delivery to the project site and speed of the asphalt paver that conforms to the delivery rate to minimize the amount of stopping by the asphalt paver. At least two (2) full working days prior to.any paving operations, the Contractor shall submit to the Engineer, the paving rate and speed of the asphalt paver, in tonnes per hour (tons per hour) and meters per minute (feet per min.), respectively. Included in the submittal to the Engineer shall be the number of trucks that will be delivering asphalt concrete, the estimated round trip cycle time of the trucks from the asphalt concrete plant to the project site along with the calculations used to determine the paving rate and speed. 140 AUTOMATIC SCREED.CONTROL In addition to the provisions in Section 39-5.01, "Spreading Equipment," of the Standard Specifications, asphalt paving equipment shall be equipped with automatic screed controls and a sensing device or devices. When placing the initial mat of asphalt concrete on existing pavement, the end of the screed nearest the centerline shall be controlled by a sensor activated by a ski device not less than 30 feet long. The end of the screed farthest from centerline shall be controlled by a sensor activated by a similar ski device. When paving contiguously with previously placed mats, the end of the screed adjacent to the previously placed mat shall be controlled by a sensor that responds to the grade of the previously placed mat and will reproduce the grade in the new mat within a 0.01-foot tolerance. The end of the screed farthest from the previously placed mat shall be controlled in the same way it was controlled when placing the initial mat. Should the methods and equipment furnished by the Contractor fail to produce a layer of asphalt concrete conforming to the provisions, .including straightedge tolerance, of Section 39-6.03, "Compacting," of the Standard Specifications, the paving operations shall be discontinued and the Contractor shall modify the equipment or methods, or furnish substitute equipment. Should the.automatic screed controls fail to operate properly during a day's work, the, Contractor may manually control the spreading equipment for the remainder of that day. However, the equipment shall be corrected or replaced with alternative automatically controlled equipment conforming to the provisions in this section before starting another day's work. The Contractor shall have a"backup" asphalt paver with similar spreading equipment that meets the specifications of the primary equipment,on site, in the event of breakdown of the primary equipment. Full compensation for the "backup" asphalt paver.shall be considered as included in the contract price paid for asphalt concrete and no additional payment will be made therefor. 10-1.16 PAVEMENT AND BASE FAILURE REPAIR This work shall consist of removing existing asphalt concrete pavement and underlying base rock and replacing the removed roadway section with new asphalt concrete as shown on the plans and in accordance with Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. The exact limits of,roadway section to be removed and replaced will be determined by the Engineer.. The minimum width of roadway section to be removed shall not be less than 4 feet. Existing roadway section removed during a work period shall be replaced before the time the lane is to be opened to public traffic as designated in "Maintaining Traffic"of these special provisions. The roadway section to be removed shall be ground with a milling machine capable of cutting to a neat line. .The roadway section shall be removed without damage to pavement that is to remain in place. Damage to pavement which is to remain in place shall be repaired to a condition satisfactory to the Engineer,.or the damaged pavement shall be removed and replaced with new asphalt concrete if ordered by the Engineer. Repairing or removing and 141 replacing pavement damaged outside the limits of pavement to be reconstructed shall be at the Contractor's expense. Removed materials shall be disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Disturbance of materials to be left in place shall be kept to a minimum during removal or roadway sections. The material remaining in place, after removing failed pavement and base rock to the required depth, shall be graded to a plane, watered, and thoroughly compacted. The finished surface of the remaining material shall not extend above the grade established by the Engineer. Areas where the grade is low as a result of over excavation shall be filled, at the Contractor's expense,with asphalt concrete. Asphalt concrete shall conform to the provisions for asphalt concrete in "Asphalt Concrete"of these special provisions except for payment. A paint binder (tack coat) of asphalt emulsion shall be furnished and applied to all vertical surfaces of the pavement failure repair. When the areas of pavement failure repair or base failure repair are 8 feet or less in width, the asphalt concrete may be spread by means of a spreader box. The spreader box shall be self-supported by wheels or tracks and shall have a screed:that will produce a compacted surfacing of uniform smoothness and texture conforming to the provisions in Section 39-9:03, "Compacting," of the Standard Specifications. The spreader box may be drawn by the asphalt material supply vehicle. .The quantity of pavement failure repair (including roadway excavation and the recompacting underlying base rock)to be paid for will be measured by the square yard. The area to be paid for will be calculated on the basis of the dimensions laid out in the field by the Engineer. The contract price paid per square yard for pavement failure repair shall include full compensation for furnishing all labor, materials (including asphalt concrete and asphaltic emulsion as paint binder),tools, equipment,flaggers,traffic control, and incidentals, and for doing all the work involved in pavement failure repair complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The quantityof base failure repair (including roadway excavation and recompacting underlying base rock) to be paid for will be measured by the square yard. The area to be paid for will be calculated on the basis of the dimensions laid out in the field by the Engineer. For base failure repair, the minimum,depth of roadway section to be removed shall be not less than the depths prescribed by the "Base Failure Repair Detail" on the "Typical Sections and Details"plan sheet. The contract price paid per square. yard for base failure repair shall include full compensation for furnishing all labor, materials (including asphalt concrete and asphalt emulsion as paint binder), tools, equipment, flaggers, traffic control, and incidentals for doing all the work involved in base failure repair, including roadway excavation, grading, watering, and recompacting underlying base rock, complete in place as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 142 10-1.17 PAVEMENT REINFORCING FABRIC Pavement reinforcing fabric shall conform to the provisions in Section 39-4.03, "Pavement Reinforcing Fabric," Section 88, ."Engineering Fabrics," and Section 92, "Asphalts,"of the standard specifications and these special provisions. Section 88-1.02, "Pavement Reinforcing Fabric"is amended as follows: Pavement reinforcing fabric shall be manufactured from polyester,polypropylene, or polypropylene-nylon material. The fabric shall be nonwoven of uniform thickness,heat treated on at least one side,and shall conform to the following: Specification Requirement Weight,oz/yd2, ASTM Designation:D 3776............. .................................:.... 4.1 min. Grab tensile strength(1 inch grip),lbs,min.in each direction, ASTM Designation:D 4632.................................................... 101 Elongation at break, percent min., ASTM Designation: D 4632.................................................... 40 Fabric Asphalt Retention,gallons per square yardl, ASTM Designation: D 6140.................................................... 0.20 to 0.25 residual asphalt Exact Value shall be provided by manufacturer as part of certificate of compliance Pavement reinforcing fabric rolls shall be delivered to project site fully enclosed in plastic to protect against sunlight and water. The rolls shall be stored off the ground and uniformly supported to prevent the core from bending. Surface Preparation A minimum of 2 days prior to applying. asphalt binder and pavement reinforcing fabric, all pavement failure repair and asphalt concrete leveling shall be completed as shown on the plans and as directed by the Engineer. If this work is performed within 2 days of applying asphalt binder and pavement reinforcing fabric,the Contractor shall seal the newly paved surfaces by applying a light tack coat of SS-1 emulsion and sand as directed by the Engineer. All cold-planed asphalt concrete conforms and keycuts shall receive a light coat of liquid asphalt at the approximate rate of 0.42 lbs./yd2 (equivalent to 0.05 gal/yd2 at 60° F) prior to placing binder and pavement reinforcing fabric. Prior to applying asphalt binder, all cracks in existing pavement, between '/4-inch and -inch in width, shall be pneumatically cleaned and filled with hot pour rubberized Type 2 crack sealant. Cracks larger than %2-inch in width shall be filled with fine hot mix asphalt concrete. This work shall be done as specified elsewhere in the special provisions. The existing pavement surface shall be dry and free of loose or extraneous material prior to applying the asphalt binder and pavement reinforcing fabric. The Contractor. shall clean the surface by sweeping or other means to remove all loose particles of paving, all dirt and other extraneous material immediately before applying the asphalt binder. 143 Binder and Fabric Placement Applying asphalt binder and placing pavement-reinforcing fabric shall be made only under the following conditions: • the ambient air temperature is above 50°F and rising, and The existing pavement is dry and pavement temperature is 40°F and rising Before placing the pavement reinforcing fabric, an asphalt binder:shall be applied to the surface to receive the pavement reinforcing fabric. The binder shall be Grade PG 70- 10 paving asphalt conforming to Section 92, "Asphalts," of the Standard Specifications and these special provisions. The liquid asphalt shall be spread at an approximate rate of 2.10 lbs./yd2 (equivalent to 0.25 gal/yd2 at 60° F). When the entire pavement surface is cold-planed and not pre-coated as described elsewhere in these special provisions, the binder shall be spread at the approximate rate of 2.52 lbs/yd2(equivalent to 0.30 gal/yd2 at 60°F). The volumetric spread rate shall be adjusted to provide the specified mass spread rate using the conversion table in Section 93, "Liquid Asphalts," of the Standard Specifications for the temperature of the liquid asphalt measured at the distributor truck spray bar. The exact rate will be determined by the Engineer based on the existing pavement surface condition, the fabric asphalt retention value, and the actual asphalt density at spray temperature. No reduction in spread rate shall be allowed for the sole purpose of minimizing fabric pickup by subsequent construction equipment. The binder shall be applied to a width equal to the width of the pavement reinforcing fabric mat plus 4 inches on each side. The pavement reinforcing fabric shall be placed with the heat-treated (smooth) side up. The equipment for placing the asphalt reinforcing fabric shall be mechanical, capable of handling full rolls of pavement reinforcing fabric, tensioning bars and full width brooms properly adjusted to initially seat the fabric and remove bubbles. The fabric shall be placed into the asphaltic binder with a minimum of wrinkles. Large wrinkles (1" and larger) shall be slit and lapped in the direction of paving. Burning or torching of wrinkles will not be allowed. The.fabric shall overlap two to six inches at the longitudinal joints and no more than two inches at the transverse joints. No joints shall be lapped with more than two layers of fabric. Transverse joints shall be shingled in the direction of the paving. The Contractor shall control the temperature of the asphalt binder in the distributor truck such that it does not cause damage to the pavement reinforcing fabric due to high binder temperatures at time of fabric placement. If the pavement reinforcing fabric width shrinks in excess of 3%, the temperatures of the asphalt binder shall be considered excessive. (In no case shall the fabric shrinkage cause longitudinal fabric overlaps to be less than 2 inches.) Should this occur, the Contractor shall immediately cease operations and make necessary adjustments as approved by the Engineer before resuming operations. The Contractor's options are to place the liquid asphalt binder at a lower temperature or use separate equipment to place .the pavement reinforcing fabric a sufficient-distance behind the distributor truck to allow the,binder to cool on grade prior to fabric placement. When using separate equipment for placing the pavement reinforcing fabric, it shall be mechanized and disconnected from the liquid asphalt binder distributor truck. It shall be capable of handling full rolls of pavement reinforcing fabric, shall have an adjustable 144 tension bar, and shall have full roll width brooms to initially seat pavement reinforcing fabric and remove air bubbles. Final seating (bonding) of the pavement reinforcing fabric with the existing pavement and to smooth out any wrinkles shall be accomplished by one full coverage of fabric with a pneumatic roller. Pavement reinforcing fabric shall not be placed in areas of conforms tapers where the compacted thickness of the overlaying asphalt concrete is less than 0.12 feet. PAYMENT Full compensation for asphalt binder shall be considered as included in the contract price paid per square yard for.reinforcing pavement fabric and no separate payment will be made therefor. Full compensation for'applying the additional asphalt binder on existing cold-planed asphalt concrete surfaces shall be considered as included in the various contract prices paid for cold-planing asphalt concrete and no additional compensation will be allowed therefor. Full compensation for applying light tack coat of SS-1 emulsion and sanding newly repaired and leveled asphalt concrete areas shall be considered as included in the contract prices paid for various items of work and no additional compensation will be allowed therefor. Asphalt concrete leveling as directed by the Engineer will be measured and paid for as asphalt concrete. Full. compensation for pneumatic rolling of pavement reinforcing fabric, when required elsewhere in these special provisions, shall be considered as included in the contract price paid per square yard for pavement reinforcing fabric and no additional compensation will be allowed therefor. 10-1.18 RAPID SETTING CONCRETE PATCHES This work shall consist of cleaning the bridge deck surfaces and furnishing, placing, and finishing concrete patches. Concrete patches shall be placed in conformance with the details shown on the plans, the ,provisions of the Standard Specifications, and these special provisions. The concrete material shall be a high-strength material consisting of either magnesium phosphate concrete, modified high alumina based concrete or portland cement based concrete. Magnesium phosphate concrete shall conform to the requirements for magnesium phosphate concrete in Section.83=2.02D(1), "General," of the Standard Specifications and these special provisions. Modified high alumina based concrete and portland'cement based concrete shall be water activated and shall conform to the requirements for single component (water activated) magnesium. phosphate concrete in Section 83-2.02D(1), "General, of the Standard Specifications and these special provisions. A clean uniform rounded aggregate filler may be used to extend the concrete. The moisture content of the aggregate shall not exceed 0.5 percent. Grading of the aggregate shall conform to the following: 145 Sieve Size Percentage Passing 1/211 100 No. 16 0-5 The amount of aggregate filler shall conform to the manufacturer's recommendations, but in no case shall the concrete strengths be less than that specified for magnesium phosphate concrete in Section 83-2.02D(1), "General," of the Standard Specifications. Mixing of components of dual component (with a prepackaged liquid activator) magnesium phosphate shall be by complete units, supplied by the manufacturer. Portions of units shall not be used. Water shall not be added to dual component magnesium phosphate. Cleaning the contact surfaces of existing concrete shall be accomplished by abrasive blast cleaning the concrete and exposed reinforcing steel, as necessary,to remove all rust, paint, grease, asphalt or other foreign materials. A minimum of 1/8 inch of concrete shall be removed. Immediately prior to applying the new concrete, the surfaces shall be recleaned by sweeping and pressure jetting, or by other approved means, as necessary to remove debris which has ,accumulated during construction or after abrasive blast cleaning. The surface temperature of the areas to be covered shall be 39°F or above when the concrete is applied. Methods proposed to heat said surfaces are subject to approval by the Engineer. The contact surface for the magnesium phosphate concrete shall be dry. The contact surfaces for modified high alumina based concrete or portland cement based concrete may be damp but not saturated. Magnesium phosphate concrete shall not be mixed in containers or worked with tools containing zinc, cadmium, aluminum or copper. Modified high alumina based concrete shall not be mixed in containers or worked with tools containing aluminum. Concrete shall not be retempered. Finishing tools that are cleaned with water shall be thoroughly dried before working the concrete. . When placing concrete on slopes exceeding 5 percent, the Engineer may require the Contractor to provide a flow controlled modified material. Modified high alumina based concrete and portland cement based concrete shall be cured in conformance with the provisions in Section 90-7.01B, "Curing Compound Method," of the Standard Specifications. Magnesium phosphate concrete shall not be cured. Unless otherwise permitted in writing by the Engineer, public traffic shall not be permitted on the new concrete until at least one hour after final set. . If the patched surface becomes contaminated at any time prior to placing the bridge . deck methacrylate resin treatment,the surface shall be cleaned by abrasive blasting. Rapid setting concrete (patch)will be measured and paid for by the cubic foot. The quantities of rapid setting concrete (patch), in cubic feet, to be paid for will be determined from the total number of pounds of concrete actually used in the patch divided by a plastic density of 135.pounds per cubic foot. Wasted or unused concrete will not be included. The number of pounds of concrete, with or without aggregate filler, will be determined from scale weights. The contract price paid per cubic foot for rapid setting concrete (patch) shall include full compensation for furnishing all labor,materials, tools, equipment, and incidentals, and for doing all the work involved in constructing concrete patches, including cleaning 146 contact surfaces, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. . 10-1.19 BRIDGE DECK METHACRYLATE RESIN TREATMENT This work includes furnishing,testing, and application of methacrylate resin and sand on bridge decks as shown on the plans and as specified in these special provisions. Before starting deck treatment,the Contractor shall submit plans in conformance with Section 5-1.02, "Plans and Working Drawings," of the Standard Specifications and these special provisions for the following: A. Public safety plan for the use of methacrylate resin B. Placement plan for the construction operation The plans shall identify materials, equipment,and methods to be used. The public safety plan for the use of methacrylate resin shall include details for the following: A. Shipping B. Storage C. Handling . D. Disposal of residual methacrylate resin and the containers When methacrylate resin work is to be conducted within 100 feet of a residence, business, or public space, including sidewalks under a structure, the Contractor shall notify the public at least 7 days before starting work and monitor airborne emissions during the work. Public notification and monitoring of airborne.emissions shall conform to the following: A. The public safety plan shall include a copy of the notification letter and a list of addresses and locations where the letter will be delivered and posted. The letter shall state the methacrylate resin work locations, dates, times, and what to expect. The letter shall be delivered to each residence and each business within 100 feet of the methacrylate resin work. The letter shall be delivered to local fire and police responders, and it shall be posted at the job site. 'B. The .public safety plan shall include an airborne emissions monitoring plan prepared by a certified industrial hygienist and a copy of the hygienist's certification. Airborne emissions shall be monitored at a minimum of 4 points including the. point of mixing, the point of application, and the point of nearest public contact, as determined by the Engineer. At the completion of methacrylate resin work, a report by the certified industrial hygienist with results of the airborne emissions monitoring plan shall be submitted to the Engineer. The placement plan for construction shall include the following: 147 A. Schedule.of deck treatment for each bridge. The schedule shall be consistent with "Maintaining Traffic" of these special provisions and shall include time for the Engineer to perform California Test 342. B. Methods and materials to be used, including the following: 1. Description of equipment for applying the resin 2. Description of equipment for applying the sand 3. Gel time range and final cure time for the'resin 4. List of on-site staff and description of on-site equipment to be on standby for abrasive blasting If the measures proposed in the safety plan are inadequate to provide for public safety associated with the use of methacrylate resin, the Engineer will reject the plan and direct the Contractor to revise the plan. Directions for revisions will be in writing and include detailed comments. The Engineer will notify the Contractor of the approval or rejection of a submitted or revised plan within 15 days of receipt of that plan. In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in completing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. Before treating bridge decks, the deck surface shall be cleaned, unsound concrete removed, and voids patched as shown on the plans and as specified in "Prepare Concrete Deck Surface", "Remove Unsound Concrete", and "Rapid Setting Concrete Patches" these special provisions. MATERIALS Before using methacrylate resin, a Material Safety Data Sheet shall be submitted for each shipment of resin. Methacrylate resin shall be low odor and have a high molecular weight. Before adding initiator, the resin shall have a maximum volatile content of 30 percent when tested in conformance with the requirements in ASTM Designation: D 2369, and shall conform to the following: 148 PROPERTY REQUIREMENT TEST METHOD *Viscosity 25 cP,maximum, ASTM D 2196 (Brookfield RVT with UL adaptor, 50 RPM at 77°F *.Specific Gravity 0.90 minimum, ASTM D 1475 at 77°F *Flash Point 180°F,minimum ASTM D 3278 *Vapor Pressure 1.0 mm Hg, ASTM D 323 maximum,at 77°F Tack-free Time 400 minutes, Specimens prepared maximum,at 25°C per California . Test 551 PCC Saturated 3.5 MPa,minimum California Test 551 Surface-Dry Bond at 24 hours and Strength 21 f IOC * Test shall be performed before adding initiator. TESTING The Contractor shall allow 20 days for sampling and testing by the Engineer of the methacrylate resin before proposed use. If bulk resin is to be used, the Contractor shall notify the Engineer in writing at least 15 days before the delivery of the bulk resin to the job site. Bulk resin is any resin stored in containers in excess of 55 gallons. Before starting production treatment, the Contractor shall treat a test- area of approximately 500 square feet that is within the project limits and at a location approved by the Engineer. When available the test area shall be outside of the traveled way. Weather and pavement conditions during the test treatment shall be similar to those expected on the deck. Equipment used for testing shall be similar to those used for deck treating operations. During test and production'deck treatment,test tiles shall be used to evaluate the resin cure time. The Contractor shall'coat at least one 4 inch x 4 inch commercial quality smooth glazed tile for each batch of methacrylate resin. The coated tile shall be placed adjacent to the corresponding treated area. Sand shall not be applied to the test tiles. The acceptance criteria for a treated test area is as follows: A. The test tiles are dry to the touch. B. The treated deck surface is tack free(non-oily). C. The sand cover adheres and resists brushing by hand. D. Excess sand has been removed by vacuuming or sweeping. E. The coefficient of friction is at least 0.35 when tested .in conformance with California Test 342. Deck treatment on the test area shall demonstrate that the methods and materials meet the acceptance criteria and that the production work will be completed within the specified time for maintaining traffic. 149 If a test area fails to meet the acceptance criteria, as determined by the Engineer, the test will be rejected, and the treatment shall be removed and replaced until the test area complies with the acceptance criteria. CONSTRUCTION Equipment shall be fitted with suitable traps, filters, drip pans, or other devices as necessary to prevent oil or other deleterious material from being deposited on the deck. A compatible promoter/initiator system shall be capable of providing the resin gel time range shown on the placement plan. Gel time shall be adjusted to compensate for the changes in temperature throughout treatment application. Resin shall be applied by machine and by using a two-part resin system with a promoted resin for one part and an initiated resin for the other part. This two-part resin system shall be combined at equal volumes to the spray bars through separate positive displacement pumps. Combining of the 2 components shall be by either static in-line mixers or by external intersecting spray fans. The pump pressure at the spray bars shall not be great enough to cause appreciable atomization of the resin. Compressed air shall not be used to produce the spray. A shroud shall be used to enclose the spray bar apparatus. . At the Contractor's option, manual application may be used when necessary to prevent overspray of resin onto adjacent traffic. For manual application, the quantity of resin mixed with promoter and initiator shall be limited to 5 gallons at a time. The Contractor shall apply methacrylate resin only to the specified area. Barriers, railing, joints, and drainage facilities shall be adequately protected to prevent contamination by the treatment material. Contaminated items shall be repaired at the Contractor's expense. . The relative humidity shall be less than 90 percent at the time of treatment. . The prepared area shall be dry and the surface temperature shall be at least 50°F and not more than 100°F when the resin is applied. The rate of application of promoted/initiated resin shall be approximately 90 square feet per gallon; the exact rate shall be determined by the Engineer. The deck surfaces to be treated shall be completely covered with resin so the resin penetrates and fills all cracks. The resin shall be applied within 5 minutes after complete mixing. A significant increase in viscosity shall be cause for rejection. Excess material shall be redistributed by squeegees or brooms within 10 minutes after application. For textured deck surfaces, including grooved surfaces, excess material shall be removed from the texture indentations. . After the resin has been applied, at least 20 minutes shall elapse before applying sand. The sand shall be commercial quality dry blast sand. At least 95 percent of the sand shall pass the No. 8 sieve and at least 95 percent shall be retained on the No. 20 sieve. The sand shall be applied at a rate of approximately 2 pounds per square foot or until refusal as determined by the Engineer. Traffic will not be allowed on the treated area until the Engineer has determined that the following conditions have been met: A. The test tiles are dry to the touch. B. The treated surface is tack free (non-oily). 150 C. The sand cover adheres and resists brushing by hand. D. Excess sand has been removed by vacuuming or sweeping. If a treated area does not meet the listed conditions and the allowable lane closure time is about to expire, the treatment will be rejected. The Contractor shall immediately remove the rejected deck treatment by the blast method shown in the placement plan. The Contractor shall submit a plan and revised schedule for replacement of rejected deck treatment materials. MEASUREMENT AND PAYMENT Bridge deck methacrylate resin treatment will be measured by the square foot based on the dimensions shown on the plans and will be paid for as treat bridge deck. Furnish bridge deck treatment material will be measured by the gallon of mixed methacrylate resin actually placed and will be paid for as furnish bridge deck treatment material. No payment will be made for materialswasted or not incorporated in the work. . The contract price paid per square foot for treat bridge deck shall include full compensation for furnishing all labor, materials (including sand, but excluding treatment material), tools, equipment, and incidentals, and for doing all the work involved in test areas, test tiles, applying treatment 'material, removing excess sand, for furnishing standby blast crew, and for removing and replacing rejected materials as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract price paid per gallon for furnish bridge deck treatment.material (low odor) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to furnish the bridge deck treatment material to the site of.the . work, ready for application, as specified in the Standard Specifications and these.special provisions, and as directed by the Engineer. Full compensation for execution of the public safety plan,..including the airborne emissions monitoring work done by the certified industrial hygienist and notification of the public, shall be considered as included in the contract prices paid for the items of work involving bridge deck methacrylate resin treatment, and no additional compensation will be allowed therefor. Full compensation for. providing traffic control for the Engineer to perform inspections and testing shall be considered as included in the contract prices paid for the items of work involving bridge deck methacrylate resin treatment, and no additional compensation will be allowed therefor. 10-1.20 MISCELLANEOUS CONCRETE CONSTRUCTION Concrete curbs,rolled curbs, sidewalks, gutter depressions,valley gutters,island paving, curb ramps, ditches and driveways shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," of the Standard Specifications,except as modified herein. The.second paragraph of Section 73-1.01, "Description," of the Standard Specifications is amended to read: Such work shall be constructed of minor concrete conforming to the provisions in Section 90-10, "Minor Concrete," except as follows: 151 Except for valley gutter construction, Class 3 concrete (min. 505 lbs of cementious material per cubic yard) shall be used for all miscellaneous concrete work. Class 2 concrete (min. 590 lbs of cementious material per cubic yard) shall be used for valley gutters. The maximum size of aggregate used for miscellaneous concrete construction shall be 1 inch. Where sidewalk is to be constructed immediately adjacent to new concrete curb, the curb and.sidewalk shall be constructed monolithically. No deviation in shape and design of curb ramps and driveways with sidewalk from the standard plans will be allowed, unless such deviations are noted on the construction plans. The Contractor shall utilize screed boards or templates to guide the casting of the curb ramps and driveways with sidewalk to the dimensions shown on the appropriate standard plan or construction plan. With the exception of the transition length between the rolled curb and the concrete curb, free forming of these facilities will not be allowed. Conforms with existing concrete shall be sawcut. After sawcutting, concrete shall be cleaned. The concrete may be cleaned by abrasive blast cleaning or other methods approved by the Engineer. Repairs shall be made by removing and replacing the entire unit between joints. Full compensation for sawcutting existing concrete curbs, sidewalks, driveways, and curb ramps shall be considered as included in the contract unit prices paid for minor concrete and no separate payment will be made therefor. Full compensation for demolition and disposal of existing miscellaneous concrete, asphalt, and aggregate base, and excavation to subgrade shall be included in the contract prices paid for minor concrete and no separate payment will be made therefor. Aggregate subbase or aggregate base for miscellaneous concrete shall conform to Section 25,"Aggregate Subbases,"respectively,of the Standard Specifications. The quantities of aggregate base or aggregate subbase placed under minor concrete will not be measured. Full compensation for furnishing,placing and compacting aggregate base and aggregate subbase shall be considered as included in the contract prices paid for minor concrete and no separate payment will be made therefor. When constructing new curb, rolled curb, sidewalk, or driveway adjacent to existing curb, sidewalk or driveway, the Contractor shall dowel the existing concrete to the new concrete with No. 4 reinforcing bars. Two No. 4 bars shall be used to dowel new curb to existing curb,otherwise No. 4 bars shall be spaced at 3 foot maximum intervals in doweling new and existing concrete. Embedment shall be 6 inches minimurn into both the new and existing concrete. Full compensation for doweling into existing concrete, and dowels, shall be considered as included in the contract prices paid for minor concrete and no additional compensation will be allowed therefor. The lengths of curbs at structures, designated as aprons and transitions on the plans,will not be measured. Full compensation for aprons and transitions shall be considered as 152 included in the contract unit prices paid for minor structures and no separate payment will be made therefor. Driveways, curb ramps and sidewalks which are contiguous with curb will be measured from a point 6 inches behind the face of curb. Curbs shall include curb transitions and depressions along driveways and curb ramps. Rolled curb and median nose will be measured and paid for as minor concrete (SI-6 curb). Driveways and curb ramps will be paid for as minor concrete(sidewalk). No deduction in quantities of minor concrete (sidewalk) will be made for utility covers and portions'of inlets behind the projected back of curb line. The fourth paragraph of Section 73-1.05, "Curb Construction," shall apply. Expansion joints will be required. In lieu of the provisions in Sections 73-1.07, "Measurement," and 73-1.08, "Payment," of the Standard Specifications, measurement and payment for miscellaneous concrete construction will be made in units as specified in-the bid proposal. CURB RAMP DETECTABLE WARNING SURFACES Cast in Place Detectable Warning Surfaces shall consist of raised truncated domes installed on curb ramps and at certain driveways, in conformance with the details shown on the plans, these special provisions, and in accordance with the manufacturer's plans, specifications, and installation instructions (See Appendix). . Cast in Place Detectable Warning Surfaces shall be prefabricated tiles set directly in newly poured concrete. For retrofitting pre-existing curb ramps, Detectable Warnings (Surface Applied) shall consist of raised truncated domes installed on existing curb ramps, in conformance with the details shown on the plans,. these special provisions, and in .accordance with the manufacturer's plans, specifications, and installation instructions (See Appendix). Detectable Warnings (Surface Applied) shall be prefabricated tiles secured onto existing curb ramps with concealed mechanical fasteners and structural adhesive. The color of the Detectable. Warnings shall be yellow conforming. to Federal Standard 59513, Color No. 33538. .Prefabricated Detectable Warnings shall be in conformance with the requirements established by the Department of General Services,Division of State Architect. The finished surfaces of the detectable warning surface shall be free from blemishes. . Cast-in-Place Detectable_Warnings shall be Armor—Tile Cast In Place Tile Systems, manufactured by Engineered Plastics, Inc., Williamsville, New York (800-682-2525, www.armor-tile.com), or approved equal in accordance with the "Substitution of Specified or Approved Equal Items" section of these special provisions. Detectable Warnings (Surface Applied) shall be Armor—Tile Surface Applied Tile Systems, manufactured by Engineered Plastics, Inc., Williamsville, New'York (800-682- 153 2525, www.armor-tile.com), or approved equal in accordance with the "Substitution of Specified or Approved Equal Items"section of these special provisions. The manufacturer shall provide a written 5-year warranty for prefabricated detectable warning surfaces, guaranteeing replacement when there is defect in the dome shape, color fastness, sound-on-cane acoustic quality, resilience, or attachment. The warranty period shall begin upon the date of acceptance of improvements. Full compensation for famishing and installing cast-in-place detectable warning surfaces in new curb ramps shall be considered as included in the contract price paid for minor concrete (sidewalk) and no separate payment will be made therefor. Detectable Warnings (Surface Applied) will be paid by the square foot. The contract price paid per square foot for Detectable Warnings (Surface Applied) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in constructing the surface applied detectable warning surfaces, complete in place, as shown on the plans, as specified in the Standard Specifications and.in these special provisions, and as directed by the engineer, and no additional compensation will be allowed therefor. 10-1.21 TRAFFIC STRIPES AND PAVEMENT MARKINGS Thermoplastic traffic stripes (traffic lines) and pavement markings shall be applied in conformance with the provisions in Section 84, "Traffic Stripes and Pavement Markings," of the Standard Specifications and these special provisions. Thermoplastic striping shall not be applied using hand cart methods. Thermoplastic material.shall be free of lead and chromium, and shall conform to the requirements in State Specification PTH-02ALKYD. Retroreflectivity of the thermoplastic traffic stripes and pavement markings shall conform to the requirements in ASTM Designation: D 6359-99. White thermoplastic traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 250 mcd m-2 lx1. Yellow thermoplastic traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 150 mcd m-2 lx 1. Where striping joins existing striping, as shown on the plans, the Contractor shall begin`and end the transition from the existing striping pattern into or from the new striping pattern a sufficient distance to ensure continuity of the striping pattern. Thermoplastic traffic stripes shall be applied at the minimum thickness and application rate as specified below. The minimum application rate is based on a solid stripe of 4.inches in width. Minimum Minimum Stripe Thickness Application Rate (inch) (lb/ft) 0.098 0.34 Thermoplastic traffic stripes and pavement markings shall be free of runs, bubbles, craters,drag marks, stretch marks, and debris. At the option'of the Contractor,permanent traffic striping and pavement marking tape conforming to the provisions in "Prequalified and Tested Signing and Delineation 154 Materials" of these special provisions may be placed instead of the thermoplastic traffic stripes and pavement markings specified herein. Permanent tape, if used, shall be installed in conformance with the manufacturer's specifications. If permanent tape is placed instead of thermoplastic traffic stripes and pavement markings, the tape will be measured and paid for by the linear foot as thermoplastic traffic stripe and by the square foot as thermoplastic pavement marking. The first paragraph of Section 84-2.05, "Measurement, of the Standard Specifications is amended to read: Thermoplastic traffic stripes will be measured by the linear foot of traffic detail, without deductions for gaps in broken traffic stripes, regardless of the number of individual stripes comprising the detail (e.g. Detail 29. placed between Station 1+00 and Station 2+00 will be measured as 100 linear feet even though it consists of 400 linearfeet of stripe). Section 84-2.06, "Payment," of the Standard Specifications is amended to read: The contract prices paid per linear foot for thermoplastic stripe details designated in the Engineer's Estimate and per square foot for thermoplastic pavement markings shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in applying thermoplastic traffic stripes, pavement markings and pavement markers, complete in place, including alignment for stripes and layout work, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The first paragraph of Section 84-3.06, "Measurement," of the . Standard Specifications is amended to read: Painted traffic stripes will be measured by the linear foot of traffic detail, without deductions for gaps in broken traffic stripes, regardless of the number of individual stripes comprising the detail (e.g. Detail 29 placed between Station 1+00 and Station 2+00 will be measured as 100 linear feet even though it consists of 400 linear feet of stripe). Painted pavement markings will be measured by the square foot for the actual area painted. Section 84-3.07, "Payment" of the Standard.Specifications is amended to read: The contract prices.paid per linear foot for paint traffic stripe details designated in the Engineer's Estimate and per square foot for paint pavement markings shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in painting traffic stripes, pavement markings and pavement markers, complete in place including alignment for stripes, and layout work, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. Full compensation for painting median island nose shall be considered as.included in the contract prices paid for the various..items of work and no separate.payment will be made therefor. 155 10-1.22 PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85,."Pavement Markers," of the Standard Specifications and.these special provisions. Retroreflective pavement markers shall be marked as abrasion resistant on the body of the markers. The Contractor shall furnish the Engineer certificates of compliance for the pavement markers in conformance with the provisions in Section 6-1.07, "Certificates of Compliance,"of the.Standard Specifications. Sections 85-1.08, "Measurement," and 85-1.09, "Payment," of the Standard Specification are modified by the following: Full compensation for pavement markers which are shown on traffic stripe details shall be considered as included.in the contract prices paid per linear foot for traffic stripe details and no separate payment will be made therefor. 10-1.23 SIGNAL DETECTOR LOOP Signal detector loop shall conform to the provisions in Section 86, "Signals, Lighting and Electrical System,"of the Standard Specifications and these special provisions. Loop wire shall be Type 1. The loop lead-in cable shall be Type B. Round/circle loops are not acceptable. Each cable shall be identified in the pull-box nearest the loop and in the controller cabinet as to its"phase and loop number." Conductors to be buried in the pavement shall be installed only in the presence of the Engineer. All loops shall be connected in series. Asphaltic emulsion sealant, shall be used to install the detector loops installed prior to a "final lift" of asphalt. Hot-melt rubberized asphalt sealant shall be used to install the detector loops installed in the top lift of asphalt (new or existing). Epoxy shall be used in concrete surfaces. Asphalt concrete shall be used to fill all curb termination points. At least 5 days prior to any work which may affect signal loops, the Contractor shall coordinate with the Contra Costa County signal shop at 925-313-7052 regarding signal operations. The contract unit price paid for install signal detector loop shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in installing signal detector loops complete in place, including sawcutting asphalt to place loop wire and lead-in.cable, sealing the sawcut and connecting new loops to existing pull-box as shown on the plans, as specified in the Standard Specifications and these special provisions,and as directed by the Engineer. 156 SECTION 11. (BLANK) SECTION 12. (BLANK) SECTION 13. (BLANK) SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS 157 GENERAL.—The work herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Gov- ernment and applicable to work financed in whole or in part with 3.Phone number of joint venture Federal funds will apply to such work. The "Required Contract Provisions, Federal-Aid Construction Contracts, "Form FHWA 1273, are included in this Section 14. Whenever in said required contractprovisions references are made to "SHA contracting 4.Identify the firms which comprise the joint venture. (The officer", "SHA resident engineer",or"authorized representative of the SHA", such references shall be construed to mean "Engineer" MBE partner must complete Schedule A.) as defined in Section 1-1.18 of the Standard Specifications. PERFORMANCE OF PREVIOUS CONTRACT.—In ad- dition to the provisions in Section II, "Nondiscrimination," and Section VII, "Subletting or Assigning the Contract," of the re- quired contract provisions, the Contractor shall comply with the a:Describe the role of the MBE firm in the joint venture. following: The bidder shall execute the CERTIFICATION WITH RE- GARD TO THE PERFORMANCE OF PREVIOUS CON- TRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF b.Describe very briefly the experience and business REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess of qualifications of each non-MBE joint venturer: $10,000 will be considered under the provisions of Section VII of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above,. executed by the proposed subcontractor. NON-COLLUSION PROVISION.—The provisions in this 5.Nature of the joint venture's business section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112, requires as a condi- tion precedent to approval by the Federal Highway Administrator 6.Provide a copy of the joint venture agreement. of the contract for this work that each bidder file a sworn statement executed. by, or on behalf of, the person, firm, association, or 7.What is the claimed percentage of MBE ownership? — corporation to whom such contract is to be awarded,certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free 8.Ownership of joint venture: (This need not be filled in if competitive bidding in connection with the submitted bid. A form to make the non-collusion affidavit statement required by Section described in the joint venture agreement, provided by question 112 as a certification under penalty of perjury rather than as a sworn statement as permitted by 28,USC,Sec. 1746,is included in 6•)• the proposal. PARTICIPATION BY MINORITY BUSINESS EN- TERPRISES IN SUBCONTRACTING.—Part 26, Title 49, Code of Federal Regulations applies to this Federal-aid project. Pertinent sections of said Code are incorporated in part or in its entirety within other sections of these special provisions. Schedule B—Information for Determining Joint Venture Eli- gibility (This form need not be filled in if all joint venture firms are minority owned.) 1.Name of joint venture 2.Address of joint venture 158 ............................................................................................ Name of Firm Name of Firm ..................................................................................................... Signature Signature ...................................................................................................... Revised 3-95 Name Name 08-07-95 FR-1 ...................................................................................................... Title Title a.Profit and loss sharing: b.Capital contributions,including equipment. ...........................................................................6;i.................... c.Other applicable ownership interests. Date 9.Control of and participation in this contract. Identify by Date name,race, sex,and"firm"those individuals(and their titles) who are responsible for day-to-day management and policy State of decision making, including, but not limited to, those with prime responsibility for: County of a.Financial decisions On this day of 19 before me b.Management decisions,such as: appeared (Name) to me personally known, who, being duly sworn, did execute the foregoing affi- 1.Estimating davit and did state that he or she was properly authorized by (Name of firm) to execute the 2.Marketing and sales affidavit and did so as his or her free act and deed. Notary Public. 3.Hiring and firing of management personnel Commission expires [Seal] 4.Purchasing of major items or supplies Date State of County of c.Supervision of field operations On this day of 19bef ore me appeared(Name) to me personally known, Note.—If,after filing this Schedule B and before the comple- tion of the joint venture's work on the contract covered by this who, being duly sworn,did execute the foregoing affidavit, and regulation, there is any significant change in the information submitted, the joint venture must inform the grantee, either di- did state that he or she was properly authorized by (Name of rectly or through the prime contractor if the joint venture is a subcontractor. firm) to execute the affidavit Affidavit and did so as his or her free act and deed. "The undersigned swear that the foregoing statements are cor- Notary Public rect and include all material information necessary to identify and explain the-terms and operation of our joint venture and the Commission expires intended participation by each joint venturer in the undertaking. Further, the-undersigned covenant and agree to provide to [Seal] grantee current,complete and accurate information regarding ac- tual joint venture work and the payment therefor and any pro- posed changes in any of the joint venture arrangements and to permit the audit and examination of the books,records and files of the joint venture, or those of each joint venturer relevant to the joint venture,by authorized representatives of the grantee or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements.". . 159. Revised 3-95 08-07-95 FR-2 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) dance with the procedures of the U.S.Department of Labor(DOL) Page as set forth in 29 CFR 5,6,and 7. Disputes within the meaning of this clause include disputes between the contractor(or any of its I. General ...................................................................... 3 subcontractors) and the contracting agency, the DOL, or the II. Nondiscrimination ..................................................... 3 contractor's employees or their representatives. III. Nonsegregated Facilities ........................................... 5 IV. Payment of Predetermined Minimum Wage ............. 6 6.Selection of Labor: During the performance of this contract, V. Statements and Payrolls ............................................ g the contractor shall not: VI. Record of Materials,Supplies,and Labor ................. 9 a.discriminate against labor from any other State,possession, VII. Subletting or Assigning the Contract ........................ 9 or territory of the United States (except for employment VIII. Safety: Accident Prevention ..................................... 10 preference for Appalachian contracts, when applicable, as IX. False Statements Concerning Highway Project.......... 10 specified in Attachment A),or X. Implementation of Clean Air Act and Federal Water Pollution Control Act................................................. 10 b.employ convict labor for any purpose within the limits of XI. Certification Regarding Debarment,Suspension, the project unless it is labor performed by convicts who are on Ineligibility,and Voluntary Exclusion ................. I I parole,supervised release,or probation. XII. Certification Regarding Use of Contract Funds for II. NONDISCRIMINATION Lobbying ................................................................... 12 ATTACHMENTS (Applicable to all Federal-aid construction.contracts and to all related subcontracts of$10,000 or more.) A.Employment Preference for Appalachian Contracts(included 1.Equal Employment Opportunity: Equal employment in Appalachian contracts only) opportunity (EEO) requirements not to discriminate and to take I. GENERAL affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, and 41 CFR 60) and orders of the Secretary of 1.These contract provisions shall apply to all work performed Labor as modified by the provisions prescribed herein, and im- on the contract by the contractor's own organization and with the posed pursuant to 23 U.S.C. 140 shall constitute the EEO and assistance of workers under the contractor's immediate specific affirmative action standards for the contractor's project superintendence and to all work performed on the contract by activities under this contract. The Equal Opportunity Construction piecework,station work,or by subcontract. Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 2.Except as otherwise provided for in each section, the con- (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and tractor shall insert in each subcontract all of the stipulations 29 CFR 1630 are incorporated by reference in this contract. In the contained in these Required Contract Provisions,and further re- execution of this contract,the contractor agrees to comply with the quire their inclusion in any lower tier subcontract or purchase order following minimum specific requirement activities of EEO: that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime a.The contractor will work with the State highway agency contractor shall be responsible for compliance by any (SHA) and the Federal Government in carrying out EEO obli- subcontractor or lower tier subcontractor with these Required gations and in their review of his/her activities under the con- Contract Provisions. tract. 3.A breach of any of the stipulations contained in these Re- b.The contractor will accept as his operating policy the quired Contract Provisions shall be sufficient grounds for termi- following statement: nation of the contract. "It is the policy of this Company to assure that applicants are 4.A breach of the following clauses of the Required Contract employed, and that employees are treated during employment, Provisions may also be grounds for debarment as provided in without regard to their race, religion, sex, color, national origin, 29 CFR 5.12: age or disability. Such action shall include: employment, upgrading,.demotion, or transfer, recruitment or recruitment ad- Section I,paragraph 2; vertising, layoff or termination; rates of pay or other forms of Section IV,.paragraphs 11 2,3,4,and 7; compensation; and selection for training, including apprentice- Section V,paragraphs 1 and 2a through 2g. ship,preapprenticeship,and/or on-the-job training." 5.Disputes arising out of the labor standards provisions of 2.EEO Officer: The contractor will designate and make Section IV (except paragraph 5) and Section V of these Required known to the SHA contracting officers an EEO Officer who will Contract Provisions shall not be subject to the general disputes have the responsibility for and must be capable of effectively clause of this contract. Such disputes shall be resolved in actor- Form 1273—Revised 3-95 08-07-95 FR-3 1600 administering and promoting an active contractor program of EEO refer minority group applicants for employment. Information and who must be assigned adequate authority and responsibility to and procedures with regard to referring minority group do so. applicants will be discussed with employees. 3.Dissemination of Policy: All. members of the contractor's .5.Personnel Actions: Wages, working conditions, and staff who are authorized to hire,supervise,promote,and discharge. employee benefits shall be established and administered, and employees, or who recommend such action, or who are personnel actions of every type, including hiring, upgrading, substantially involved in such action,will be made fully cognizant promotion, transfer, demotion, layoff, and termination, shall be of, and will implement, the contractor's EEO policy and taken without regard to race, color, religion, sex, national origin, contractual responsibilities to provide EEO in each.grade and age or disability. The following procedures shall be followed: classification of employment. To ensure that the above agreement will be met;the following actions will be taken as a minimum: a.The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities a.Periodic meetings of supervisory and personneloffice do not indicate discriminatory treatment of project site employees will be conducted before the start of work and then personnel. not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed b.The contractor will periodically evaluate the spread of and explained. The meetings will be conducted by the EEO wages paid within each classification to determine any evidence Officer. of discriminatory wage practices. b.All new supervisory or personnel office employees will be C.The contractor will periodically review selected personnel given a thorough indoctrination by the EEO Officer,covering all actions in depth to determine whether there is evidence of major aspects of the contractor's EEO obligations within thirty discrimination. Where evidence is found, the contractor will days following their reporting for duty with the contractor. promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such c.All personnel who are engaged in direct recruitment for the corrective action shall include all affected persons. project will be instructed by the EEO Officer in the contractor's • . procedures for locating and hiring minority group employees. d.The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with d.Notices and posters setting forth the contractor's EEO his obligations under this contract, will attempt to resolve such policy will be placed in areas readily accessible to employees, complaints, and will take appropriate corrective action within a applicants for employment and potential employees. reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, e.The contractor's EEO policy and the procedures to im- such corrective action shall include such other persons. Upon plement such policy will be brought to the attention of em- completion of.each investigation, the contractor will inform ployees by means of meetings, employee handbooks, or other every complainant of all of his avenues of appeal. appropriate means. 6.Training and Promotion: 4.Recruitment: When advertising for employees, the. contractor will include in all advertisements for employees the a.The contractor will assist in locating, qualifying, and notation: "An Equal Opportunity Employer." All such adver- increasing the skills of minority group and women employees, tisements will be placed in publications having a large circulation and applicants for employment: among minority groups in the area from which the project work force would normally be.derived. b.Consistent with the contractor's work force requirements and•as permissible under Federal and State regulations, the a.The contractor will,unless precluded by a valid bargaining contractor shall make full use of training programs, i.e., agreement, conduct systematic and direct recruitment through apprenticeship, and on-the-job training programs for the ge- public and private employee referral sources likely to yield ographical area of contract performance. Where feasible, 25 qualified minority group applicants. To meet this requirement, percent of apprentices or trainees in each occupation shall be in the contractor will identify sources of potential minority group their first year of apprenticeship or training. In the event a employees, and •establish with such identified sources special provision for training is provided under this contract,this procedures whereby minority group applicants may be referred subparagraph will be superseded as indicated in the special to the contractor for employment consideration. provision. b.In the event the contractor has a valid bargaining agreement c.The contractor will advise employees and applicants for providing for exclusive hiring hall referrals, he is expected to employment of available training programs and entrance re- observe the provisions of that agreement to the extent that the quirements for each. system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of d.The contractor will periodically review the training and such agreements have the effect of discriminating against promotion potential of minority group and women employees minorities or women,or obligates the contractor to do the same, and will encourage eligible employees to apply for such training such implementation violates Executive Order. 11246, as and promotion. amended.) c.The contractor will encourage his present employees to Form 1273—Revised 3-95 08-07-95 FR-4 161 7.Unions: If the contractor relies in whole or in part upon records as necessary to document compliance with the EEO unions as a source of employees, the contractor will use his/her requirements. Such records shall be retained for a period of three best efforts to obtain the cooperation of such unions to increase years following completion of the contract work and shall be opportunities for minority groups and women within the unions, available at reasonable times and places for inspection by au= and to effect referrals by such unions of minority and female thorized representatives of the SHA and the FHWA. employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures a.The records kept by the contractor shall document the set forth below: following: a.The contractor will use best efforts to develop, in coop- (1)The number of minority and non-minority group emtion with the unions,joint training programs aimed toward members and women employed in each work classification on qualifying more minority group members and women for the project; membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher (2)The progress and efforts being made in cooperation paying employment. with unions, when applicable, to increase employment op- portunities for minorities and women; b.The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will (3)The progress and efforts being made in locating,hiring, be contractually bound to refer applicants without regard to their training, qualifying, and upgrading minority and female race,color,religion,sex,national origin,age or disability. employees;and c.The contractor. is to obtain information as to the referral (4)-The progress and efforts being made in securing the practices and policies of the labor union except that to the extent services of DBE subcontractors or subcontractors with such information is within the exclusive possession of the labor meaningful minority and female representation among their union and such labor union refuses to furnish such information employees. to the contractor,the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such b.The contractors will submit an annual report to the SHA information. each July for the duration of the project, indicating the number of minority, women, and non-minority group employees d.In the event the union is unable to provide the contractor currently engaged in each work classification required by the with a reasonable flow of minority and women referrals within contract work. This information is to be reported on Form the time limit set forth in the collective bargaining agreement, FHWA-1391. If on-the-job training is being required by special the contractor will,through independent recruitment efforts, fill provision, the contractor will be required to collect and report the employment vacancies without regard to race, color, training data. religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group III NONSEGREGATED FACILITIES persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective (Applicable to all Federal-aid construction contracts and to all bargaining agreement providing for exclusive referral failed to related subcontracts of$10,000 or more.) refer minority employees.) In the event the union referral prac- tice prevents the contractor from meeting the obligations a.By submission of this bid,the execution of this contract or pursuant to Executive .Order 11246, as amended, and these subcontract, or the consummation of this material supply special provisions,such contractor shall immediately notify the agreement or purchase order,as appropriate,the bidder,Federal- SHA. aid construction contractor, subcontractor, material supplier, or 8.Selection of Subcontractors, Procurement of Materials vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of and Leasing of Equipment: The contractor shall not discriminate its establishments, and that the firm does not permit its on the grounds of race, color, religion, sex,national origin, age or employees to perform their services at any location, under its disability in the selection and retention of subcontractors,including control, where segregated facilities are maintained. The firm procurement of materials and leases of equipment. agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no a The contractor shall notify all potential subcontractors and employee will be denied access to adequate facilities on the suppliers of his/her EEO obligations under this contract. basis of sex or disability. b.Disadvantaged business enterprises(DBE);as defined in 49 b.As used in this certification,the term"segregated facilities:' CFR 23, shall have equal opportunity to compete for and means any waiting rooms, work areas, restrooms and perform subcontracts which the contractor enters into pursuant washrooms, restaurants and other eating areas, time clocks, to this contract. The contractor will use his best efforts to solicit locker rooms, and other storage or dressing areas, parking lots, bids from and to utilize DBE subcontractors or subcontractors drinking fountains, recreation or entertainment areas, with meaningful minority group and female representation transportation, and housing facilities provided for employees among their employees. Contractors shall obtain lists of DBE which are segregated by explicit directive, or are, in fact, seg- construction firms from SHA personnel. regated on the basis of race,color,religion,national origin, age or disability, because of habit, local custom, or otherwise. The c.The contractor will use his best efforts to ensure subcon- only exception will be for the disabled when the demands for tractor compliance with their EEO obligations. accessibility override(e.g.disabled parking). 9.Records and Reports: The contractor shall keep such Forth 1273—Revised 3-95 08-07-95 FR-5 162 c.The contractor agrees that it has obtained or will obtain 2.Classification: identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of a.The SHA contracting officer shall require that any class of material supply agreements of$10,000 or more and that it will laborers or mechanics employed under the contract,which is not retain such certifications in its files. listed in the wage determination, shall be classified in IV. PA_YMENT OF PREDETERMINED MINIMUM conformance with the wage determination. WAGE b.The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the (Applicable to all Federal-aid construction contracts exceeding following criteria have been met: $2,000 and to all related subcontracts, except for projects located on roadways classified as local. roads or rural minor collectors, (1)the work to be performed by the additional classifi- which are exempt.) cation requested is not performed by a classification in the wage determination; 1.General: (2)the additional classification is utilized in the area by the a.All mechanics and laborers employed or working upon the construction industry; site of the work will be paid unconditionally and not less often the proposed wage rate, including any bona fide fringe than once a week and without subsequent deduction or rebate on benefits,(3)(a) h bears a reasonable relationship to the wage rates any account[except such payroll deductions as are permitted by contained in the wage determination;and regulations(29 CFR 3)] issued by the Secretary of Labor under the Copeland Act (40 U.S.C.'276c) the full amounts of wages (4)with respect to helpers, when such. a classification and bona fide fringe benefits(or cash equivalents thereof)due at prevails in the area in which the work is performed. time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor(hereinafter"the wage determination")which c.If the contractor or subcontractors, as appropriate, the is attached hereto and made a part hereof, regardless of any laborers and mechanics(if known)to ti employed in the cling contractual relationship which may be alleged to exist between tional classification or their representatives, and the contracting the contractor or its subcontractors and such laborers and officer agree on the classification and wage rate (including the mechanics. The wage determination (including any additional amount designated for fringe benefits where appropriate), a classifications and wage rates-conformed under paragraph 2 of report of the action taken shall be sent by the contracting officer this Section IV and the DOL poster (WH-1321) or Form to the DOL, Administrator of the Wage and Hour Division, FHWA-1495)shall be posted at all times by.the contractor and Employment Standards Administration, Washington, D.C. its subcontractors at the site of the work in a prominent and 20210. The Wage and Hour Administrator, or an authorized accessible place where it can be easily seen by the workers. For representative, will approve, modify, or disapprove every the purpose of this Section, contributions made or costs additional classification action within 30 days of receipt and so reasonably anticipated for bona fide fringe benefits under advise the contracting officer or will notify the contracting Section 1(b)(2) of the Davis-Bacon Act (40 U.S.C.276a) on officer within the 30-day period that additional time is behalf of laborers or mechanics are considered wages paid to necessary. such laborers or mechanics,subject to the provisions of Section d.In the event the contractor I or subcontractors, as appro- IV,paragraph 3b, hereof. Also, for the purpose of this Section, priate, the laborers or mechanics to be employed in the addi- regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, tional classification or their representatives;and the contracting funds, or programs, which cover the particular weekly period, officer do not agree on the proposed classification and wage rate .are deemed to be constructively made or incurred during such (including the amount designated for fringe benefits, where weekly period. Such laborers and mechanics shall be paid the appropriate), the contracting officer shall refer the questions, appropriate wage rate and fringe benefits on the wage deter- including• the views of all interested parties and the recommendation of the contracting officer, to the Wage and mination for the classification of work actually performed, Hour Administrator for determination. Said Administrator, or without regard to skill,except as provided in paragraphs 4 and 5 of this Section IV. an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will b.Laborers or mechanics performing work in more than one notify the contracting officer within the 30-day period that classification may be compensated at the rate specified for each additional time is necessary classification for the time actually worked therein,provided,that e.The wage rate(including fringe benefits where appropriate) the employers payroll records accurately set forth the time spent determined pursuant to paragraph 2c or 2d of this Section IV in each classification in which work is performed. shall be paid to all workers performing work in the additional c.All rulings and interpretations of the Davis-Bacon Act and classification from the first day on which work is performed in related acts contained in 29 CFR 1,3,and 5 are herein the classification. incorporated by reference in this contract. 3.Payment of Fringe Benefits: a.'Whenever the minimum wage rate prescribed in the con- tract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit Form 1273—Revised 3-95 09-07-95 FR-6 163 G:\Design\CTSPEC\07specs\Stone Valley Road Rehabilitation.doc as stated in the wage determination or shall pay another bona (4)In the event the Bureau of Apprenticeship and Training, fide fringe benefit or an hourly case equivalent thereof. or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the b.If the contractor or subcontractor, as appropriate, does not contractor or subcontractor will no longer be permitted to make payments to a trustee or other third person, he/she may utilize apprentices at less than the applicable predetermined consider as a part of the wages of any laborer or mechanic the rate for the comparable work performed by regular employees amount of any costs reasonably anticipated in providing bona until an acceptable program is approved. fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the b.Trainees: contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the (1)Except as provided in 29 CFR 5.16,trainees will not be contractor to set aside in a separate account assets for the permitted to work at less than the predetermined rate for the meeting of obligations under the plan or program. work performed unless they are employed pursuant to and individually registered in a program which has received prior 4.Apprentices and Trainees(Programs of the U.S.DOL) approval, evidenced by formal certification by the DOL, and Helpers: Employment and Training Administration. . a.Apprentices: (2)The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan (1)Apprentices will be permitted to work at less than the approved by the Employment and Training Administration. predetermined rate for the work they performed when they are Any employee listed on the payroll at a trainee rate who is not employed pursuant to and individually registered in a bona registered and participating in a training plan approved by the fide apprenticeship program registered with the DOL, Employment and Training Administration shall be paid not Employment and Training Administration, Bureau of less than the applicable wage rate on the wage determination Apprenticeship and Training,or with a State apprenticeship for the classification of work actually performed. In addition, agency recognized by the Bureau,or if a person is employed any trainee performing work on the job site in excess of the in his/her first 90 days of probationary employment as an ratio permitted under the registered program shall be paid not apprentice in such an apprenticeship program, who is not less than the applicable wage rate on the wage determination individually registered in the program, but who has been for the work actually performed. certified by the Bureau of Apprenticeship and Training or a (3)Every trainee must be paid at not less than the rate State apprenticeship agency(where appropriate)to be eligible specified in the approved program for his/her level of for probationary employment as an apprentice. progress, expressed as a percentage of the journeyman-level (2)The allowable ratio of apprentices to journeyman-level hourly rate specified in the applicable wage determination., employees on the job site in any craft classification shall not Trainees shall be paid fringe benefits in accordance with the be greater than the ratio permitted to the contractor as to the provisions of the trainee program. If the trainee program does entire work force under the registered program. Any not mention fringe benefits, trainees shall be paid the full employee listed on a payroll at an apprentice wage rate,who amount of fringe benefits listed on the wage determination is not registered or otherwise employed as stated above,shall unless the Administrator of the Wage and Hour Division be paid not less than the applicable wage rate listed in the determines that there is an apprenticeship program associated wage determination for the classification of work actually. with the corresponding journeyman-level wage rate on the performed. In addition, any apprentice performing work on wage determination which provides for less than full fringe the job site in excess of the ratio permitted under the benefits for apprentices, in which case such trainees shall re- registered program shall be paid not less than the applicable ceive the same fringe benefits as apprentices. wage rate• on the wage determination for the work actually performed. Where a contractor or subcontractor is (4)In the event the Employment and Training Adminis- performing construction on a project in a locality other than tration withdraws approval of a training program, the con- that in which its program is registered, the ratios and wage tractor or subcontractor will no longer be permitted to utilize rates (expressed in percentages of the journeyman-level trainees at less than the applicable predetermined rate for the hourly rate) specified in the contractor's or subcontractor's work performed until an acceptable program is approved. registered program shall be observed. C.Helpers: (3)Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level Helpers will be permitted to work on a project if the helper of progress, expressed as a percentage of the journeyman- classification is specified and defined on the applicable wage level . hourly rate specified in the applicable wage determination or is approved pursuant to the conformance determination. Apprentices shall be paid fringe benefits in procedure set forth in Section IV.2. Any worker listed on a accordance with the provisions of the apprenticeship program. payroll at a helper wage rate, who is not a helper under an If the apprenticeship program does not specify fringe benefits, approved definition,shall be paid not less than the applicable apprentices must be paid the full amount of fringe benefits wage rate on the wage determination for the classification of listedon the wage determination for the applicable work actually performed. classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the. applicable apprentice classification, fringes shall be paid in accordance with that determination. Form 1273—Revised 3-95 08-07-95 FR-7 164 5.Apprentices and Trainees(Programs of the U.S.-DOT): 9.Withholding for Unpaid Wages and Liquidated Damages: Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of The SHA shall upon its own action or upon written request of Transportation as promoting EEO in connection with Federal-aid any authorized representative of the DOL withhold,or cause to be highway construction programs are not subject to the requirements withheld, from any monies payable on account of work performed of paragraph 4 of this Section IV. The straight time hourly wage by the contractor or subcontractor'under any such contract or any rates for apprentices and trainees under such programs will be other Federal contract with the same prime contractor,or any other established by the particular programs. The ratio of apprentices Federally-assisted contract subject to the Contract Work Hours and and trainees to journeymen shall not be greater than permitted by Safety Standards Act, which is held by the same prime contractor, the terms of the particular program. such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and 6.Withholding: liquidated damages as provided in the clause set forth in paragraph 8 above. The SHA shall upon its own action or upon written request of an authorized representative of.the DOL withhold, or cause to be V. STATEMENTS AND PAYROLLS withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or (Applicable to all Federal-aid construction contracts exceeding any other Federally-assisted contract subject to Davis-Bacon $2,000 and to all related subcontracts, except for projects located prevailing wage requirements which is held by the same prime on roadways classified as local roads or rural collectors,which are . contractor, as much of the accrued payments or advances as may exempt.) be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or 1.Compliance with Copeland Regulations(29 CFR 3): any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, The,contmctor shall comply with the Copeland Regulations of including any apprentice, trainee, or helper, employed or working the Secretary of Labor which are herein incorporated by reference. on the site of the work, all or part ofthe wages required by the contract, the SHA contracting officer may, after written notice to • 2.Payrolls and Payroll Records the contractor, take such action as may be necessary to cause the ' suspension of any further payment, advance,or guarantee of funds until such violations have ceased. a.Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the 7.Overtime Requirements: course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, No contractor or subcontractor contracting for any part of the mechanics,apprentices,trainees,watchmen,helpers,and guards contract work which may require or involve the employment of Working at the site of the work. laborers, mechanics, watchmen, or guards (including apprentices, b.The payroll records shall contain the name, social security trainees,and helpers described in paragraphs 4 and 5 above)shall number, and address of each such employee; his or her correct require or permit any laborer, mechanic, watchman, or guard in . classification; hourly rates of wages paid (including rates of any workweek in which he/she is employed on such work,to work contributions or costs anticipated for bona fide fringe benefits or in excess of 40 hours in such workweek unless such laborer, cash equivalent thereof the types described in Section 1(b)(2)(B) mechanic,watchman,or guard receives compensation at a rate not of the Davis Bacon Act); daily and weekly number of hours less than one-and-one-half times his/her basic rate of pay for all worked; deductions made; and actual wages paid. In addition, hours worked in excess of 40 hours in such workweek. for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, 8.Violation: normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor,pursuant to Sec- Liability for Unpaid Wages; Liquidated Damages: In the event tion IV,paragraph 3b,has found that the wages of any laborer or of any violation of the clause set forth in paragraph 7 above, the mechanic include the amount of any costs reasonably anticipated contractor and any subcontractor responsible thereof shall be liable in providing benefits under a plan or program described in to the affected employee for his/her unpaid wages. In addition, Section l(b)(2)(B) of the Davis Bacon Act, the contractor and such contractor and subcontractor shall be liable to the United each subcontractor shall maintain records which show that the States(in the case of work done under contract for the District of commitment to provide such benefits is enforceable, that the Columbia or a territory, to such District or to such territory) for plan or program is financially repossible, that the plan or liquidated damages. Such liquidated damages shall be computed . program has been communicated in writing to the laborers or with respect to each individual laborer,.mechanic, watchman, or mechanics affected, and show the cost anticipated or the actual guard employed in violation of the clause set forth in paragraph 7, cost incurred in providing •benefits. Contractors or in the sum of$10 for each calendar day on which such employee subcontractors employing apprentices or trainees under was required or permitted to work in excess of the standard work approved programs shall maintain written evidence of the week of 40 hours without payment of the overtime wages required registration of apprentices and trainees, and ratios and wage by the clause set forth in paragraph 7. rates.prescribed in the applicable programs. Form 1273—Revised 3-95 08-07-95 FR-S. 165 . GADesign\CTSPEC\07specs\Stone Valley Road Rehabilitation.doc c.Each contractor and subcontractor shall furnish,each week in which any contract work is performed, to the SHA resident VI. RECORD OF MATERIALS,SUPPLIES,AND engineer a payroll of wages paid each of its.employees LABOR (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards en- 1.On all Federal-aid contracts on the National Highway System, gaged on work during the preceding weekly payroll period). except those which provide solely for the installation of protective The payroll submitted shall set out accurately and completely all devices at railroad grade crossings,those which are constructed on of the information required to be maintained under paragraph 2b a force account or direct labor basis, highway beautification of this Section V. This information may be submitted in any contracts, and contracts for which the total final construction cost form desired. Optional Form WH-347, is available for this for roadway and bridge is less than$1,000,000(23 CFR 635)the purpose and may.be purchased from the Superintendent of contractor shall: Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The a.Become familiar with the list of specific materials and prime contractor is responsible for the submission of copies of supplies contained in Form FHWA-47, "Statement of Materials payrolls by all subcontractors. and Labor Used by Contractor of Highway Construction d.Each payroll submitted shall be accompanied by a Involving Federal Funds," prior to the commencement of work "Statement of Compliance," signed by the contractor or sub- under this contract. contractor or his/her agent who pays or supervises the payment b.Maintain a record of the total cost of all materials and of the persons employed under the contract and shall certify the supplies purchased for and incorporated in the work,and also of following: the quantities of those specific materials and supplies listed on , (1)that the payroll for the payroll period contains the Form FHWA-47,and in the units shown on Form FHWA-47. information required to be maintained under paragraph 2b of c.Furnish, upon the completion of the contract, to the SHA this Section V and that such information is correct and resident engineer on Form FHWA-47 together with the data complete; required in paragraph lb relative to materials and supplies, a final labor summary of all contract work indicating the total (2)that such laborer or mechanic (including each helper, hours worked and the total amount earned. apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no 2.At the prime contractors option, either a single report deductions have been made either directly or indirectly from covering all contract work all separate reports for the contractor the full wages earned,other than permissible deductions as set and for each subcontract shall be submitted. forth in the Regulations,29 CFR 3; VII. SUBLETTING OR ASSIGNING THE CONTRACT (3)that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent 1.The contractor shall perform with its own organization for the classification of workedperformed, as specified in the contract work amounting to not less than.30 percent(or a greater applicable wage determination incorporated into the contract. percentage if specified elsewhere in the contract) of the total original contract price,excluding any specialty items designated.by e.The weekly submission of a properly executed certification the State. Specialty items may be performed by subcontract and set forth on the reverse side of Optional Form WH-347 shall the amount of any such specialty items performed may be deducted satisfy the requirement for submission of the "Statement of from the total original contract price before computing the amount Compliance"required by paragraph 2d of this Section V. of work required to be performed by the contractor's own organization(23 CFR 635). f.The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under IS a."Its own organization" shall be construed to include only U.S.C. 1001 and 31 U.S.C.231. workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or g.The contractor or subcontractor shall make the records re- without operators. Such term does not include employees or quired under paragraph 2b of this Section.V available for inspec- equipment of a subcontractor, assignee, or agent of the prime tion, copying, or transcription by authorized representatives of contractor. the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on b."Specialty Items" shall be construed to be limited to work the job. If the contractor or subcontractor fails to submit the re- that requires highly specialized knowledge, abilities, or quired records or to make them available,the SHA,the FHWA, equipment not ordinarily available in the type of contracting the DOL, or all may, after written notice to the contractor, organizations qualified and expected to bid on the contract as a sponsor, applicant, or owner, take such actions as may be nec- whole and in general are to be limited to minor components of essary to cause the suspension of any further payment,advance, the overall contract. or guarantee .of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. Form 1273—Revised 3-95 08-07-95 FR-9 166 2.The contract amount upon which the requirements set forth in garding the seriousness of these and similar acts, the following paragraph I of Section VII is computed includes the cost of notice shall be posted on each Federal-aid highway project (23 material and manufactured products which are to be purchased or CFR 635)in one or more places where it is readily available to all produced by the contractor under the contract provisions. persons concerned with the project: 3.The contractor shall furnish(a)a competent superintendent or NOTICE TO ALL PERSONNEL ENGAGED ON supervisor who is employed by the firm,has full authority to direct - FEDERAL-AID HIGHWAY PROJECTS performance of the work in accordance with the contract . requirements, and is in charge of all construction operations 18 U.S.C. 1020 reads as follows: (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and "Whoever being,an ojjicer, agent, or employee of the United engineering services)as the SHA contracting officer determines is States, or any State or Territory, or whoever, whether a person, necessary to assure the performance of the contract. association, firm, or corporation, -knowingly makes any false 4.Noortion of the contract shall be sublet, assigned or statement,false representation, or false report as to the character, P gn quality,quantity, or cost of the material used or to be used, or the otherwise disposed of except with the written consent of the SHA quantity or quality of the work performed or to be performed, or contracting officer, or authorized representative, and such consent the cost thereof in connection with the submission of plans, maps; when given shall not be construed to relieve the contractor of anyy specifications, contracts, or costs of construction on any highway responsibility for the fulfillment of the contract. Written consent or related project submitted for approval to the Secretary of will be given only after the SHA has assured that each subcontract Transportation;or is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. Whoever knowingly makes any false statement, false repre- sentation,false report or false claim with respect to the character, . VIII. SAFETY:ACCIDENT PREVENTION quality, quantity, or cost of any work performed or to be per- formed, or materials furnished or to be furnished, in connection 1.In the performance of this contract the contractor shall with the construction of any highway or related project approved comply with all applicable Federal,State,and local laws governing by the Secretary of Transportation;or safety, health, and sanitation (23 CFR 635). The contractor shall. provide all safeguards, safety devices and protective equipment Whoever knowingly makes any false statement or false repre- and take any other needed actions as it determines,or as the SHA sentation as to material fact in any statement, certificate, or report contracting officer may determine, to be reasonably necessary to submitted pursuant to provisions of the Federal-aid Roads Act protect the life and health of employees on the job and the safety of approved July 1, 1916, (39 Stat. 355), as amended and sup- the public and to protect property in connection with the plemented,• performance of the work covered by the contract. Shall be fined not more that $10,000 or imprisoned not more 2.It is a condition of this contract,and shall be made a condition than.5 years or both." of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not X. IMPLEMENTATION OF CLEAN AIR ACT AND permit any employee, in performance of the contract, to work in FEDERAL WATER POLLUTION CONTROL ACT surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as- determined under (Applicable to all Federal-aid construction contracts and to all construction' safety and .health standards (29 CFR 1926) related subcontracts of$100,000 or more.) promulgated by the Secretary of Labor,in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 By submission of this bid or the execution of this contract, or U.S.C.333). subcontract, as appropriate, the bidder, Federal-aid construction 3.Pursuant to 29 CFR 1926.3, it is a condition of this contract contractor,or subcontractor,as appropriate,will be deemed to have that the Secretary of Labor or authorized representative thereof, stipulated as follows: shall have right of entry to any site of contract performance to 1.That any facility that is or will be utilized in the performance inspect or Investigate the matter of compliance with the of this contract,unless such contract is exempt under the Clean Air construction safety and health standards and to carry out the duties Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub. L. of the Secretary under Section 107 of the Contract Work Hours 91-604), and under the Federal Water Pollution Control Act, as and Safety Standards Act(40 U.S.C_333). amended(33 U.S.C. 1251 et seq.,as amcnded by Pub.L. 92-500), IX. FALSE STATEMENTS CONCERNING HIGHWAY Executive Order 11738,and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the PROJECTS U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 2.That the firm agrees to comply and remain in compliance with degree of reliability on statements and representations made by all the requirements of Section 114 of the Clean Air Act and engineers, contractors, suppliers, and workers on Federal-aid Section 308 of the Federal Water Pollution Control Act and all highway projects,it is essential that all persons concerned with the regulations and guidelines listed thereunder. . project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or mis- 3.That.the firm shall promptly notify the SHA of the receipt of representation with respect to any facts related to the project is a any communication from the Director,Office of Federal Activities, violation of Federal law. To prevent any misunderstanding re- EPA, indicating that a facility that is or will be utilized Foam 1273—Revised 3-95 08-07-95 FR-10 - 167 GADesign\CTSPEC\07specs\Stone Valley Road Rehabilitation.doc for the contract is under consideration to be listed on the EPA List submitting this proposal that it will include the clause titled of Violating Facilities. "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," 4.That the firm agrees to include or cause to be included the provided by the department or agency entering into this covered requirements of paragraph 1 through 4 of this Section X in every transaction, without modification, in all lower tier covered nonexempt subcontract, and further agrees to take such action as transactions and in all solicitations for lower tier covered the government may direct as a.means of enforcing such-re- transactions. quirements. h.A participant in a covered transaction may rely upon a XI. CERTIFICATION REGARDING DEBARMENT, certification of a prospective participant in a lower tier covered SUSPENSION,INELIGIBILITY AND VOLUNTARY transaction that is not debarred, suspended, ineligible, or EXCLUSION voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the el - L Instructions for Certification-Primary Covered igibility of its principals. Each participant may, but is not Transactions.: required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement (Applicable to all Federal-aid contracts-49 CFR 29) Programs" (Nonprocurement List) which is compiled by the General Services Administration. a.By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. i.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in b.The inability of a person to provide the certification set out good faith the certification required by this clause. The below will not necessarily result in denial of participation in this knowledge and information of participant is not required to covered transaction. The prospective participant shall submit an exceed that which is normally possessed by a prudent person in explanation of why it cannot provide the certification set out the ordinary course of business dealings. below. The certification or explanation will be considered in connection with the department or agency's determination j.Except for transactions authorized under paragraph f of whether to enter into this transaction. However, failure of the these instructions, if a participant in a covered transaction prospective primary participant to furnish a certification or an knowingly enters into a lower tier covered transaction.with a explanation shall disqualify such a person from participation in person who is suspended, debarred, ineligible, or voluntarily this transaction. excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the de- c.The certification in this clause is a material representation partment or agency may terminate this transaction for cause or of fact upon which reliance was placed when the department or default. agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government, the department or agency Certification Regarding Debarment, may terminate this transaction for cause of default. Suspension,Ineligibility and Voluntary d.The prospective primary participant shall provide im- mediate written notice to the department or agency to whom this 1.The prospective primary participant certifies to the best of proposal is submitted if any time the prospective primary its knowledge and belief,that it and its principals: participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed a.Are not presently debarred suspended, circumstances. P Y P proposed for debarment, declared ineligible, or voluntarily excluded from e.The terms "covered transaction," "debarred," "suspended," covered transactions by any Federal department or agency; "ineligible," "lower tier covered transaction," "participant," b.Have not within a 3-year period preceding this proposal "person,""primary covered transaction,""principal,""proposal," been convicted of or had a civil judgment rendered against and "voluntarily excluded," as used in this clause, have the them for commission of fraud or a criminal offense in meanings set out in the Definitions and Coverage sections of connection with obtaining, attempting to obtain, or rules implementing Executive Order 12549. You may contact performing a public (Federal, State or local) transaction or the department or agency to which this proposal is submitted for contract under a public transaction; violation of Federal or assistance in obtaining a copy of those regulations. State antitrust statutes or commission of embezzlement,theft, £The prospective primary participant agrees by submitting forgery, bribery, falsification or destruction of records, this proposal that, should the proposed covered transaction be making false statements,or receiving stolen property; entered into, it shall not knowingly enter into any lower tier c.Are not presently indicted for or otherwise criminally or covered transaction with a person who is debarred, suspended, civilly charged by a governmental entity (Federal, State or declared ineligible,or voluntarily excluded from participation in local)with commission of any of the offenses enumerated in this covered transaction, unless authorized by the department or paragraph lb of this certification;and agency entering into this transaction. g.The prospective primary participant further agrees by Form 1273—Revised 3-95 08-07-95 FR-11 168 d.Have not within a 3-year period preceding this ap- required to,check the Nonprocurement List. plication/proposal had one or more public transactions (Federal,State or local)terminated for cause or default. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in 2.Where the prospective primary participant is unable to good faith the certification required by this clause. The certify to any of the statements in this certification, such knowledge and.information of participant is not required to prospective participant shall attach an explanation to this exceed that which is normally possessed by a prudent person in proposal. the ordinary course of business dealings. ***** i.Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction 2.Instructions for Certification-Lower Tier Covered knowingly enters into a lower tier covered transaction with a Transactions: person who is suspended, debarred, ineligible, or.voluntarily excluded from participation in this transaction, in addition to (Applicable to all subcontracts,purchase orders and other lower other remedies available to the Federal Government, the de- fier transactions of$25,000 or more-49 CFR 29) partment or agency with which this transaction originated may pursue available remedies, including suspension and/or a.By signing and submitting this proposal, the prospective debarment. lower tier is providing the certification set out below. b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction .Certification Regarding Debarment, was entered into. If it is later determined that the prospective Suspension,Ineligibility and Voluntary lower tier participant knowingly rendered an erroneous Exclusion-Lower Tier Covered Transactions certification, in addition to other remedies available to the Federal Government,the department or agency with which this 1.The prospective lower tier participant certifies, by transaction originated may pursue available remedies, including submission of this proposal,that neither it nor its principals is suspension and/or debarment. . presently debarred, suspended, proposed for debarment, declared ineligible,or voluntarily excluded from participation c.The prospective lower tier participant shall provide in this transaction by any Federal department or agency. immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant 2.Where the prospective lower tier participant is unable to learns that its certification was erroneous by reason of changed certify to anyof the statements in this certification, such circumstances. prospective participant shall attach an explanation to this proposal. d.The terms "covered transaction, "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal,""proposal,"and"voluntarily excluded,"as used in this clause,have the meanings set out in the Definitions XII.CERTIFICATION REGARDING USE OF and Coverage sections of rules implementing Executive Order CONTRACT FUNDS FOR LOBBYING 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those.regulations. (Applicable to all Federal-aid construction contracts and to all e.The prospective lower tier participant agrees by submitting related subcontracts which exceed$100,000-49 CFR 20) this proposal that, should the proposed covered transaction be . 1.The prospective participant certifies, by signing and entered into, it shall not knowingly enter.into any lower tier submitting this bid or proposal,to the best of his or her knowledge covered transaction with a person who is debarred, suspended, and belief,that: declared ineligible,or voluntarily excluded from participation in this covered transaction,unless authorized by the department or a.No Federal appropriated funds have been paid or will be paid, agency with which this transaction originated. b or on behalf of the undersigned,to an y gn y person for influencing or f.The prospective lower tier participant further agrees by attempting to influence an officer or employee of any Federal submitting this proposal that it will include this clause titled agency, a Member of Congress, an officer or employee of "Certification Regarding Debarment, Suspension, Ineligibility Congress,or an employee of a Member of Congress connection and Voluntary Exclusion-Lower Tier Covered Transaction," With the awarding any Federal contract, the making of any without modification, in all lower tier covered transactions and Federal grant,the making ing of any Federal loan,the entering into of in all solicitations for lower tier covered transactions. any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, g.A participant in a covered transaction may rely upon a grant,loan,or cooperative agreement. certification of a prospective participant in a lower tier covered b.If any funds other than Federal appropriated funds have been transaction that is not debarred, suspended, ineligible, or paid or will be paid to any person for influencing or attempting to voluntarily excluded from the covered transaction, unless it influence an officer or employee of any Federal agency,a Member knows that the certification is erroneous. A participant may of Congress, an officer or employee of Congress,or an employee decide the method and frequency by which it determines the el- of a Member of Congress in connection with this Federal contract, igibility of its principals. Each participant may, but is not Form 1273—Revised 3-95 08-07-95 FR-12 169 G:\Design\CTSPEC\07specs\Stone Valley Road Rehabilitation.doc grant, loan, or cooperative agreement, the undersigned shall be subject to a civil penalty of not less than$10,000 and not more complete and submit Standard Form-LLL, "Disclosure Form to than$100,000 for each such failure. Report Lobbying,"in accordance with its instructions. 3.The prospective participant also agrees by submitting his or 2.This certification is a material representation of fact upon her bid or proposal that he or she shall require that the language of which reliance was placed when this transaction was made or en- this certification be included in all lower tier subcontracts, which tered into. Submission of this certification is a prerequisite for exceed $100,000 and that all such recipients shall certify and making or entering into this transaction imposed by 31 U.S.C. disclose accordingly. 1352. Any person who fails to file the required certification shall FEDERAL-AID FEMALE AND MINORITY GOALS In accordance with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-aid Construction SMSA Counties: Contracts"the following are the goals for female utilization: 6920 Sacramento,CA.................................. 16.1 CA Placer;CA Sacramento; Goal for Women CA Yolo. (applies nationwide)..............(percent) ......... 6.9 Non-SMSA Counties.................:...................... 14.3 The following are goals for minority utilization: CA Butte;CA Colusa; CA El Dorado;CA Glenn; CALIFORNIA ECONOMIC AREA CA Nevada;CA Sierra; . CA Sutter;CA Yuba. Goal 178 Stockton-Modesto,CA: (Percent) 174 Redding,CA: SMSA Counties: 5170 Modesto,CA........................................ 12.3 Non-SMSA Counties ................................... 6.8 CA Stanislaus. CA Lassen;CA Modoc; 8120 Stockton,CA....................................... 24.3 CA Plumas;CA Shasta; CA San Joaquin. CA Siskiyou;CA Tehama. Non-SMSA Counties...................... ...........:...... 19.8 CA Alpine;CA Amador; 175 Eureka,CA: CA Calaveras;CA Mariposa; CA Merced;CA Tuolumne. Non-SMSA Counties................................... 6.6 CA Del Norte;CA Humboldt; 179 Fresno-Bakersfield,CA: CA Trinity. . SMSA Counties: 176 San Francisco-Oakland-San Jose,CA. 0680 Bakersfield,CA.................................. 19.1 SMSA Counties: CA Kern. 2840 Fresno,CA.......................................... 26.1 7120 Salinas-Seaside-. CA Fresno. Monterey,CA............................................ 28.9 Non-SMSA Counties........................................ 23.6 CA Monterey. CA Kings;CA Madera, 7360 San Francisco-Oakland,CA................. 25.6 'CA Tulare. CA Alameda;CA Contra Costa; CA Marin;CA SanFrancisco; 180 Los Angeles,CA: CA San Mateo. 7400 San Jose,CA.............I.......................... 19.6 SMSA Counties: CA Santa Clara. 0360 Anaheim-Santa Ana-Garden 7485 Santa Cruz,CA..................................... 14.9 CASanta Cruz. Grove,CA................................................. 11.9 CA Orange. 7500 Santa Rosa,CA.................................... 9.1 4480 Los Angeles-Long CA Sonoma. Beach,CA................................................. 28.3 8720 Vallejo-Fairfield-Napa,CA................. 17.1 CA Los Angeles. CA Napa;CA Solano 6000 Oxnard-Simi Valley- Ventura,CA.............................................. 21.5 Non-SMSA Counties........................................ 23.2 CA Ventura. CA Lake;CA Mendocino; CA San Benito. Form 1273—Revised 3-95 0"7-95 177 Sacramento,CA: FR-13 170 G:\Design\CTSPE.C\07specs\Stone Valley Road Rehabilitation.doc SMSA Counties 6780 Riverside-San Bernardino- 7320 San Diego,CA.................................... 16.9 Ontario,CA............................................... 19.0 CA San Diego. CA Riverside; Non-SMSA Counties........................................ 18.2 CA San Bernardino. CA Imperial. 7480 Santa Barbara-Santa Maria- Lompoc,CA.............................................. 19.7 In addition to the reporting requirements set forth elsewhere in CA Santa Barbara. this contract the Contractor and subcontractors holding Non-SMSA Counties......................................... 24.6 subcontracts,not including material suppliers,of$10,000 or more, CA Inyo;CA Mono; shall submit for every month of July during which work is CA San Luis Obispo. performed, employment data as contained under Form FHWA PR-1391 (Appendix C to 23 CFR, Part 230), andin accordance 181 San Diego,CA: with the instructions included thereon. Form 1273—Revised 3-95 08-07-95 FR-14 171 (To be used,when applicable, in Federal-aid projects) *Insert number of trainees. FEDERAL REQUIREMENT TRAINING SPECIAL PROVISIONS FEDERAL REQUIREMENT No employee shall be employed as a trainee or apprentice in any classification in which he has TRAINING SPECIAL PROVISION. -- As part successfully completed a training course leading to of the Contractor's equal employment opportunity affirmative journeyman status or in which he has been employed as a. action program,training shall be provided as follows: journeyman. The Contractor should satisfy this requirement by including appropriate questions in the The Contractor shall provide on-the-job training to employee application or by other suitable means. develop full journeymen in the types of trades or job Regardless of the method used the Contractor's records classification involved. should document the findings in each case. The goal for the number of trainees or apprentices to The minimum length and type of training for each be trained under the requirements of this special provision classification will be as established in the training program will be selected by the Contractor and approved by both the In the event the Contractor subcontracts a portion of Department and the Federal Highway Administration. The the contract work,he shall determine how many, if any,of Department and the Federal Highway Administration will the trainees or apprentices are to be trained by the approve a program if it is reasonably calculated to meet the subcontractor, provided however, that the Contractor shall equal employment opportunity obligations of the retain the primary responsibility for meeting the training Contractor and to qualify the average trainee or apprentice requirements imposed by this special provision. The for journeyman status in the classification concerned by the Contractor shall also insure that this Training Special end of the training period. Furthermore, apprenticeship Provision is made applicable to such subcontract. Where programs registered with the U.S. Department of Labor, feasible, 25 percent of trainees or apprentices in each Bureau of Apprenticeship and Training,or with the State of occupation shall be in their first year of apprenticeship or California, Department of Industrial Relations, Division of training. Apprenticeship Standards recognized by the Bureau and The number of trainees or apprentices shall be training programs approved but not necessarily sponsored distributed among the work classifications on the basis of by the U.S. Department of Labor, Manpower the Contractor's needs and the availability of journeymen in Administration, Bureau of Apprenticeship and Training the various classifications within a reasonable area of shall also be considered acceptable provided.it is being recruitment. Prior to commencing work, the Contractor administered in a manner consistent with the equal shall submit to the Department for approval the number of employment obligations of Federal-aid highway trainees or apprentices to be trained in each selected construction contracts. Approval or acceptance of a classification and training program to be used. training program shall be obtained from the State prior to Furthermore, the Contractor shall specify the starting time commencing work on the classification covered by the for training in each of the classifications. The Contractor program. It is the intention of these provisions that training will be credited for each trainee or apprentice employed by is to be provided in the construction crafts rather than clerk- him on the contract work who is currently enrolled or typists or secretarial-type positions. Training is permissible becomes enrolled in an approved program and will be in lower level management positions such as office reimbursed for such trainees or apprentices as provided engineers,estimators, timekeepers, etc., where the training hereinafter. is oriented toward construction applications. Training in Training and upgrading of minorities and women the laborer classification may be permitted provided that toward journeymen status is a primary objective of this significant and meaningful training is provided and Training Special Provision. Accordingly, the Contractor approved by the division office. Some shall make every effort to enroll minority and women offsite training is permissible as long as the training is trainees or apprentices(e.g., by conducting systematic and an integral part of an approved training program and does direct recruitment through public and private sources likely not comprise a significant part of the overall training. to yield minority and women trainees or apprentices)to the Except as otherwise noted below,the Contractor will be extent such persons are available within a reasonable area reimbursed 80 cents per hour of training given an employee of recruitment. The Contractor will be responsible for on this contract in accordance with an approved training demonstrating the steps that he has taken in pursuance program. As approved by the Engineer,reimbursement thereof, prior to a determination as to whether the will be made for training of persons in excess of the Contractor is in compliance with this Training Special number specified herein. Provision. This training commitment is not intended, and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not. F-15 172 will have fulfilled his responsibilities under this Training This reimbursement will be made even though the Special Provision if he has provided acceptable training to the Contractor receives additional training program funds from number of trainees or apprentices specified. The number other sources,provided such other source does not trained shall be determined on the basis of the total number specifically prohibit the Contractor from receiving other enrolled on the contract for a significant period. reimbursement. Reimbursement for offsite training indicated Only trainees or apprentices registered in a program above may only be made to the Contractor where he does one approved by the State of California's State Administrator of or more of the following and the trainees or apprentices are Apprenticeship may be employed on thhe project and said concurrently employed on a Federal-aid project;contributes trainees or apprentices shall be paid the standard wage to the cost of the training,provides the instruction to the specified under the regulations of the craft or trade at which trainee or apprentice or pays the trainee's or apprentice's they are employed. wages during the offsite training period. The Contractor shall furnish the trainee or apprentice a No payment shall be made to the Contractor if either the copy of the program he will.follow in providing the training. failure to provide the required training,or the failure to hire The Contractor shall provide each trainee or apprentice with a the trainee or apprentice as a journeyman,is caused by the certification showing the type and length of training Contractor and evidences a lack of good faith on the part satisfactorily completed.The Contractor will provide for the of the Contractor in meeting the requirements of this Training maintenance of records and furnish periodic reports Special Provision. It is normally expected that a trainee or documenting his performance under this Training Special apprentice will begin his training on the project as soon as Provision feasible after start of work utilizing the skill involved and The Contractor will provide for the maintenance of remain on the project as long as training opportunities exist in records and furnish periodic reports documenting his his work classification or until he has completed his training performance under this Training Special Provision program. It is not required that all trainees or apprentices be on board for the entire length of the.contract. A Contractor FR-16 173 STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT RIDER Collected by Permit No.(original) TR-0122 0407-NMC 1698 Rider Fee Paid Dist/Co/Rte/PM $ 04-CC-680 15.570 U 0 + F`d Date Rider Number November 9,2007 0407-NRT 1916 NOV 15 2007 PUBLIC W.. K ;,J..�- TO: F Contra Costa County 255 Glacier Drive Martinez CA 94553 Attn: Carl J. Roner L Phone: (925)313-2213 ,PERMITTEE In compliance with your request of November 8, 2007, We are hereby amending the above numbered encroachment permit as follows: Date of completion changed to: December 31,2008. Reference your project to:perform pavement rehabilitation under State Highway 04-CC-680, Post mile .15.57, at Stone Valley Road, in Alamo, in Contra Costa County. Except as amended,all other terms and provisions of the original permit shall remain in effect. APPROVED: PD cc: R.songey(2),H.xardmi BIJAN SARTIPI District Director. District Traffic Manager-P.Chan Traffic Management Center-J.Richardson BY- , CT1/J MICHAEL D. CONDIE District Permit Engineer Page I of I ATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT Permit No. TR-oleo 0407 NM1698 Dist/Co/Rte/PM In compliance with(Check one): 04-CC-680 15.57 Date ❑ Your application of OCTOBER 2,2007 October 17,2007 Fee Paid Deposit ❑ Utility Notice No. of $ Performance Bond Amount(1) Payment Bond ❑ Agreement No. of Bond Company ❑ RAV Contract No. of Bond Number(1) Bond Number(2) TO: Contra Costa County Public Works Department 255 Glacier Drive, Martinez,CA 94553-4897 Attn: Carl J Roner L Phone: (925) 313-2213 PERMITTEE and subject to the following,PERMISSION IS HEREBY GRANTED to: Perform pavement rehabilitation under State Highway 04-CC-680, Post Mile 15.57, at Stone Valley Road, i Alamo,in Contra Costa County. A minimum of one week prior to the start of work under this permit, notice shall be given to, and approval o construction details, operations, public safety, and traffic control shall be obtained from State Representativ Hamid Karami, 4585 Pacheco Blvd, Martinez, CA-94553, 925-313-8846, weekdays, between 7:30 A.M. ani 4:00 P.M. All permitted work requires the permittee to apply for and obtain a work authorization number prior to the star of work. See the attached "Encroachment Permit Project Work Scheduling Procedures" and the attache( "Permit Project Work Scheduling Request Form". Additional time beyond the minimum seven days advance( notice required in the above paragraph may be required for obtaining approval for the traffic control. The following attachments are also included as part of this permit(Check applicable): In addition to fee,the permittee will be ® Yes ❑ No General Provisionsbilled actual costs for: ElYes ® No Utility Maintenance Provisions ❑ Yes ® No Review ® Yes ❑ No Special Previsions ® Yes ❑ No Inspection ❑ Yes ® No A Cal-OSHA pen-nit required prior to beginning work: ® Yes --------- Field Work (If any Caltrans effort.expended) ❑ Yes ® No The information in the environmental documentation has been reviewed and considered prior to approval of this permit. This permit is void unless the work is completed before December 20,2007 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. RN APPROVED: CC RS(2),H K,PC BI3AN SARTIPI District Director BY: n M.D.CONDIE,District Permit Engineer 1 No dirtmaterial and soil shall be spilled within the State's Right of Way. The area within the state Right of Way shall be cleaned and returned to its original condition upon completion of work. All permittee's personnel shall wear appropriate personal protective equipment including hard hats and bright colored vests, shirts or jackets with retro-reflective material while on the State Highway Right of Way. No other work is authorized under this permit. Traffic control is authorized only between 9:00 AM and 3:00 PM, Monday through Friday, holidays excluded. Any traffic control, which requires lane closure, shall be in compliance with the appropriate traffic control plan. Where required by the plan, the use of a flashing arrow sign is MANDATORY. Before any work is begun which will interrupt the normal flow of public traffic, approval shall be obtained from State's representative, and closures will be as shown on the attached copy of Standard Plan Sheet T-11. The Contractor for the permittee shall apply for an Encroachment Permit for the work authorized therein, and the application shall be accompanied by a check in the amount of $410, to cover the permit fee. Permittee's contractor shall be billed for additional inspection cost at the Caltrans standard hourly rate (currently$82/hour). Any damage to existing facilities, landscaping or irrigation within the State's Right of Way shall be replaced in kind by the permittee at permittee's expense. Immediately following completion of the work permitted herein, the permittee shall fill out and mail the Notice of completion attached to this permit. Certain details of work authorized hereby are shown on permittee's plan submitted with the request for the permit and all work within the State's Right of Way shall be done in accordance with State Standard Plans and Specifications. Suitable barricades, signs and lights, as approved by State's representative, to warn and protect traffic effectively, shall enclose the site of the work. The lid of the survey monument (top of the monument is 3.5" below the road surface) located at 85' from the over crossing, shall be flushed with road surface. Excavations made within the limits of the highway shall be backfilled before leaving the work for the night unless otherwise authorized by the State's representative. After backfilling the trench,temporary surfacing shall be placed if required by the State's representative. Changes to the Plans, Specifications, and Permit Provisions are not allowed without Prior approval from the State Representative. 2 STATE OF CALIFORNIA,DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (PRY.0512007) 1. AUTRORrrY: The Dcpartmcnt's authority to issue encroachment law,from the Public Utilities Commission of the State of California permits is provided.under,Div-1,Chpt.3,Art.1,Sect.660 to 734 of (PUC), California Occupational Safety and Hcalth Administration the Streets and Highways Code. (Cal .911A),or any other public agency having jurisdiction. 2. REVOCATION: Encroachment pct-nits are revocable on five days 13. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum notice unless otherwise stated on the permit and except as provided by passageway of 4'shall be maintained through the work arca at existing law for public corporations, franchise holders, and utilities. These pedestrian or bicycic facilities, At no time shall pedestrians be General Provisions and the F,neroaetiment Permit Utility Provisions diverted onto a portion of the stroct used for vehicular traffic. At are subject to modification or abrogation at any time-Permittees'joint . locations where safe alternate passageways cannot be provided, use agreements, franchise rights, reserved rights or any other appropriate signs and barricades shall be installed at the limits of agreements for operating purposes in State highway right of way are construction and in advance of the limits of construction at the nearest exceptions to this revomfion. crosswalk or intersection to detour pedestrians to facilities across the strccL Attention is directed to Section 7-1.09 Public Safety of the 3. DENIAL FOR NONPAYMENT OF FLEES:Failure to pay permit Department Standard Specifications. fees when due can result in rejection of future applications and denial of ptxnrits• 14. PUBLIC TRAFFIC CONTROL:As required by law,the permittee shall provide traffic control protection waming signs,lights, safety 4. ASSIGNMENT: No party other than the pcm»ttcc or permfttee's dcvdcc3, etc., and take all other measures necessary for traveling authorized agent is allowed to work under this permit, public's safety.White providing traffic control,the needs and control of all road users (motorists, bicyclists and pedestrians, including 5. ACCEPTANCE OF PROVISIONS: Permittee understands and persons with disabilities in accordance with the Americans with agrees to accept these General Provisions and all attachments to tins Disabilities Act of 1990(ADA))shall be an essential part of the work permit,for tiny work to he performed under this perrhii. activity. 6. BEGINNING OF WORK: When traffic is not impacted (see Day and night time lane closures shall comply with the California Number 35), the permittee shall • notify the Department's Manual on Unifurm Traffic Control Devices (Part 6, Temporary representative,two.(2)days before the intent to start petnuttcd work. Traffic Control), Standard Plans, and Standard Specifications for Permittee shall notify the Department's Representative if the work is traffic control systems.These Ocncral Provisions are not intended to to be interrupted for a period of five (5) days or more, unless impose upon the permitlee,by third parties,any duty or standard of otherwise agreed upon. All work shall be performed an weekdays care,greater than or different from,as required by law. during regular work hours, excluding holidays, unless otherwise specified in this peanut. 15. MINIMUM INTERFERENCE WITH TRAFFIC: Per nittee shall plan and conduct work so as to create the least possible inconvenience 7. STANDARDS OF('ONSTRUCTION:All work performed within to the traveling public;traffic shall not be.tmrrasonably delayed.On highway right of way shall witform to recognized construction conventional highways, permittee shall place properly attired standards and current Department Standard Specifications, flaggcr(s)to stop or warn die traveling public.in conTlimcc with the Department Standard Plans High and 'Low Risk Faciliry California Manual on Uniform Traffic Control Dcviccs(Chapter 6E, Specifications, and Utility Special Provisions. Whcrc reference is FlaggerControl). made to"Contractor and Engineer,"these art amended to be read as "Permittee and Department representative." 16. STORAGE OF EQUIPMENT AND MATERIALS: The storage of equipment or materials is not allowed within State highway right-of- $- PLAN CHANGES: Changes to plans, specifications, and permit way, unleRR snecit3td. within the Special Provisions of this specific provisions are not allowed without prior approval From lite State encroachment permit. If Encroachment Permit Special Provisions allow r'epr'esentative. p P fbr the storage of equipment or materials within the State right of way, 9. INSPECTION AND APPROVAL: All work is subject to the equipment and material storage shall comply with Standard monitoring and inspection.Upon completion of work,permittee shall Specifications, Standard Plans, Speeial Provisions, and the Highway request a snarl inspection for acccptancc and approval by the Design Manual. The clear recovery 7onc widths must be followed and Department, The local agency permiffec shall not give final construction approval to its contractor until final acceptance and an the minimum desirable for the type of facility indicated below: approval by the Department is obtained. freeways and expresswnys-30',conventional highways(no curbs)-20', conventional highways(with curbs)—1.5'. If a fixed object cannot be lo. PERMIT AT WORKSITE:Permittee shall keep the permit package eliminated, moved outside the clear recovery zone, or modified to be or a copy thereof,at the work site and show it upon request to any made yielding,it should be shielded by a guardrail or a crash cushion. Department representative or law enforcement officer. If the permit package is not kept and made available at qac work site,the work shall I7. CARE OF DRAINAGE: Pcrmittce shall provide alternate drainage be suspended for any work interfering with an existing drainage facility in 11. CONFLICTING ENCROACHMENTS: Pcrmittco shall yield start compliance with the Standard Specifications,Standard Plans and/pr as of work to ongoing,prior authorized,work adjacent to or within the directed by the Departments mprescntativc. limits of the project site.When existing encroachments conflict with I& RESTORATION AND REPAIRS IN RIGHT OF WAY:Permittec new work,the permittee shall bear all cost for rearrangements,(e.g-, is responsible for restoration and repair of State highway right of way relocation,alteration,removal,etc.). resulting from permitted work (State Streets and Highways Code, 12. PERM[TS FROM OTHFR AGENCIES:This permit is invalidated : . Sections 670 et.seq.}. if the permittee has not obtained all permits necessary and required by 19. RIGHT OF WAY CLEAN UP: Upon completion of work, project construction work done on Stale property will not be directly penmiuee shall remove and dispose of all scraps, brush, timber, funded and paid by State, for the purpose of protecting stop notice materials,etc. off the right of way. The aesthetics of the highway claimants and the interests of State relative to succcssful project shall be as it was before work started, completion, the local agency permittee agrees to require the construction contractor furnish both a payment and perfbimarice bond 20. COST OF WORK:Unless stated in the permit,or a scpat°ate written in the local agency's name with both bonds complying with the agreement,the permittee shall bear all costs incurred for work within requirements set forth in Section 3-1.02 of State's current Standard the State right of way and waives all claims for indemnification or Specifications before performing any project construction work.The contribution from the State. local agency permittec shall defend,indemnify,and hold harmless the State,its officers and employees from all project construction related 21. ACTUAL COST BILLING: When specified in the permit, the claims by contractors and all stop notice or mechanic's lien claimants. Department will bill the permittee actual costs at the currently set The local agency also agrees to remedy, in a timely manner and to hourly rate for encroachment permits_ State's satisfaction, any latent defects occurring as a result of the project construction work. 22 AS-BUILT PLANS:When required,pctmittct shall submit one(l) set of folded as-built plans-within thirty(30)days after completion 25• FUTURE MOVING OF INSTALLATIONS:Petmitice understands and approval of work in compliance with requirements listed as and agrees to relocate a permitted instailation upon notice by the follows- Departnont. Unless under prior property right or agreement, the permittee shall comply with said notice at his sole expense. 1.Upon completion of the work provided herein, the permittee shall send one vellum or paper set of A4-Built plans, to the 26. ARCHAEOLOGICAUHISTORICAL: if any archaeological or State representative. Mylar or paper sepia plans are not historical resources are revealed in the work vicinity,the permittee acccptabic. shall immediately stop work,notify the Department's representative, 2.All changes in the work will be shown on the plans,as issued retain a qualified archaeologist who shall evaluate the site,and make with the permit,including changes approved by Encroachment recommendations .to the Department representative regarding the permit Rider_ continuance of work. 3,The plans are to be stamped at otherwise noted AS-BUILT by the permittee's representative who was responsible for 27. PREVAILING WAGES:Work performed by or under a permit may overseeing the work.Any original plan that was approved with require pemzittec's contractors and subcontractors to pay appropriate a State stamp, or Caltrans representative signature, shall be prevailing wages as set by the Department of Industrial Relations. used for producing the As-Suitt plans.. Inquiries or requests for interpretations relative to enforcement of 4.If As-Built plans include signing or striping, the dates of prevailing wage rcquirements are directed to State of C.:alifornin signing or striping removal,relocation,or installation shall be Department of Industrial Relations, 525 Golden Crate Avenue, San shown on the plans when required as a condition of the permit. Francisco,California 94102. When the construction plana shore signing and striping for staged construction on separate sheets,the sheet for each stage 28. RESPONSIBILITY Y FOR DAMAGE: The State of Califumia and shall show the removal,relocation or installation dates of the all officers and employees thereof,including but not limited to the appropriate staged striping and signing, Director of Transportation and the Deputy Director, shall not be 5.As-Built plans shall contain the Permit Number,County,Route, answerable or accountable in any manner for injury to or death of any and Post Mile on each shed. person,including but not limited to the permittee,persons employed 6.Disclaimer statement of any kind that differ from the by the pormince, persons acting in behalf of the permittcc, or for obligations and protections provided by Sections 6735 through damage to property from any cause. The permittee shall be 6735.6 of the California Business and Professions Code,shall responsible for any liability imposed by law and for injuries to or not be included on the As-Built plans. Such statements death of any person, including but not limited to the permittec, constitute non-compliance with Encroachment Permit persons employed by the permittee,persons acting in behalf of the mquirerrtarts, and may result in the Departrrrent of permittee, or for damage to property arising out of work,or other Transportation retaining performance Bonds or deposits until activity permitted and done by the permittee under a permit,or arising proper plans arc submitted.Failure to comply may a15o result in out of the failure on the pem»ttee's part to perform itis obligations denial of future permits, or a provision requiring a public under any permit in respect to maintenance or any other obligations, agency to supply additional bonding_ or resulting from defects or obstructions, or from any cause. whatsoever during the progress of the work,or other activity or at any 23. PERMITS FOR RECORD PURPOSES ONLY:When work in the subsequent time,woTk or else[activity is being Performed under the right of way is within an arra under a Joint Use Agreement(JUA)or a obligations provided by and waternplated by the permit Consent to Common Use Agreement(CCUA),a fee exempt permit is issued to the permittee for the purpose of providing a notice and The permittee shall indemnify and save harmless the State of record of work. The Permittee's prior tights shall be prm5ervcd California, all officers, employees,and State's contractors, thereof, without the intention of creating new or different rights or obligations. including but not limited to the Director of Trnnspomtion and the "Notice and Record purposes Only"shall be stamped across the face Deputy Director,from al)claims,suits or actions of every name,kind of the permit. and description brought for or,on account of injuries to or death of any person,including but not limited to the permittee,persons employed 24. BONDING: The permittee shall file bond(s), in advance, in the by the permittee,persons acting in behalf of the permittee and the amount set by tho Department. Failure to maintain bond(s)in full public,or damage to property resulting from the prxfermance of work force and effect will result in the Department stopping of all work and or other activity under the permit,or arising out of the failure on the revoking permit(s).Bonds are not required of public corporations or permittee's part to perform his obligations under any permit in respect privately owned utilities,unless permittee failed to comply with the to maintenance or any other obligations,or resulting from defects or provision and conditions under a prior permit.The surety company is obstructions,or Brom any cause whatsoever during the progross of the responsible for any latent defects as provided in California Code of work, or other activity or at any subsequent time, work or other Civil Procedures, Section 337.15, Local agency permittee shall activity is being performed under the obligations provided by and comply with requiromnnts established as follows: In recognition that contemplated by the permit,except as otherwise provided by statute. The gifting of public property use and therefore public funds is The duty of the permittee to indemnify and save harmless includes the prohibited under the California Constitution,Article 16. duties to defend as set forth in Section 2778 of the Civil Code.The permittee waives any and all rights to any type of expressed or 34. FIEI,V WORK REIMBURSEMENT: Permittee shall reimburse implied indemnity againa the Statc,its officers,employees,and State Statc Cor field work performed on permittee's behalf to correct or contractors. It is the intent of the parties that the permittee will remedy hazards or damaged facilities,or clear debris not attended to indemnify and hold hammy the State,its officers,employees,and by the permiucc. State's contractors, from any and all claims,suits or actions as set forth above regardless of the existence or degree of fault or 35. NOTIFICATION OF DEPARTMENT AND TMC:The permittee negligence,whether active or passive,primary or secondary,on the shall notify the Department's representative and the Transportation part of the Stare,the permiucc,persons employed by the permittee,or Management Center (TMC) at least 7 days before initiating a lane acting on behalf of the permittee, closure or conducting an activity that may cause a traffic impact.A confirmation notification should occur 3 days before closure or other For the purpose of this section, "State's contractors" shall include potential traffic impacts.In emergency situations when the concctive contractors and their subcontractors under contract to the State of work or the emergency itself may affect traffic, TMMC and the Califomis performing work within the limits of this permit. Ixpartmont's representative shall be notified as soon as possibio. 29. NO PRECEDENT ESTABLISHED:This permit is issued with the 36. SUSPENSION OF 'TRAFFIC CONTROL OPERATION: The understanding that it does not establish a precedent permittee,upon.notification by the Department's representative,shall immediately suspend all lane closure operations and any operation 30. FEDERAL CIVIL RIGHTS RFOU1RF.MENTS FOR PUBLIC that impedes the flow of traffic. All costs associated with this ACCOMMODATION: suspension shall be borne by the permittee. A. The permittee,for himself,his personal representative,successors in interest,and assigns as part of the consideration hereof,does hereby 37. UNDERGROUND SERVICE ALERT(USA) NOTIFICATION: covenant and agree that! Any excavation requires compliance with the provisions of 1.No person on the grounds of race,color,or national origin shall be Government Code Section 4216 et,seq.,including,but not limited to excluded from participation in, be denied the benefits of, or be notice to a regional notification center,such as Underground Service otherwise subjected to discrimination in the use of said facilities. Alert(USA).The pormittce shall provide notification at least 48 hours 2.That in connection with the construction of any improvements on before performing any excavation work within the right of way, said lands and the furnishings of services thereon,no discrimination'. . shall be practiced in the selection and retention of first-tier subcontractors in the selection of sccond-tier subcontractors. 3.That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for public accommodations(such as caring,sleeping,rest,recreation),and operation on,over,or under the space of the right of way. 4. That the permiltee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Rogulations,Commerce and Foreign Trade, Subtitle A,Office of the Secretary.of Commerce, Part 8 (I5 C.F.R. Part 8) and as said Regulations may be amended. 5.That in the event of breach of any of the above nondiscrimination covenants,the State shall have the right to terminate the permit and to re-enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF IIIGHWAYS: The permittee ao ces, by acceptance of a permit,to properly maintain any encroachment,This assurance rcquireS the permittee to provide inspection and repair any damage,at permittee's expense,to State facilities resulting from tho enttroachinent 32. SPECIAL EVENTS: In accordance with subdivision(a)of Streets and Highways Code Section 682.5,the Department of Transportation shall not be responsible for the conduct or operation of the permitted activity, and the applicant agrees to dcfcnd, indemnify, and hold harmless the Stale and the city or county against any and all claims arising out of any activity for which the permit is issued. Pennitice understands and agrees that it will comply with the obligations of Titles 11 and 111 of tho Americans with Disabilities Act of 1990 in the conduct of the event,and further agrees to indemnify and save harmless the State of California,all officers and employees thereof, including but not limited to the Director of Transportation, . from any claims or liability arising out of or by virtue of said Act. 33. PRIVATE USE OF R1GIiT OF WAY.Highway right of way shall not be used for private purposes without compensation to the Sbrte. TOTAL P.07 2006 STANDARD PLAN Tll 09 Z 0 Z S Lu g LU -C 0 0 b -UJ a vs o > t'I— V tx iLU 0 Zco b1l " < > E' 0. F)El 51 2 Oz-c 'I t cc O E z _5 -f 0 _j Z z 10 W l .2 z us— 200 z U.J-4 LL IL O.J 4c i U. X t Ld _j 13 E o. Ge L ITITITI o 1C C C, oil" E_ Wm 6E 0 E !nz A OD mp0 X00 , am o 2k zo, 41 IRS F • 0 fgT :B so sr: 3•O5 p0 LUmr=5 ofs o • C; FIE tp 0 u ca gf -10 0. a 0- c E* I -0- 'o- 51 0 .0. iii �«aiv -.39 'o& Off. vLn uL C. 0 c Lgui 'o > i0i K -L, ona4 arms _0 o LO > 0 I-Iol Z AW, Encroachment Permit Work Scheduling !ZiAuest Form :rim Submit request to schedule traffic control weekly,7 days in advance, using this forth.Submit to Permit Ditty Station by FAX, 510-286•-3960,or E-mail:Peryrut Duty_r,7;irtezt-Ci cdot.ca.gov..Reatinder!- Notify Inspector listed on page I or 2 of your Permit Check Permit Special Provisions for authorized work hours. Any deviation from the Permit must be requested in writing. fNSTRUCTIONS AND ABBREVL TInYS: See Procedures on reverse of this form(page 2). 1. Permit No.: � 2.Expiration Date: _ J.Request Date:- 4. ate;_4. Caltrans Inspector: ---__--..-....- - ----- --=--------.. — 5.Requested Work Week: ...- ---------tO---------- 6. Route: - _ + 7. County: _-----,-Y____------,__8.City or township:_.._._ 9. ❑PostMiles or❑Kilopost: From: To: 10. Existing Lanes(in each Dir): Dir.-.---L ns_._.:-.._../Dir__._Lns 11. Describe Location(use landmark if necessary): From:__ _ To: ,_- 12 Name of Conventional Highway or Surface St: _,-_ _�.__�• 13.(a tl Mu h k)Fill in or `x' if applicable:(a)❑_Divided Hwy or ❑ Undiv_ided Hvv�(b)❑Full-Closure[] I dir or❑both di (e)❑One-way Traffic Control:Only on"Undivided"Hwy(Alternate use of sane lane for both directions.-hold trfc 5--10 min wiJlaggers) (d)❑Connector RarM:_ (State Highway#)_ to(State Highway#) - Closed ❑ or Lane# '(e) Off/rarrt : (Freeway to City St) Ramp Name:_ Off/ramp Closed❑or Lane#:_ (f)❑On/ramp: (City St to Freeway) Ramp Name: _ On/ramp Closed ❑or Lane#: ` (g)[]Divert Trfc or Contra Flow: Reconfigure lanes/divert trfe to Lane#__in the Direction;___Lane(s)open ea direction. (h)[]Intermittent Traffic Control_,(i) Various Locations 0)❑Long-Term(24+hours continuous)ETO k Year: _ Time_ Dir * Y * * * * Restricted Lanes * * * * * * Brks Closure IDS From To DAY(S) 24-LIR CLOCK TNBSB FuR sH*LDR TURN Caltrans Clos Aux CD PCMR 5 to DATE DATE su-wr-w• Start Finish sm V or or Park 15 Roll willcomplered TFI-F-SA (1n-97) (10-98) Ddour L R 1 2 3 4 5 6 L Coll Med LStrip Min -ing return 1.4. Description of work/comments: 15. Detour(Required for full.closure)- - 16. Contingency Plan: _ 17.On-site during.work(circle ifapplicable). CHP / PD / Other: Permittee: Contractor if different thanpermittee): 18.Name: (� Address: On-site Name: Name: Personnel Office: -- Office: Contact Name(s) Cell: - -� Cell: Phone No. FAX: FAX: 19. KRF.AL Til1j[,"STATUS_ NSTRUCTIONS-•PLEASE MAKE.YMB_ETET,D PE,RSONN .i,A WARF.&$F�SPONSIBLF, �~ Permittee shall STATUS scheduled work DAILY via Caltrans 24-Hour Communication Center at 510-286-6359. Status using Closure 1D No(s)at the start of work,(10-97),and again when work is finished for the day,(10-98). To cancel(10-22),phone 510-286-6359 or fax to 510-286-6358 before the scheduled 10-97 time,but no later than I hour prior to the scheduled 10-98 time. Any delay in picking up your closure must be reported immediately to 510-286-6359 or Permit Inspector. See item 9 on reverse/page 2. 4-Office of Permits/Office of Traffic Management, Page 1 oft. ' Revised 07-21-05 FA ENCROACHMENT PERMIT WORK SCHEDULING PROCEDURES 1. INSTRUCTIONS: Fill in blanks or check appropriate boxes. Attach maps or diagrams, if available. Enter beginning day through ending day of work week(M-T-W-TH-F-SA SU). Month/Day: Enter month (1-12)and day(1-31)of requested week.Start&Finish Time: Use 24 hour clock format.Read page 2 of your Permit Sp4cial Provisions for hours do days allowed. Separate lane closure Vs are required for each direction and facility. Use separate line for each. Lanes are numbered in direction of travel.from left to right, excluding tum pockets; left being#1 or"fast lane". Check boxes under RESTRICTED LANES to indicate lanes or parts of highway to be closed. "VL"(Various Lanes) may be checked with note in Comments Section stating number of lanes to remain open at all times. 2. ABBREVIATIONS: Aux--auxiliary, CD=Center Divide; Coll=Collector, Conn=Connector, Contra Flow lose i direction of traffic and divert to lanes) in opposite direction or a turn lane. Day of Week=(M-T-W TH-F-SA SU); Dir--Direction (ND=North, SB=South,WB=West, or EB=East); F/L--fog line; Lns=Lanes; L--Left, Med= Median; OfM=Off-Ramp; On/R=Onn-Ramp; Park Strip=-Parking area parallel to lane; Pckt=Pocket; Roll-Rolling(for closure such as sweeping);R=Right;Shidr=Shoulder,SR=State Route;V/L=Various Lanes;V/Loc=Various Locations. 3. Requests for scheduling shall be submitted on this' form via FAX to 510-286-3960, or, via E-Mail. to Permit Ditty EngineerOWot.ca.gov, or,through the designated State Representative(page 1 of permit). 4. All permitted work (with or without traffic control) is subject to advance scheduling on this form, seven (7)days in advance of the work week requested.Submittals and approvals sball continue on a weekly basis. 5. If work begins weekly on Sunday,the work week shall be Sunday through Saturday. If work week begins on Monday,the work week shall be Monday through Sunday. 6. Incomplete,illegible,or inaccurate requests may be returned for correction. Assistance for completing the request may be obtained from the designated State Representative. 7. Every attempt will be made to return timely requests with closure ID or work authorization numbers, to the Permittee by close of business on Thursday,prior to the scheduled work week. When deemed necessary to ensure public convenience, Caltrans may deny and/or reschedule the request. & All requests must include a contingency plan for restoring public traffic (i.e. reopening of a closed lane, ramp and/or shoulder) in the event of(1) CHP or the local authority requires opening due to an unforeseeable incident in the nearby vicinity, or(2) permitted experiences an equipment bre"wn, shortage of or lack of production materials or any other failure which would otherwise delay restoring public convenience within the time limits specified in the permit. The contingency plan shall include availability of any proposed-standby equipment and stockpiled materials that can be utilized for the immediate opening ofclosures .when ordered by the State representative. Acceptance of the contingency plan by the Engineer shall not relieve the Contractor from the requirement of opening the restricted travel way to accommodate public traffic as specified in the lane closure hour's section of the permit provisions. 9. Caltrans will review and process the request by entering all information into the Stato-wide Lane-Closure System(LCS). This process generates a work authorization number*. This number will be entered on the request form and returned to Permittee as approval to proceed AND will be used to"Real-Time Status"on a daily basis. Permittee shall communicate with Caltrans 24-hour District Communication Center(DCC)via telephone at 514-?.86-6359 twice daily when working, or once daily if cancelled. a. When work begins(first cone down),Permittee shall contact Caltrans DCC and relay: "(Closure ID#*) Is 10-97'. b. When work ends(last cone removed),Permittee shall contact Caltrans DCC and relay:"(Closure M#*) b10-93'% c. Ifthe work is cancelled on any scheduled day,Permittee shall contact Caltrans DCC and relay; "(Closur2 lD#*)is 10-22". A"10-22"(cancellation)can be phoned at anytime before the scheduled'110-97"time, but no later than 1 hour prior to scheduled"10-98"time.You may be asked to fax confirmation of"10-22"to the DCC FAX at 510-286.6358. d. During the work,any unexpected occurrences including delayed openings,accidents,etc.,shall be communicated to Caltrans DCC cQQ 510-286-6359,immediately. Avoid possible miscommunication when calling status.Use the PHONETIC ALPHABET to state your Closure ID: A=Adam,B=Boy,C=Charles,D=David,E=Edward,F—Frank G=George,H=Henry,I=Ida,J=John,K=King, L = Lincohl, M= Mary, N=Nora, O =Ocean, P=Paul, Q= Queen, R=Robert, S =Sam, T = Tom, U = Union, V=Victor, W=William, X=X-ray,Y=Yellow,Z=Zebra. Example;MCA--Paul 82 Charles Adam" 10. The intent of these procedures is to help ensure public convenience by identifying planned closures on the State Highway system,resolving potential conflicts,and disseminating all available"REAL-TEME11 information,via the traffic media to all motorists,including but not limited to the public,CHP,local police and sheriffs' office,and emergency fire and rescue personnel. *"elmure ID number"is the some a4- %vrk awhorizaden number" Page 2 of 2. Revised 7-21-05 STD.PIAN CA51i CO LU ri u :55 um C) E no ? x U LU R Oz A�E o gc E:: 0.1. H VE OCO 25 C) go TNO a E cc .0<, C�Oc U-0 'E 0 2. 6.10%F.. o 0 F om 2 E -0 -15 .50 . 6 r I < u 3! --- S-VA. :0.0 -Cc ..!2; .'a. V2 go _�.s -.-.s 5nN 0 6 —6 8 su, t NI.; ti Br Ed:, 0. *i i a 'S o- ggY or 1.81 °u;2 6 0 0 oc Ix E L) w z w 0 co z o Wo6 0 Ez wu > Z Ow o o LU > _j > oo R o LU w c ul > ov o o> 2 t 4n OC lo zLL 0 mo Eo u O lu V.—c gg F lw� u. 0 I-: LL. E ;,9 Z y m CL ro, E > W 0 mLLn .4 ul LU w Z roa W CLas Lu _j 0 gw tu CL 2! w>12 > NVo o > u ¢ > > u o uj ' m 5.sz O > >y o *,�ia. r r c„� p�p,N �pZO� Nom. d -0 DIR mom dp,. 'Q o �. $ o c o 0 0 x m p? Q -•' U m O D V O tivO s d D ' O Oo O o �•`L@ O �E3q JE o? u ,m. E a a� ° u GOF 'None ft o n rp D o a m !' �, �� 3 3�9 � V✓ N' 3M E o.. D GO ROtm mo4O Q� 2 V � m �m� m0 m �m ;£a to' Z,rl Z V 7 W7 m° N'd .- m ..m NG .moi O"o`0'S .may 0, U 15 O .'SEG >` p'S^j L o o m .O "'`{Q 'i U ti 0�T o O m o~ rc!s' x G 7 Q o N C o'° D.�P- o O 0 m M y C 00 :5 'may �mN✓ V..+� �' 700 NNEDF i; 3� m m,. O�,� * uo.- 305° � 4 � 00 0.. o o. >•'or Z Y � � 71L93H m op o° .0. 6..+G ��W...• £m m0 ✓o� ¢T N rTw D V- GOON y h ubc'c0, o� $oy v + - E; do Pa u 'o b o. >m c w £^ c o 7 m o•�i a.-r r c T '^. D m OOu✓O .N-s Oo o Oo- ° 6./uo O'G o, o io. wam0 u V O+ rbb v`4 m.o5m da du o ni y^'o mctm No ox '"'"uc K o pON DD DD .`- °p y.7 O O':- y fU v �4 £9 o m C G 6 U p �p Epmom OL .'b O t; U NNS N - V >w 5Lo 3W h G � 31 Nu 'G tmm �x ° C . a oL `° c o O NN 'o° G No 013 3 '�i — oa °v ? d c .y pONO Om 4m Gs. �'m3 N3 �_ m 6 GE 'Gm m o p 2 V E G m 0 0 O >O FFD 'O TTbp HO MO N� r °a ;DN °4 N -o O.r E;OO Volm 009 LOG>3 U.- G 4 O 000 4.✓o N;OOm w'" Fpw O �� %m _N 'o £ .n �[. b ooN wi00•% mN 6w NL 70 aG Ot'm'a °a m G 4V >YQ mNO r O m 6 N m NY Ob m m4 U O d Vim, °'v .i 9_+.'0 Y o OYQt P, £mGDL N� N•O o mT dN NOS OD CC N i2225555g UO4 m✓yL�' a``om mo ma 3 00 (3r V m�� mD Xis o0'ON EO EO O ~ N N r 4 �N c coc `E m'O Gm >o O a✓'o d..Lr `o mo o° o°.m a, Qa p ^ p r °' a baa, as 3,c 3" uo N a Z Vu r o rnGb W� iV d.° M ci, o 4% >44a�AD A ;N dnt1+• ' N N �®y o••�tla 4a x -y to v 3 c, a 4 3o X> a T N' ..°+i m e ,0.. NC W dG .tl qa 4Ap ul F9 U1�°" 9N t G yr '� �q'tl tl qAD tl�Ae p iio m w F: 0 6 am G Ln N to m ve D ! duo w/ Y p°U cW Cu'lIN ttldPeb� r � m Kyo ' v W nuo v w°N ��gb�otslt � � ;_ o-w� d�� � u � v.• W o+f o O E C Y G O Y mp O 1 c mgFm� N O m N oa m _o N 3 00 1 4 om �� Q., a a a„ f o m mQ! py G^ N l o m m^ .%Ar- 3;y G O i A. :0o mG o4 VdiL .N> N �F C FO'i mm 7 0"O U,Y C N o p y m Q U 6 UL' °C N �o .N^• a' Tro � N� •° Q V+� i�.� o E rc N� aEa ov c° -.0 . p Oy9 U ? 9T E9GG� 9 ➢a 9 �➢ S�Q ° P r ���� �h Wd= �i. 1, .. A ;�a D O, Opp J.00 O Ni dq �° hp � •�¢ � V' N YYW 'f. J JO i a DmD T > 'O N6 '"tT i ON 9a r W.�'7 iJ ti °up'.,C✓4 �0°.5) °E °tN 0N ; Uaa Vr U^^E=r T D!O%a dN °N t° ✓U° NGo.O O.:O o --yP !° G It mOpO 01"'�N �t �� 'OO. N U°`7 a O✓ OaF 'O° ° o: �V •p4 1 GUb `O; Tpa wi �p9 D Nm GpNm - Lm 3 EL0 N- D6 D`S1'N°'ON v QV Q �p 0�= Nb ON apL qy�d Ur G9 m% Go- Om V9 NC O G 6 Op pV N dGr as Po 56 GOn .O� Ou Jr 00 3V aip O N a y4.ib U O L 0 0 O >.r.p V or n V 7r 0� U U p. 9 ;E u." GN y» G3 p! •O 7 d� 9 r u m 0`a C O ptN .p TCc 9Q_ O p -°d a9 .Or• r0 d� G P ti° win NJ �s�$ ia%i� o°uim� m i v G"T' N Ld -d V ' s N O.^ a O `T} 9n am aat u ao °Qi E•LS TN Mp D0.a� u�" n•' r °�� D$m c d° A O Q• a 11 to EY....0 7., G'On >GO Y c•N .° i o U Oj .e•.n y,. A Ny a°pm UO m0 Oa7 V•".'. r' d ` u y Z p.OG GV `D A;ro✓ apU O Y p O u 7 ; EL ALN= p� ji Ut. n C: V a t'j1 A U 10 r 11N j5 .0 a a w9 y. o a N a 10o r W Z rn °� ° 2 a d 7 a N NN• h'm O od O m J UD oio U Z d to 1 y a a �O OC � _ N Y 1L ° m , o � % m✓N ya;�;-� r, w D GO �ss a cin uD u a o Q �' O'Ln o rL a N r � o p n d �S� •N . m u JZ NaN f� a Nonce o o G G. `°°Z � ;10°A b o tY• r ti. C .�d d %p q! r J ° e - � a `m U 40. �. O U ✓T;. I 4�I. ps •� u � � t o^' V Y o O C. o wo YD z d� o ° N ip $ a ;P � p STD.PLAN CAM ° d- a amw OCL Lm3w 2t UI co gE E'Sm9m ENo cEo> <C<L ui I? d 'o w Z zoz o. Llj Z acm cw r:-M OU) Cl .!g w, ssn kava Oy n 25- m LL c* LLJ q CSN` •Z5 u s co u� w- E.7- C)CL N A2 o; 75 z ICD m w z W ca c o w z O r -.-SL z x 0 Lu W Z o o o 0 X LL Uj 0 WU) m m Z -9 -j Y 0 in z L t L% W WP O O O O w rn 16z 0. z w uj nc 0 O _j w 0 w z cinou all ul IFE a. LL a . c LL m 0 z 0 o L I- �2 z 0 lu an Lu zx!! 14 Po chi W W N a "t ^ O u•`i z^ ad i tww`�FF '`� UW JrQ- F" 4 nwAs a m�ov z f W c)u f FaZUW W dW1 bunz r WJODdN�NUQ F Z 'UaNk iWO :2<36 zo O' 6� ? IE Zoo o - t aZ a Oz,Nu�cso.�a.eovz�ia�'®W N vFd J:o3Jia�ww�V <oZ NdxQ ' zZ a Q ? �N36 Fooz3 Ll Y~7 7 AlI � . ,O6"00 ,0"8 . ,0.8 ,Sb'00i0o 90"0o N 000 0 O 0000000 0000 000 000 000 ~om d o0 0 �;;o o_< :2000 00 0000w Q 0000 00000a 000 O 000000 o r 000 00 0000000o ?`` 000.0 000000000 $ O OOOOO 000000000 OO o21 _ 00000 0000000 O o 0 ® 11 0000 00000 J 0 0 0 000 F� 0 0 0 000 .. .............. C) 000 ° O 00 ° _ Z 40 0 0000 0 0 00 n I �W o 00000 0000 0 O C) CLsg 000000 000000000 00 � o Q .n ....... p n� 000000 000000000 00 o0 C) WCL m o p F oZ w a X „SZ9Z"l "d)l ,OL9-L . ..... .... ... h O o ,SCSI 0 „SL8l"0 z r m� W p Q d W Mi dU ,OSL"0 = o o<o v N a_O< O Z W 7 Z N d >w d O ON a z N CD Ow= _ o C. h p _N m oN Src ao�� o� o fL aw L) n w Q m 0 o w Q .OSZ"0 W m O m W ' a N M w g W ®®®00.000000000 ®®®®®®®®®®®®®® U) oz .oW N 000.000®000000® No� my ®®®®®®®®®®®®®® ohp O W W U O 0000®®00000000 ®0 0 0 0®®0 0 0 0 0 0 0 o Z U Q p O p ®®®®®®®®m®®®®® C, Z CD ® ®®®®®®®®®o®®®® W� o Zg d ¢Z Z W C) 00®00.0®000000® Z o3� x ��o� 000®®®00®000®® =o �_ inw�W ,s` NNW Z �m C2 —t 000®®0®0000000 � �tnw a� owaw d =Nw o0 .W 000000®00000®0 WU rno p 00000000000000 ®®®®®®0®®®®®®® a C5 3 oma � m Lo ^ n n N O SZ9Z-1 0/0 ,OL9"1 0 S3W00 bl ,SZ9Z'l N o ,SZ9'bZ ,OZ'0 „SLC'L „OZ'O ,.SLC"t wJQt=N [~+ m MvV v N Qy�J1 � JrJ J 4 N qyy n N a Skov a� c, o �aW F C)LLJ 1 Gia -ma J m"o� -2W� vt L Wd'tnrn 7 O 2 aat.. a .� Z ¢j .:&I co O m(Ln Uwz M o zo A. Q I W Wa �zu zi vt d w�V o� 6x o O � UZZpZ U s {lCOy��a< rz Q Q a U �3Fle w to P ^V w it a3 W�xZJ Q z2S W d S wogin^0. z C o3VSms` y 5 iz 3:3(oZ g ag d+ia z x�w� YJ3 Qr. M- ^ ll I ,06'00 mm ^ .Woo ,OS Z90rno'z0 000co O 00000 0 ^��U anWotz000 0000 WW2 0 .,00'8 0 °°0 n0 00 OOO OOO o w�5 0 00000000 C, 000 0 0000000a 000 00 000000000 0000 00000000000 00 00000 000000000 000 N 00000 0000000 O 0 0000 0000o OOO 0 O00 000 oO o C000I ° ° ° - 000 00 xn o e 0000 00 00 r = N 00000 000 0 O O r, -J Z3 000000 000000000 00 ^� m (NO 000000 000000000 00 0 o ILUJ ............................................. fnO ............................................. p C W U � N J ,SZ'I d)1 ,0L9'l .... .............. ....................... W .................... .................... _ Of ,SL8l'0 ,,,SLBI'0 z r m n dA1 LO .......� ,, Z ag w 0 r N N O Q w U r w x O a o ai �r NU V I''t � r O jF ZUZ W 2 O_ Z O W O S W J N > W D °' O V I l l m a Ox w W t n ¢r Q Z ^ O Z V O zO 04 N Zw �w ow 'oCZ II II W Z N m �- ZS o� r Q m ro� ¢ „OSZ'0 m U W N O Z O Sep O m4-1 U >w B r U W °'N wo W ooeeese ese eeeeeseesee N z o w N ooeoeeoeesees0000eo 0e .. - O W W eseoesoeoeoseoesoeooe lf) ^ v 000000000000000000000 ^ 00 J J W Z 000000000000000000000 000000000000000000000 Q O x U U 000000000000000000000 I Z O Z O 000000000000000000000 Wil W OOOo00eo0000000eee00o oeeeesooeeeeseooeoOOD O 000000000000000000000 _ � 000000000000000000000 000000000000000000000 Z Q eeeeeeooe00000eeoeoee Q N ® ee0000eoeeoeeoeoseooe Z o w w 00000000000000000000 W J U M W O g Z W I o 0 oeeeeeeso0seeeeeeooe w 5 soe00000000eeoes000eo w Of x W zIv o Q eeeee0eeeeeseoeeeoeso ooeeeoseseeoeseeeeeee =Z r N Q 000000006000000009000 000000000000000000000 000000000000000000000 Cap t p=U B-0.0000000000000000000 x 0 Z= N W N J OOO�gO 000000000000 see000oo00 o00 °S N� O. O� w 0000 000000 �f• w ain 17w�tY t 0000 0000000000000000 000000000000000000 00 = i W U m 0 4-1 }} Ucl: Z 0/0 „OL9'l @ OHM LZ o ,SZ9'0-,£ m m Lo O N O N „0Z'0 ,,.SL£'l „0Z'0 ,,,SL£'t W /� ,p U j S Q V WW C) ,O,e VI Jf=J x��� S. ,o a Qim � Uwa�4 y Wo 8 V) a c o� m�V" 1 a cam ca3°W� o s�S c i�4 1 \tic-Q o i Q O~p 0w rcO dJN�UWZQ '�U° ,C ^ W wwai-,dld iFU=�0 O4Z L 2 S, oo i VS)Zz i Q Q 1 wwoN� «� o ¢ � �� �Q3 Q OQ xZa 6 166 3. z 0 3�J � > �+ o' Qd VOyFWO Lj .os'os' „0'8 „S4'Od ,SZ90'0 W o 000 O O 00000 O max 0 000 0000 �xNz �z C',220000 000 0 °00 i o�aa OOO 00 OOO 000 owV�o Z l i-Y N ............................................ n 0000 00000 o a 000 0000000 O Co 0000 000000000 `0 00000 000000000 00 n o •000000 00000000 00 O 00000 000000 O o 0 ® II 0000 0000 J o = 000 000 �{+ 00 000 p ^ O 00 O �2 000 LL- 80 lO O O O Z g 0000 000 _ N 00000 00000 0 0 ^ n I w 000000 000000000 00 Q iI 000000 000000000 00 0 0 N h ............................................. LL- W ,SZ't 'd)d .OL9't ........................................... . ......................................... . ........................................... ,SLB I'0 „ LBt'0 c, z> 0 w �m� n z J 'dkL ,OSL'O 0 N o �w ao¢� oww CD =o ozwn Co wZ a J (Y a w w^ a o WoSa W O l 2 l i N � > W O p N a m WD Q N Z �zoW �o�' N N �m ¢ CO _ I I— II _II o O w N~ p 0 m __, Q ° 1 .OSZ'0 / I m ` w M, o� eeeeeeeooesooeeeeeoee Z z g Z oeeeeseeeoeoeoeeosooe ooeoeoeoeeoeeeeooeeso O zoo C) O ooseooe0000e000ee0000ofw eeeooeoos000eeeeooeoe W > acn w W oeeee00000eeeoes00000 0000e0000s00000esoeeo o w y N ooeeeeeeeeeeeeeeeeeee Z v w 0000000000000000eeooe ��� m N 000000e0000eeoeoeeooe LO � 000000000000000000000 p OOOOOOOOOOO0000000000 O W J\r 000eeeesoeseee0eeeoee O o z p �o F 0 oeeooeseeeeeeeeeeeeee I �, z eoseeee0eoseeeeeo 0000 w n w � ooeeeeeeeeeeeeeeeeoee O z W- 0 o ® oseeeeeseeeeeseeeeeso -_ ooseeeeeeeeeeseeeeeoo �-o N N OOo00000000000000e0e0 Li a OOOOOOOOOOOOOOOOOOOOO Q �U N C) F seeeeeeeeoeooeoeeoeee Z o f o I oeeooeeoeeoeoeooeeeeo ro w w z e000eeeoeeeoeeooeoeee w of z Z ,.� eseoeee000eeeoe0000eo d. W� = z� Q seeeooeoeeeeoeoeeeeee Z a LJ oosoeoeoeeosoeeeeoeee x— a 000eee000seeeeo0000e �za ow�- 3p 060 oe000e � 000000000000e6eeeo600 =C) 0000000000000000600 s h=-N� 000 g0000000000000000e d' O: W 0000`00000000006000000 �0 JNw d Ow<mw Oo00 00000e600060006e d' O Q Z p 000040000000000000000 =W U pOjp 'n CO m d 'o J d N O w d N SZ't o 0 3/0 .OL9'L ® S3W00 tZ o „SZ9"0-,£ o � o N N „OZ'0 „SL£"t „OZ'0 ,SL£'L Installation Manual Armor-Tile Cast In Place Inline Dome Detectable/Tactile Warning Surface Tile A. During Cast In Place Detectable/Tactile Warning Surface Tile installation procedures,ensure adequate safety guidelines are in place and that they are in accordance with the applicable industry and government standards. B. The specifications of the structural embedment flange system and related materials shall be in strict accordance with the contract documents and the guidelines set by their respective manufacturers.Not recommended for asphalt applications. C. The physical characteristics of the concrete shall be consistent with the contract specifications while maintaining a slump range of 4-7 to permit solid placement of the Cast In Place Detectable/Tactile Warning Surface Tile system. An overly wet mix will cause the the to float. Under these conditions,suitable weights such as 2 concrete blocks or sandbags(25 Ib)shall be placed on each tile. D. Prior to placement of the Cast In Place Detectable/Tactile Warning Surface Tile system,the contract drawings shall be reviewed. E. The concrete pouring and finishing operations require typical mason's tools,however,a 4'long level with electronic slope readout, 25 Ib.weights,and a large non-marring rubber mallet are specific to the installation of the Cast In Place Detectable/Tactile Warning Surface Tile system. A vibrating mechanism such as that manufactured by Vibco can be employed,if desired. The vibrating unit should be fixed to a soft base such as wood,at least 1 foot square. F. The factory-installed plastic sheeting must remain in place during the entire installation process to prevent the splashing of concrete onto the finished surface of the tile. G. When preparing to set the tile,it is important that NO concrete be removed in the area to accept the tile. It is imperative that the installation technique eliminates any air voids under the tile. Holes in the file perimeter allow air to escape during the installation process. Concrete will flow through the large holes in each embedment flange on the underside of the tile. This will lock the tile solidly into the cured concrete. H. The concrete shall be poured and finished true and smooth to the required dimensions and slope prior to the the placement. Immediately after finishing concrete,the electronic level should be used to check that the required slope is achieved. The tile shall be placed true and square to the curb edge in accordance with the contract drawings. The Cast In Place Detectable/Tactile Warning Surface Tiles shall be tamped(or vibrated)into the fresh concrete to ensure that the field level of the tile is flush to the adjacent concrete surface. The embedment process should not be accomplished by stepping on the the as this may cause uneven setting which can result in air voids under the tile surface. The contract drawings indicate that the tile field level(base of truncated dome)is flush to adjacent surfaces to permit proper water drainage and eliminate tripping hazards between adjacent finishes. 1. In cold weather climates it is recommended that the Cast In Place Detectable/Tactile Warning Surface Tiles be set deeper such that the top of domes are level to the adjacent concrete on the top and sides of ramp and that the base of domes to allow water drainage. This installation will reduce the possibility of damage due to snow clearing operations. J. Immediately after placement,the tile elevation is to be checked to adjacent concrete. The elevation and slope should be set consistent with contract drawings to permit water drainage to curb as the design dictates. K. While concrete is workable,a 3/9'radius edging tool shall be used to create a finished edge of concrete,then a steel trowel shall be used to finish the concrete around the tile's perimeter,flush to the field level of the tile. L. During and after the tile installation and the concrete curing stage,it is imperative that there is no walking,leaning or external forces placed on the the that may rock the tie causing a void between the underside of tile and concrete. M. Following tile placement,review installation tolerances to contract drawings and adjust file before the concrete sets. Two suitable weights of 25 lb each shall be placed on each tile as necessary to ensure solid contact of the underside of tile to concrete. N. Following the concrete curing stage,protective plastic wrap is to be removed from the tile surface by cutting the plastic with a sharp knife,tight to the concrete/tile interface.If concrete bled under the plastic,a soft brass wire brush will clean the residue without damage to the tile surface. 0. If desired,individual tiles can be bolted together using 1/4 inch or equivalent hardware. This can help to ensure that adjacent tiles are flush to each other during the installation process. Tape or caulking can be placed on the underside of the bolted butt joint to ensure that concrete does not rise up between the tiles during installation. Any protective plastic wrap which was peeled back to facilitate bolting or cutting,should be replaced and taped to ensure that the tile surface remains free of concrete during the installation process. P. Tiles can be cut to custom sizes,or to make a radius,using a continuous rim diamond blade in a circular saw or mini-grinder. Use of a straightedge to guide the cut is advisable where appropriate. Q. Any sound-amplifying plates on the underside of the tile,which are dislodged during handling or cutting,should be replaced and secured with construction adhesive. The air gap created between these plates and the bottom of the the is important in preserving the detectability properties of the Armor-Tile system as required in various jurisdictions. CIP-15 r Armor-Tile Installation Instructions Tactile Systems Cast-In-Place Inline Dome Tile View installation slide show, drawings and specifications on our website-www.armor-tile.com Call 1-800-682-2525 if you have any questions ti . yF. r<' y, , 4 t -r y y gg t: l , "w ...:...... . >; ms -> T _.::.. .. .. .w�nY":,'wn' •S.�.b<Si- , . w RY�' s i' 5 .ry..is - : , 1. Maintaining a 4-7 slump range, pour and float the 5. Create an edge around the perimeter of the tile using a concrete. 3/8" radius edging tool then float the concrete around 2. Without removing any concrete, place the tile on the tile's perimeter using a steel trowel. the curb ramp 6"-8"from the curb line(face of curb). 6. Apply a broom-finish to the curb ramp. 3. Tamp the tile in grid pattern across the top face, 7. After the concrete has substantially cured, remove the embedding the the into the concrete using a white protective plastic wrap by cutting the plastic with a or(non-marring) rubber mallet or vibrate into place sharp knife tight to the concrete/tile interface. using a vibrating mechanism fixed with a soft base 8. If concrete bled under the plastic,a soft wire brush will such as wood,at least 1 foot square. clean the residue without damage to the tile surface. 4. Place two cinder blocks or 251b weights on the tile to prevent floating. W im ENGINEERED PLASTICS INC. 300 International Dr.,Suite 100,Williamsville, NY 14221 Tel: 1-800-682-2525 Fax: 1-800-769-4463 www.armor-tile.com CAST IN PLACE DETECTABLE/TACTILE WARNING SURFACES SECTION 09614 DETECTABLE/TACTILE WARNING SURFACES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special Conditions and Division 1 Specifications Section, apply to this Section. 1.02 DESCRIPTION A. This Section specifies furnishing and installing Cast In Place Detectable/tactile Warning Surface Tiles where indicated. Not recommended for asphalt applications. 1.03 SUBMITTALS' A. Product Data: Submit. manufacturer's literature describing products, installation procedures and routine, maintenance. B. Samples for Verification Purposes: Submit two(2)tile samples minimum 6"x6"of the kind proposed for use. C. Shop drawings are required for products specified showing fabrication details, composite structural system, tile surface profile, sound on cane contact amplification feature, pians of tile placement including joints, and material to be used as well as outlining installation materials and procedure. D. Material Test Reports: Submit complete test reports from qualified accredited independent testing laboratory's to qualify that materials proposed for use are in compliance with requirements and meet or exceed the properties indicated on the specifications. All tests shall be conducted on a Cast In Place Detectableffactile Warning Surface Tile system as certified by a qualified independent testing laboratory and be current within a 24 month period. E. Maintenance Instructions: Submit copies of manufacturer's specified installation and maintenance practices for each type of Detectable Warning Surface Tile and accessoryas required. 1.04 QUALITY ASSURANCE A. Provide Cast In Place Detectable/Tactile Warning Surface Tiles and accessories as produced by a single: manufacturer with a minimum of three (3) years experience in the manufacturing of Cast In Place Detectable/Tactile Warning Surface Tiles. B. Installer's Qualifications: Engage an experienced Installer certified in writing by Cast In Place.Detectable/Tactile Warning Surface Tile manufacturer as qualified for installation, who has successfully completed installations similar in material, design, and extent to that indicated for.Project. C. Americans with Disabilities Act (ADA): Provide Surface Applied Detectable/Tactile Warning Surface Tiles which comply with the detectable warnings on walking surfaces section of the Americans with Disabilities Act (Title III Regulations, 28 CFR Part 36 ADA STANDARDS FOR ACCESSIBLE DESIGN, Appendix A, Section 4.29.2 DETECTABLE WARNINGS ON WALKING SURFACES). D. California Code of Regulations(CCR): Provide only approved DSAAC detectable warning products as provided in the California Code of Regulations(CCR)Title 24, Part 2, Section 205 definition of"Detectable Warning". Section 1117A.4 and 112713.5 for"Curb Ramps"and Section 1133B.8.5 for"Detectable Warnings at Hazardous Vehicular Areas". E. Vitrified Polymer Composite(VPC)Cast In Place Detectable/Tactile Warning Surface Tiles shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. The tile shall incorporate an in-line pattern of truncated domes measuring nominal 0.2"height, 0.9"base diameter, and 0.45"top diameter, spaced center-to-center 2.35"as measured on a diagonal and 1.67"as measured side by side. For wheelchair safety the field area shall consist of a non-slip surface with a minimum of 40-90"raised points 0.045" high, per square inch; "Armor-Tile"as manufactured by Engineered Plastics Inc.,Tel:... 800-682-2525,or approved equal. ADA Cast In Race Tactile Tiles February 2006 Section 09614-1 1. Dimensions: Cast In Place Detectablefractile Warning Surface Tiles shall be held within the following dimensions and tolerances: Specifiers Note:Edit section below by selecting desired length and width. Delete non-relevant dimensions. Length and Width: [12x12][24x24][24x36][24x48][24x60] [36x48][36x60]nominal Depth: 1.375 (1-3/8") (+/-)5%max. Face Thickness: 0.1875(3/16") (+/-)5%max. Warpage of Edge: 0.5%max. Embedment Flange Spacing: shall be no greater than 3.1" 2. Water Absorption of Tile when tested by ASTM D 570-98 not to exceed 0.05%. 3. Slip Resistance of Tile when tested by ASTM C 1028-96 the combined Wet and Dry Static Co-Efficients of Friction not to be less than 0.80 on top of domes and field area. 4. Compressive Strength of Tile when tested by ASTM D 695-02a not to be less than 28,000 psi. 5. Tensile Strength of Tile when tested by ASTM D 638-03 not to be less than 19,000 psi. 6. Flexural Strength of Tile when tested by ASTM D 790-03 not to be less than 25,000 psi. 7. Chemical Stain Resistance of Tile when tested by ASTM D 543-95(re approved 2001)to withstand without discoloration or staining- 10%hydrochloric acid, urine,saturated calcium chloride, black stamp pad ink, chewing gum, red aerosol paint, 10%ammonium hydroxide, '1%soap solution,turpentine, Urea 5%, diesel fuel and motor oil. 8. Abrasive Wear of Tile when tested by BYK-Gardner Tester ASTM'D 2486-00 with reciprocating linear motion of 37t cycles.per minute over a 10"travel. The abrasive medium,a 40.grit Norton Metallite sand paper, to be fixed and leveled to a holder. The combined mass of the sled,weight and wood block.is to be 3.2 lb. Average wear depth shall not exceed 0.060 after 1000 abrasion cycles when measured on the top surface of the dome representing the average of three measurement locations per sample. 9. Resistance to Wear of Unglazed Ceramic Tile by Taber Abrasion per ASTM C501-84 (re approved 2002) shall not be less than 500.- 10. Fire Resistance of Tile when.tested to ASTM E 84-05 flame spread shall be less than 15. 11. Gardner Impact to Geometry"GE"of the standard when tested by ASTM D 5420-04 to have a mean failure energy expressed as a function of specimen thickness of not less than 550 in. Ibf/in. A failure is noted when'a crack is visible on either surface or when any brittle splitting is observed on the bottom plaque in the specimen. 12. Accelerated Weathering of Tile when tested by ASTM G 155-05a for 3000 hours shall exhibit the following result—AE<4.5,as well as no deterioration,fading or chalking of surface of tile color No 33538 13. Accelerated Aging and Freeze Thaw Test of Tile and Adhesive System when tested to ASTM D 1037-99 shall show no evidence of cracking,delamination, warpage, checking, blistering, color change, loosening of tiles or other detrimental defects. 14. Salt and Spray Performance of Tile when tested to ASTM B 117-03 not to show any deterioration or other defects after 200 hours of exposure. 15. AASHTO HB-17 single wheel HS20-44 loading"Standard Specifications for Highways and Bridges".The Cast In Place Tile shall be mounted on a concrete platform with a Y2"airspace at the underside of the tile top plate then subjected to the specified maximum load.of 10,400 lbs., corresponding to an 8000 Ib individual wheel load and a 30%impact factor.The tile shall exhibit no visible damage at-the maximum load of 10,400 lbs. 16. Embedment flange spacing shall be no greater than 3.1"center to center spacing as illustrated on the product Cast In Place drawing. 1.05 DELIVERY, STORAGE AND HANDLING . A. Cast In Place Detectable/Tactile Warning Surface Tiles shall be suitably packaged or crated to prevent damage in shipment or handling. Finished surfaces shall be protected by sturdy plastic wrappings to protect the from concrete residue during installation and tile type shall be identified by part number. B. Cast In Place Detectable/Tactile Warning Surface Tiles shall be delivered to'location at building site for storage prior to installation.. ADA Cast In Place Tactile Tiles February 2006 Section 09614-2 1.06 SITE CONDITIONS A. Environmental Conditions and Protection: Maintain minimum temperature of 40°F in spaces to receive Cast In Place Detectable/Tactile Warning Surface Tiles for at least 24 hours prior to installation,during installation,and for not less than 24 hours after installation. B. The use of water for work,cleaning or dust control,etc. shall be contained and controlled and shall not be allowed to come into contact with the general public. Provide barricades or screens to protect the general public. 1.07 GUARANTEE . A. Cast In Place Detectable/Tactile Warning Surface Tiles shall be guaranteed in writing for a period of five(5)years from date of final completion. The guarantee includes defective work, breakage,deformation,fading and loosening of tiles. PART 2 PRODUCTS 2.01 MANUFACTURERS A. The Vitrified Polymer Composite(VPC)Cast In Place Detectable/Tactile Warning Surface Tile specified is based on Armor-Tile manufactured by Engineered Plastics Inc. (800-682-2525). Existing engineered and field tested products, which have been in successful service for a period of three(3)years are subject to compliance with requirements, may be incorporated in the work and shall meet or exceed the specified test criteria and characteristics. B. Color: Yellow conforming to Federal Color No. 33538. Color shall be homogeneous throughout the tile.Tiles are also available in Light Grey(Federal Color No. 26280), Dark Grey(Federal Color No. 36118), Onyx Black (Federal Color No. 17038), Pearl White(Federal Color No. 37875), Brick Red(Federal Color No.22144),Ocean Blue(Federal Color No. 15187), Ochre Yellow(Federal Color No. 23594), and Colonial Red(Federal Color No. 20109). PART 3 EXECUTION 3.01 INSTALLATION A. During Cast In Place Detectable/Tactile Warning Surface Tile installation procedures, ensure adequate safety guidelines are in place and that they are in accordance with the applicable industry and government standards. B. Prior to placement of the Cast In Place Detectable/Tactile Warning Surface Tile system, review manufacturer and contract drawings with the Contractor prior to the construction and refer any and all discrepancies to the Engineer. C. The specifications of the structural embedment flange system and related materials shall be in strict accordance with the contract documents and the guidelines set by their respective manufacturers. Not recommended for asphalt applications. D. The physical characteristics of the concrete shall be consistent with the contract specifications while maintaining a slump range of 4-7 to permit solid placement of the Cast In Place Detectable/Tactile Warning Surface Tile system. An overly wet mix will cause the tile to float. Under these conditions, suitable weights such as 2 concrete blocks or sandbags(25 Ib)shall be placed on each tile. E. The concrete pouring and finishing operations require typical mason's tools, however, a 4' long level with electronic slope readout,25 Ib.weights,and a large non-marring rubber mallet are specific to the installation of the Cast In Place DetectablefTactile Warning Surface Tile system. A vibrating mechanism such as that manufactured by Vibco can be employed, if desired. The vibrating unit should be fixed to a soft base such as wood, at least 1 foot square. F. The factory-installed plastic sheeting must remain in place during the entire installation process to prevent the splashing of concrete onto the finished surface of the tile. G. When preparing to set the tile, it is important that no concrete be removed in the area to accept the tile. It is imperative that the installation technique eliminates any air voids under the tile. Holes in the tile perimeter allow air to escape during the installation process. Concrete will flow through the large holes in each embedment flange on the underside of the tile. This will lock the tile solidly into the cured concrete. ADA Cast In Place Tactile Tiles February 2006 Section 09614-3 F H. The concrete shall be poured and finished true and smooth to the required dimensions and slope prior to the tile placement. Immediately after finishing concrete,the electronic level should be used to check that the required. slope is achieved. The tile shall be placed true and square to the curb edge in accordance with the contract drawings. The Cast In Place Detectable/Tactile Warning Surface Tiles shall be tamped(or vibrated) into the fresh concrete to ensure that the field level of the the is flush to the adjacent concrete surface. The embedment process should not be accomplished by stepping on the tile as this may cause uneven setting which can result in air voids under the tile surface. The contract drawings indicate that the tile field level(base of truncated dome) is flush to adjacent surfaces to permit proper water drainage and eliminate tripping hazards between adjacent finishes. I. In cold weather climates it is recommended that the Cast In Place Detectable/Tactile Warning Surface Tiles be set deeper such that the top of domes are level to the adjacent concrete on the top and sides of ramp and that the base of domes to allow water drainage. This installation will reduce the possibility of damage due to snow clearing operations. J. Immediately after'placement,the the elevation is to be checked to adjacent concrete. The elevation and slope should be set consistent with contract drawings to permit water drainage to curb as the design dictates. Ensure that the field surface of the tile is flush with the surrounding concrete and back of curb so that no ponding is possible on the tile at the back side of curb. K. While concrete is workable,a 3/8"radius edging tool shall be used to create a finished edge of concrete,then a steel trowel shall be used to finish the concrete around the tile's perimeter,flush to the field level of the tile. L. During and after the tile installation and the concrete curing stage, it is imperative that there is no walking,leaning or external forces placed on the tile that may rock the tile causing a void between the underside of tile and concrete. M. Following tile placement, review installation tolerances to contract drawings and adjust tile before the concrete sets. Two suitable weights of 25 Ib each may be required to be placed on each tile as necessary to ensure solid contact of the underside of tile to concrete. N. Following the concrete curing stage, protective plastic wrap is to be removed from the tile surface by cutting the plastic with a sharp knife,tight to the concrete/tile interface. If concrete bled under the plastic,a soft brass wire brush will clean the residue without damage to the tile surface. O. If desired, individual tiles can be bolted together using%inch or equivalent hardware. This can help to ensure that adjacent tiles are flush to each other during the installation process. Tape or caulking can be placed on the underside of the bolted butt joint to ensure that concrete does notarise up between the tiles during installation. Any protective plastic wrap which was peeled back to facilitate bolting or cutting,should be replaced and taped to ensure that the tile surface remains free of concrete during the installation process. P. Tiles can be cut to custom sizes,or to make a radius, using a continuous rim diamond blade in a circular saw or mini-grinder. Use of a straightedge to guide the cut is advisable where appropriate. Q. Any sound-amplifying plates on the underside of the tile,which are dislodged during handling or cutting, should be replaced and secured with construction adhesive. The air gap created between these plates and the bottom of the tile is important in preserving the sound on cane audible properties of the Armor Tile system as required in various jurisdictions. 3.02 CLEANING, PROTECTING_AND MAINTENANCE A. Protect tiles against damage during construction period to comply with Tactile Tile manufacturer's specification. B. Protect tiles against damage from rolling loads following installation by covering with plywood or hardwood. C. Clean Tactile Tiles not more than four days prior to date scheduled for inspection intended to establish date of substantial completion in each area of project. Clean.Tactile Tile by method specified.by Tactile Tile manufacturer. D. Comply with manufacturers maintenance manual for cleaning and.maintaining tile surface and it is recommended to perform annual inspections for safety and tile integrity. END OF SECTION ADACast In Place Tactile Tiles February 2006 Section 09614-4 Uy r m - o S W Q< L W JJ F L - W I x_ i wJaF(n r 7 m" KW e o Q1J J_r aW� Yz L - f (Di>i� tiaUUW fv� Japs RNmo Jw w z V�oi�"< D� sl 1 wm OWmO1nc IQ�i i p¢ ls17D 0 zo0 f 7-7 FQ--UUO f%1 00 j CY p i w O4z WZ`tOOZ Q iii z t��a U z S • V o L�� rZ•TWQ D w�ora��kRz'<��Wz :maOz �sx Z�a mu p mND --------_____— _—_—_—_— <1 dFuW uO<2y V O ®q @ W W . ®i�®®®®gym®�® mm®®®®®c� p • ® ®�® am_® Z_�_o_o N o m ®10000a0 ®�®fid 000000@@0,O V �o ®�®®®®oo®c�®�®®®®®®®�a - _ •° ora? op0 on 0 AN ld -------•- - Asn ME 6 I w �3• O 0/�ONIDV, 9'WON,L9't O 53W00 IZ <�� �O C 1 _599'1 At'.L .S---Tr m d, oz•� $'t-S < e AO'0 SLf 0'0 C ASti CC ,SLC60-0 3 z 5 00 O O 00000 0 00 0000 9 .01'0 �o 000 000 0 9i 00 i O O 00 000 OO 000 i 000 00000 9g br —'— o cD R 0 0000000 O ae 00 000000000 00 8a 00 000000000000 g _ yo 00000 000000000 ' - i• 0000 00000 O A. g 000rr,, 00000 00 000 000 n a` O 000 D 00 00�0 00000000000 O 00000 00000 000 00 �n A. 00000 0000 0000 00 24 00000 000 00000 00 ou b . 0 N 3/0 MN L9t'O O SLNIOd 01 Ssep'0 J ,SYD y 9't 3/0 S3N00 OL9't [1 w - A" o s . Installation Manual Armor-Tile Surface Applied Inline Dome Detectable/Tactile Warning Surface Tile A. During all surface preparation and Surface Applied Detectablelractile Warning Surface Tile installation procedures,ensure adequate safety guidelines are in place and that they are in accordance with the applicable industry and government standards. B. The application of all tiles,adhesives,mechanical fasteners,and caulking shall be in strict accordance with the guidelines set by their respective manufacturers.Not recommended for asphalt applications. C. Coordinate with the Contractor or Engineer to ensure that the surfaces being prepared and fabricated to receive the tiles are constructed correctly and adequately for tile installation. Review design drawings with the Contractor prior to the construction and refer any and all discrepancies to the Engineer. D. Set the tile true and square to the curb ramp area as detailed in the design drawings,so that its location can be marked on the concrete surface. A thin permanent marker works well. Remove tile when done marking its location. E. The surface to receive the Surface Applied Detectable/Tactile Warning Surface Tile is to be mechanically cleaned with a diamond cup grinder or shot blaster to remove any dirt or foreign material. This cleaning and roughening of the concrete surface should include at least 4 inches around the perimeter of the area to receive the tile,and also along the cross pattern established by the corresponding areas on the backside of the tile. Those same areas should then be cleaned with a clean rag soaked in Acetone. F. Immediately prior to installing the Surface Applied Detectable/Tactile Warning SurfaceTile,the concrete surfaces must be inspected to ensure that they'are clean,dry,free of voids,curing compounds,projections,loose material,dust,oil,grease,sealers and determined to be structurally sound and cured for a minimum of 30 days. G. Using Acetone,wipe the backside of the tile around the perimeter and along the internal cross pattern,to remove any dirt or dust particles from the area to receive the adhesive. H. Apply Armor-Bond adhesive to the backside of the tile,following the perimeter and internal cross pattern established by the tile manufacturer. Sufficient adhesive must be placed on the prescribed areas to have full coverage across the 2"width of the adhesive locator and should be applied to within 1/4"continuously around the perimeter edge of the tile. The entire tube of adhesive should be applied to the back of each tile,sizes 24"x 36"and greater. I. Set the tile true and square to the curb ramp area as detailed in the design drawings. J. Working from the center of the tile outwards,proceed to drill and.install all fasteners in the tile's molded recesses. K. Standing with both feet applying pressure around the molded recess provided in the tile,drill a hole true and straight to.a depth of 3'/z"using a 1/4"drill bit. Drill through the tile without hammer option until the the has been successfully penetrated,then with hammer option to.drill into the concrete. Maintaining foot pressure on both sides of the hole while drilling prevents concrete dust from accumulating between the the and concrete which can affect the tile being.installed flush and may compromise installation integrity. L. Immediately after drilling each hole,before moving on to the next,and while still applying foot pressure,mechanically fasten tiles to the concrete substrate using a leather bound or hard plastic mallet to set the fasteners. Ensure the fastener has been placed to full depth in the dome,straight,and flush to the top of dome. Drive the pin of the fastener with the mallet,taking care to avoid any inadvertent blows to the truncated dome or the surface. M. Following the installation of the fasteners,the concrete dust should be vacuumed,brushed or blown away from the tile's surface and adjacent concrete. Using Acetone on a rag,wipe the concrete around the tile's perimeter to ensure a clean,dry surface to receive perimeter sealant. . N. Armor-Seal perimeter caulking sealant should be applied following the sealant manufacturer's recommendations. Tape all perimeter edges of the the back 1/16"from the tile's perimeter edge and tape the adjacent concrete back 1/2"from the tile's perimeter edge. Apply sealant around tile perimeter using care to work sealant into any void between the tile and concrete interface. Tool the perimeter caulking with a plastic applicator or spatula to create a straight edge in a cove profile between the tile and adjacent concrete. Remove tape immediately after tooling perimeter caulking sealant. O. Do not allow foot traffic on installed tiles until the perimeter caulking sealant has cured sufficiently to avoid tracking. Adhesive or caulking on the surface of the Armor-Tile can be removed with Acetone. P. If installing adjacent tiles,note the orientation of each tile. Careful attention will reveal that one of the long edges of the the is different than the other in regard to the tiny dotted texture. You may also note a larger perimeter margin before the tiny dotted texture pattern begins. Consistent orientation of each Armor-Tile is required in order that the truncated domes on adjacent tiles line up with each other. Q.- In order to maintain proper spacing between truncated domes on adjacent tiles,the tapered edge should be trimmed off using a continuous rim diamond blade in a circular saw or mini-grinder. The use of a straightedge to guide the cut is required. All cuts should be made prior to installation of the files. If installing adjacent tiles, care should be taken to leave a 1/8 inch gap between each tile to allow for expansion and contraction. R. If tiles are custom cut to size,if pre-molded recesses(to receive fasteners)are removed by the cut,or to maintain a tight installation to the substrate then any truncated dome can be center-drilled with a 1/4 inch through hole,and countersunk with a suitable bit,to receive mechanical fasteners. Care should betaken to not countersink too widely or deeply. Fasteners should be flush with the top of the truncated dome when countersunk properly. SA-15 � 0����NN��°��� N������������ ' ArmormTHe �mm�������������mm �mm���m ������n�'mm�� -K��x��^U�� �����^���K���� ��K�o��°����� ������U^���� U��U^K��� �������� ��^U�� u�����VX~~ Systems Surface Applied Inline Dome Tile �y ~~" " "~° View installation slide show, drawings and specificationsonour website -mmnnnsrmor-tU|e.cmmm Call 1~800~682-2525 if you have any questions NO IF - 1. Place the tile on the designated location and 1nuoe the recommended diameter drill bit.Drill through the tile without perime1erxvi1hathin permanent marker. the hammer option until the tile has been penetrated,then 2. Set the tile aside and using a4" diamond cup grinder, with the hammer option drill into the concrete. scour the concrete within the marked location and ona 7. While still applying prennLire. remove the dust and any cross pattern corresponding with the boss on the adhesive that surfaces and carefully set the mechanical backside ofthe tile toremove any dirt orforeign material. fastener with ahammer. Tbprevent damage Vuthe tile, a (Not recommended for asphalt ourfaceo). plastic dead blow or leather hammer is recommended. 3. Clear away the dust with a leaf blower then clean the Repeat 6&7' back of the tile and the concrete with rag soaked in 8. Clean the perimeter of the b|a and the immediately Acetone. surrounding concrete with Acetone making sure bnremove 4. Apply the entire tube ofadhesive (Armor-Bond) to the any adhesive that has escaped from beneath the tile. back ofthe tile following the perimeter and cross pattern. Q. Mask the edge ofthe tile and the concrete leaving a1/2"gap The first bead should be applied thin. 96" from the back from the tile's perimeter edge. perimeter edge and usecond bead applied 1" inside lf 10. Apply the perimeter sealant(Armor-Seal). the first. Extra adhesive can be applied bneach corner ohuu|da��raadh�ok/a��rmo�Bond)beava|ab|m. 11. Using ap|aodcapplicator orspatula smooth out the sealant (Ammor-Sea|)inacove profile between the tile and adjacent 5. Set the tile true and square tothe curb ramp and press concrete. down firmly. 12. Carefully remove the masking tape immediately after D. Keeping weight oneither side ofthe pilot hole,driUdown tooling the perimeter sealant. 31/2^ into the concrete using a hammer drill and the ENGINEERED PLASTICS INC. nooInternational or..Suite 1ou.Williamsville,mY 14221 Tel: 1'800682e525 pax:1'80*769'**63 ��armor-ule.ovm s s s SURFACE APPLIED DETECTABLE/TACTILE WARNING SURFACES SECTION 09614 DETECTABLE/TACTILE WARNING SURFACES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special .Conditions and Division 1 Specifications Section, apply to this Section. 1.02 DESCRIPTION A. This Section specifies furnishing and installing Surface Applied Detectable/Tactile Waming Surface Tiles where indicated. Not recommended for asphalt applications. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's literature describing products, installation procedures and routine maintenance. B. Samples for Verification Purposes: Submit two(2)tile samples minimum 6"x6"of the kind proposed for use. C. Shop drawings are required for products specified showing fabrication details, composite structural system, the surface profile, fastener locations, sound on cane contact amplification feature, plans of the placement including joints, and material to be used as well as outlining installation materials and procedure. D. Material Test Reports: Submit complete test reports from qualified accredited independent testing laboratory's to qualify that materials proposed for use are in compliance with requirements and meet or exceed the properties indicated on the specifications. All tests shall be conducted on a Surface Applied DetectablelTactile Waming Surface Tile system as certified by a qualified independent testing laboratory and be current within a 24 month period. E. Maintenance Instructions:. Submit copies of manufacturer's specified installation and maintenance practices for each type of Detectable Waming Surface Tile and accessory as required. 1.04 QUALITY ASSURANCE A. Provide Surface Applied Detectable/Tactile Waming Surface Tiles and accessories as produced by a single manufacturer with a minimum of three (3) years experience in the manufacturing of Surface Applied Detectable/Tactile Warning Surface Tiles. B. Installer's Qualifications: Engage an experienced Installer certified in writing by Surface Applied Detectable/tactile Warning Surface Tile manufacturer as qualified for installation, who has successfully completed installations similar in material, design, and extent to that indicated for Project. C. Americans with Disabilities Act(ADA): Provide Surface Applied Detectable/Tactile Warning Surface Tiles which comply with the detectable warnings on walking surfaces section of the Americans with Disabilities Act(Title Ii/ Regulations, 28 CFR Part 36 ADA STANDARDS FOR ACCESSIBLE DESIGN, Appendix A, Section 4.29.2 DETECTABLE WARNINGS ON WALKING SURFACES). D. California Code of Regulations(CCR): Provide only approved DSAAC detectable warning products as provided in the California Code of Regulations(CCR) Title 24, Part 2, Section 205 definition of"Detectable Waming". Section 1117A.4 and 1127B.5 for"Curb Ramps"and Section 1133B.8.5 for"Detectable Wamings at Hazardous Vehicular Areas". E. Vitrified Polymer Composite(VPC)Surface Applied Detectable/Tactile Warning Surface Tiles shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. The tile shall incorporate an in-line pattern of truncated domes measuring nominal 0.2"height, 0.9"base diameter, and 0.45"top diameter, spaced center-to-center 2.35"as measured on a diagonal and 1.67"as measured side by side. For wheelchair safety the field area shall consist of a non-slip surface with a minimum of 40-900 raised points 0.045"high,per square inch;"Armor-Tile"as manufactured by Engineered Plastics Inc., Tel: 800-682-2525, or approved equal. ADA Surface Applied Tactile Tiles February 2006 Section 09614-1 a r. 1. Dimensions: Surface Applied Detectable/Tactile Warning Surface Tiles shall be held within the following dimensions and tolerances: Specifiers Note:Edit section below by selecting desired length and width. Delete non-relevant dimensions. Length and Width: [12x12] [24x24][24x36][24x48][24x60][36x48][36x60]nominal Depth: 0.1875(3116"), (+/-) 5%max. Face Thickness: 0.1875(3/16), (+/-)5%max. Warpage of Edge: 0.5%max. 2. Water Absorption of Tile when tested by ASTM D 570-98 not to exceed 0.05%. 3. Slip Resistance of Tile when tested by ASTM C 1028-96 the combined Wet and Dry Static Co-Efficients of Friction not to be less than 0.80 on top of domes and field area. 4. Compressive Strength of Tile when tested by ASTM D 695-02a not to be less than 28,000 psi. 5. Tensile Strength of Tile when tested by ASTM D 638-03 not to be less than 19,000 psi. 6. Flexural Strength of Tile when tested by ASTM D 790-03 not to be less than 25,000 psi. 7. Chemical Stain Resistance of Tile when tested by ASTM D543-95(reapproved 2001)to withstand without discoloration or staining- 10%hydrochloric acid, urine, saturated calcium chloride, black stamp pad ink, chewing gum, red aerosol paint, 10%ammonium hydroxide, 1%soap solution, turpentine, Urea 5%, diesel fuel and motor oil. B. Abrasive Wear of Tile when tested by BYK-Gardner Tester ASTM D 2486-00 with reciprocating linear motion of 37±cycles per minute over a 10"travel. The abrasive medium,a 40 grit Norton Metallite sand paper, to be fixed and leveled to a holder. The combined mass of the sled, weight and wood block is to be 3.2 Ib. Average wear depth shall not exceed 0.060 after 1000 abrasion cycles when measured on the top surface of the dome representing the average of three measurement locations per sample. 9. Resistance to Wear of Unglazed Ceramic Tile by Taber Abrasion per ASTM C501-84(re approved 2002) shall not be less than 500. 10. Fire Resistance of Tile when tested to ASTM E 84-05 flame spread shall be less than 15. 11. Gardner Impact to Geometry"GE"of the standard when tested by ASTM D 5420-04 to have a mean failure energy expressed as a function of specimen thickness of not less than 550 in. IN17n. A failure is noted when a crack is visible on either surface or when any brittle splitting is observed on the bottom plaque in the specimen. 12. Accelerated Weathering of Tile when tested by ASTM G 155-05a for 3000 hours shall exhibit the following result-DE<4.5, as well as no deterioration, fading or chalking of surface of tile color No 33536 13. Accelerated Aging and Freeze Thaw Test of Tile and Adhesive System when tested to ASTM D 1037-99 shall show no evidence of cracking, delamination, warpage, checking, blistering, color change, loosening of tiles or other detrimental defects. 14. Salt and Spray Performance of Tile and Adhesive System when tested to ASTM B 117-03 not to show any deterioration or other defects after 200 hours of exposure. 1.05 DELIVERY,STORAGE AND HANDLING A. Surface Applied Detectable/Tactile Warning Surface Tiles shall be suitably packaged or crated to prevent damage in shipment or handling. Finished surfaces shall be protected by sturdy wrappings and tile type shall be identified by part number. B. Surface Applied Detectable/Tactile Warning Surface Tiles shall be delivered to location at building site for storage prior to installation. 1.06 SITE CONDITIONS A. Environmental Conditions and Protection: Maintain minimum temperature of 40°F in spaces to receive Surface Applied Detectable/Tactile Warning Surface Tiles for at least 24 hours prior to installation, during installation, and for not less than 24 hours after installation. B. The use of water for work, cleaning or dust control, etc. shall be contained and controlled and shall not be allowed to come into contact with the general public. Provide barricades or screens to protect the general public. ADA Surface Applied Tactile Tiles February 2006 Section 09614-2 t • 1.07 GUARANTEE A. Surface Applied Detectable/Tactile Warning Surface Tiles shall be guaranteed in writing for a period of five(5) years from date of final completion. The guarantee includes defective work, breakage, deformation, fading and loosening of tiles. PART 2 PRODUCTS 2.01 MANUFACTURERS A. The Vitrified Polymer Composite(VPC)Surface Applied Detectable/Tactile Warning Surface Tile specified is based on Armor-Tile manufactured by Engineered Plastics Inc. (800-682-2525). Existing engineered and field tested products, which have been in successful service for a period.of three(3)years are subject to compliance with requirements, may be incorporated in the work and shall meet or.exceed the specified test criteria and characteristics. B. Color: Yellow conforming to Federal Color No. 33538. Color shall be homogeneous throughout the tile. Tiles are also available in Light Grey(Federal Color No.26280), Dark Grey(Federal Color No. 36118), Onyx Black (Federal Color No. 17038), Pearl White(Federal Color No. 37875), Brick Red(Federal Color No.22144), Ocean Blue(Federal Color No. 15187), Ochre Yellow(Federal Color No.23594), and Colonial Red(Federal Color No. 20109). ; 2.02 MATERIALS A. Fasteners:Color matched, corrosion resistant, flat head drive anchor.• N"diameter x 1 16"long as supplied by Engineered Plastics inc. B. Adhesive:Armor-Bond as supplied by Engineered Plastics Inc. C. Sealant:Armor-Seal as supplied by Engineered Plastics Inc. PART 3 EXECUTION 3.01 INSTALLATION A. During all surface preparation and Surface Applied Detectable/Tactile Waming Surface Tile installation procedures, ensure adequate safety guidelines are in-place and that they are'in accordance with the applicable industry and government standards. B. The application of all tiles, adhesives, mechanical fasteners, and caulking shall be in strict accordance with the guidelines set by their respective manufacturers. Not recommended for asphalt applications. C. Coordinate with the Contractor or Engineer to ensure that the surfaces being prepared and fabricated to receive the tiles are constructed correctly and adequately for tile installation. Review manufacturer and contract drawings with the Contractor prior to the construction and refer any and all discrepancies to the Engineer. D. Set the tile true and square to the curb ramp area as detailed in the design drawings, so that its location can be marked on the concrete surface. A thin permanent marker works well. Remove tile when done marking its location. E. The surface to receive the Surface Applied Detectable/Tactile Warning Surface Tile is to be mechanically cleaned with a diamond cup grinder or shot blaster to remove any dirt or foreign material. This cleaning and roughening of the concrete surface should include at least 4 inches around the perimeter of the area to receive the tile, and also along the cross pattern established by the corresponding areas on the backside of the tile. Those same areas should then be cleaned with a clean rag soaked in Acetone. F. immediately prior to installing the Surface Applied Detectable/Tactile Warning Surface Tile, the concrete surfaces must be inspected to ensure that they are clean, dry, free of.voids, curing compounds,projections,loose material, dust, oil,grease,sealers and determined to be structurally sound and cured for a minimum of 30 days. G. Using Acetone, wipe the backside of the tile around the perimeter and along the infernal cross pattern,to remove any dirt or dust particles from the area to receive the adhesive. H. Apply Armor-Bond adhesive to the backside of the tile, following the perimeter and internal cross patter established by the tile manufacturer. Sufficient adhesive must be placed on the prescribed areas to have full coverage across the 2"width of the adhesive locator and shall be applied to within 1/4"continuously around the perimeter edge of the tile. The entire tube of adhesive shall be applied to the back of each tile, sizes 24"x 36" ADA Surface Applied Tactile Tiles February 2006 Section 09614-3 and greater. 1. Set the the true and square to the curb ramp area as detailed in the design drawings. J. Working from the center of the tile outwards,proceed to drill and install all fasteners in the tile's molded recesses. K. Standing with both feet applying pressure around the molded recess provided in the tile, drill a hole true and straight to a depth of 3%"using a 1/4"masonry drill bit. Drill through the tile without hammer option(on the drill) until the tile has been successfully penetrated, then with hammer option(on the drill)to drill into the concrete. Maintaining foot pressure on both sides of the hole while drilling prevents concrete dust from accumulating between the the and concrete which can affect the tile being installed flush and may compromise installation integrity. L. immediately after drilling each hole, before moving on to the next, and while still applying foot pressure, mechanically fasten tiles to the concrete substrate using a leather bound or hard plastic mallet to set the fasteners. Ensure the fastener has been placed to full depth in the dome, straight,and flush to the top of dome. Drive the pin of the fastener with the mallet, taking care to avoid any inadvertent blows to the truncated dome or the surface. M. Following the installation of the fasteners, the concrete dust should be vacuumed, brushed or blown away from the tile's surface and adjacent concrete. Using Acetone on a rag, wipe the concrete around the tile's perimeter to ensure a clean, dry surface to receive perimeter sealant. N. Armor-Seal perimeter caulking sealant should be applied following the sealant manufacturer's recommendations. Tape all perimeter edges of the tile back 1/16"from the tile's perimeter edge and tape the adjacent concrete back 1/2"from the tile's perimeter edge to maintain a straight and even caulking line. Apply sealant around the perimeter using care to work sealant into any void between the tile and concrete interface. Tool the perimeter caulking with a rounded plastic applicator or spatula to create a cove profile between the tile and adjacent concrete. Remove tape immediately after tooling perimeter caulking sealant. O. Do not allow foot traffic on installed tiles until the perimeter caulking sealant has cured sufficiently to avoid tracking. Curing time is weather dependant(average cure time at 75' F is 30 minutes).Adhesive or caulking on the surface of the Armor-Tile can be removed with Acetone. P. If installing adjacent tiles, note the orientation of each tile. Careful attention will reveal that one of the long edges of the tile is different than the other in regard to the tiny dotted texture. You may also note a larger perimeter margin before the tiny dotted texture pattern begins. Consistent orientation of each Armor-Tile is required in order that the truncated domes on adjacent tiles line up with each other. a In order to maintain proper spacing between truncated domes on adjacent tiles, the tapered edge should be trimmed off using a continuous rim diamond blade in a circular saw or mini-grinder. The use of a straightedge to guide the cut is required. All cuts should be made prior to installation of the tiles. If installing adjacent tiles, care should be taken to leave a 1/8 inch gap between each the to allow for expansion and contraction. R. if tiles are custom cut to size, if pre-molded recesses(to receive fasteners)are removed by the cut, or to maintain a tight installation to the substrate then any truncated dome can be center-drilled with a 1/4 inch masonry drill bit to create a through hole, and the through hole must be countersunk with a suitable carbide countersink bit to receive mechanical fasteners. Care should be taken to not countersink too widely or deeply. Fasteners should be flush with the top of the truncated dome when countersunk properly. 3.02 CLEANING, PROTECTING AND MAINTENANCE A. Protect tiles against damage during construction period to comply with Tactile Tile manufacturer's specification. B. Protect tiles against damage from rolling loads following installation by covering with plywood or hardwood. C. Clean Tactile Tiles not more than four days prior to date scheduled for inspection intended to establish date of substantial completion in each area of project. Clean Tactile Tile by method specified by Tactile Tile manufacturer. D. Comply with manufacturers maintenance manual for cleaning and maintaining tile surface and it is recommended to perform annual inspections for safety and tile integrity. END OF SECTION ADA Surface Applied Tactile Tiles February 2006 Section 09614-4 , Contra Costa Count Y POOR",,, Julia R. Bueren Director Pbllhublic Works Deputy Directors J 7, R. Mitch Avalon.Brian M. Balbas Dep a r t m e n i t Stephen Kowalewski. Patricia McNamee August 6, 2008 CERTIFIED MAIL . 7007 0710 0004 6172 1799 AUG 1 ?OOg Mr. Mark Hazen CLERKQogRpoF, SUPER MCK Services Inc. CONTRA Cos CnVISO[s 865 Howe Road, Suite B rgc0 Martinez, CA 94553 Project Name: Stone Valley Road Rehabilitation County Project No. 0662-6114055-08 Federal_Project No. STPL-5928(080) Dear Mr. Hazen: Enclosed is your copy of theapproved contract for the Stone Valley Road Rehabilitation, Project No. 0662-6R4055-08. This is your Notice to Proceed as set forth in Section 4 of the project "Notice to Contractors and Special Provisions." The first chargeable working day shall be August 18, 2008. The Resident Engineer assigned to this, project is Larry Leong, who may be reached at the County office at (92.5) 313-2320. Sincerely, Kevin Emir Assistant Public Works Director Construction Division KE:jd:kg . G:\CONST\PROJECTS&MISC\2008\STONE VALLEY ROAD REHABILITATION\NOTICE TO PROCEED.DOC enclosure: contract c: J. Suemnick; Resident Engineer ]. Dowling, Construction' Survey Section Materials and Testing Division Maintenance R Denison, Finance w/copy of Contract, W-9, Insurance, Outreach package Clerk of the Board, w/copy of.Contract, Bonds and Insurance(originals) Auditor-Controller, w/copy of Contract Affirmative Action Officer 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL: (925)313-2000. FAX: (925)313-2333 www.cccpublicworks.org CONTRACT(Page 1 of 4) (Contra Costa County Standard Form Construction Agreement) t.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor-- MCK Services, Inc. Use complete legal name of Contractor Effective Date: June_ 3, 2008 (see Section 4 for starting date.) (See See.3) Project name Stone Valley Road Rehabilitation Project No. 0662-6R4055-08 located in the Alamo area The work consists of constructing a 0.2 foot thick asphalt concrete overlay with pavement reinforcing _fabric, repairing localized areas of pavement and base failure, cold planing existing asphalt concrete, minor concrete, bridge rehabilitation, methacrylate bridge deck, and placing striping and pavement markings all in accordance with the Plans,Drawings,Special Provisions and/or Specifications,including Addenda No.I and No.2 prepared by or for iheTublic Works Director and in accordance with the accepted Bid Proposal. (See Sec.4) Completion Time: Within ..- 50 working days from starting date. (See Sec.5) Liquidated Damages: $ $1,500.00 per calendar day. (See Sec.6) Public Agency's Agent: Public Works Director (See Sec.7) Contract Price: $ $322,821!61 more or less, in accordance with finished quantities at unit bid prices. 2.SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: G 7ulia R. Public Works Director Contractor,hereby also certifying awarene f and compliance with Labor Code Sections i 81ki and 3700 concerning Workers'Compensation Law, By:_ Official Capacity: (sign _. (fill in By: Official Capacity: D Itr r si .atuie) I (fill in) Note to Contractor: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice president;the second signature must be that of the,secretary,assistant secretary,chief financial officer or assistant treasurer. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. - CERTIFICATE OF ACKNOWLEDGMENT State of Califom a ) ss. County of 077"�i. ) On �„J k kLR- /�� —L-1 before me, the undersigned notary public, personally appeared k- who yl [`- r 1��G�l�proved to me on the basis of satisfactory evidence to be the person'( whose named is/av subscribed to the within instrument and acknowledged to me that he/*/thAy executed the same in his/fitx/th r authorized capacity(ies),and that by his/ltet/dKir signatures on the instrument the person($,,or the entity upon behalf of which the person`(,acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. NgNCY JACKSON Commission#1553456 NOtOrY Public-COWOmia • ®� Contra Costa County My Comm•Wres MW 29,2009 i 4'r 3.WORK CONTRACT,CHANGES. (a) By their(signatures in Section 2,effective ori ifie above date,these parties promise and agree as set forth in this contract,incorporating by these references4he material in Section 1,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in.order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4.TIME; NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed; and shall complete it as specified in Section 1,SPECIAL TERbIS_ , 5.LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1; SPECIAL TERMS, the result of the parties' reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct}the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,.suspension of work or extension of time, its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any,right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6.IN. TEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call forbids, and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together;and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. 7.PAYMENT. (a) For-his strict and literal fulfillment-of these promises.and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency, minus 10%thereof pursuant to Public Contract Code Section 9203, but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect"the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against j the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE.- (Labor Code Secs. 1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and.sufficient bonds with sureties,in amount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. CONTRACT(Page 2 of 4) if. FAILURE TO PERFORM. If the Contractor at any time refuses or neglecis;without fault of the Public Agency or its agent(s),to supply sufficient materials orworkmen to complete this agreement and work as provided herein, for-a period of 10 days or more after written notice thereof by the Public Agency,tile Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter 1 of Part 7 of Division 2 of the labor Code(beginning with Section 1720,and including Sections 1735, 1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 4100-4114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor,Code Section 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work, in the locality in which this work is to be performed,for each crafl,classification,of type of workman needed to execute this contract,and�:said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a waking day of&hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting`the working day. When.'less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work, including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements., All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it.becomes necessary for the Contractor or any subcontractor to:employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such)for which no minimum wage rate is;specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be,employed(in this work in accordance with Labor Code Sections 1777.5 and 1777.6, forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public,Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASS IGNM ENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but lie cannot assign it in whole or in part,nor any monies due or to become`due under it;without the hricg.wi itten consent of.the Public Agency and the COntraC(Of S suretyor sureties,unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY- Inspection of the work and/or materials;,oi-approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts, shall not relieve the.Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising fi-ont the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. . . r (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards,commissions,officers, agents,and employees,together with any additionalpersons and entities,if any,listed in Section 6 of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action,damages,costs,expenses,actual attorneys' fees, losses, or liabilities arising out of or in connection with the actions defined below for personal injury, sickness, disease, emotional injury, death, property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whether or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent) in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s) or employee(s)of one or more of them. (e) The promise and agreement in this section is nouconditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s);or special provision(s)in connection with this work or has insurance or other indemnification covering any of these matters. (t) Except as prohibited by Civil Code Section 2782,the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. i CONTRACT(Page 3 of 4) i, (g) The Contractor's obligations.under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a,waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (l) With respect to third-party claims against the Contractor,the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. 0) Nothing in this section'is intended to establish a standard of care owed to,any third party or to extend to any third party the status of a third-party beneficiary, 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable, by submitting to Public Agency a detailed plan showing the design of.shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency, Contractor shall retain, for a period of at least five years after Contractor's receipt of the final payment under this contract, all records*prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding, financial and payroll records. Upon request by Public Agency, Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract.shall'control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). \tt FORM APPROVED by County Counsel. (CC-1;Rev.2-07) G:\Const\Projects&Misc\2008\Stone Valley Road Rehab ilitation\CONTRACT-MCK.docx I CONTRACT(Page 4 of 4) -"iC iJRM CzJWPff!- NJWC WORE HwdNo. 90$ 22 P*mium $4J359-00 nAdCr'baa abed 560 t#3aaa3oa Str #2400 jM ca, j KNOW ALLHY'f ME fRS M- ThktyMqOups"ad , llCR Services, Inc- • ° I'S=�toa��■yion and+aacistroag tore larva Of the State Cif_UUI =d m 4 V pd, In ft SuftOfCd o : • offt IhsW%ten ofAn ,Y iktr ft paymag of wd trulyto be we bu'dd oumdvaa,our e+aocftv;; I Id atom;ammm amd ate,3*t�Y'amd ,fianly bytt�esap m t"Lt7NATi"TOf`T o£tba a vb%Wgn is #tat,wham ft ftwd*hasice►a oontt"dated June 3 ago . with u Cl11)]C a Ib`dts aIIA IP� lc c &Uowb* st Stone Valley Road Rehabilitation-Project No. 0662-6R4055-08 as ism= ly aat i M, ffio+wo t stenos ba wW*is b cm&=$& - NOW T>MRW= if the Prt x;.ipsl ahail weft Wd trulypahm AN the Ofsaw OoAUW doe=NM requW to be parfo mod on its part,at due tides and in*9 specified *MiA HYM#Ins obtiggkm ftH be MW aad void.otherwise it IW Maki in W ftm CM MO VII M1 tient my titans k*e wMk to be*w or ffic MkIiata to be&�>< chwips die tit iat a of txama�pt�+o%wtuch may be made pmnamt to the teas of aaW want aot in ny way rase p'rincipel or the S> ldy an ft,Im shat!m Of fto granted,moddar the praiaagia of void yr d release aittaar the PAWIPA ar &a*.=d mdoc af,mmh alte=dmt cc ate WkM of*=Ili h=by waived bytbts SUCty. x P'R�D'�►lit'?,that if any Wtin isnccxmYu wd an#ts#toad by the Obftee, bi addi (m �amspe f+;xi"M,tiro Pdncipsl and rite Sufty,dtair t as,exau , achaai#nistra�oor� jch*and acvatly,Shea be obHV ted to pay to the Cbiz&s all COOK fags and a litoticm mpeams inmrmt by the Obhpc in wtlwft monies due MUW ft of b true' f StAM SMINA this tits tte'y of. Juae d Zt3�3 Q1QAT.� { RAI,,} C Screic si, enc. FYciclitp Dd Depa t p o Hsaryl�aad {SEAL+M A[;WCl19VMMMT(V NOTAM David G. Narris, AttorueYilu-Fact PAYbMT BOND--PUBUC WIMUL Cavil Code acs.3247.32481 Bond Np 8908922 1'tranaliomuc4lded *A FE Bond Any cldw under Sk Bond sboald be t�+nt tea Lira ft�1 awing 560 HiMU4 Stfeet #2400 SM n=—:11co. XN0WALLBYT PRHSB M.- TJ* NX Services, Inc. � os o ' ty s oostpo o Innzed ad ado+tt undergo laws of tlto Stato of mAd of CaEifae*sa Stir,an held boned nf _ - .ad Obli^in�sam,nf dmt, one a 611400 rims(g'i22,82�..6L.��1hrwibil may of duo United Mates of $ the one Payment of wbkb seals wail ant! U* to be made, wro3 bind ourmlvos, oar bi itz, +assassins, :t+d zd*atmv,suemsors mod assigns,jaandyaid sevesally,finnlybydwo ps TM CON=OyN of tiro abm obligWim is=6 that,wham the Pdmipat haslcamtO ho a bated June 3, 2008 wit ttu ObtiM to do w_d ierfinl dw Mbwbg WO&,,io-*, Stone Valley Road Rehabilitation-Project No.0662-684055-08 i18I$ ap0cimomw an R'u!M M C==60MUMM Cam to wftcb is blactry m& NOW TIMRM ,if Me fthw ijW or a imb=ftsow fags to pay ony of the parlous amed in Soc*M 3181 of the Civic Gods,,or amowats due under dw IlnealwkWaoatt Code with re +t to work or labor pawned under the cartbraat, or for any sntowltta ao be doductrd,witl3,teld sand paid over to the Employment l'lwlapncut Department $0 wages Of tmoployM of the Ptittdpal end snb000tracW0 PWMAd to S,eo" 020 of doe Umsruplorymaat Iastus=Cock,with mapectto such WO&and labor,the Surety . pay ft else Same,in an amount not Mceedimg the staml Sed in this bond,sad at%%in caro ' is bTugblt Won tWo bond,anuonably attamo t he,to be fad by the court. This boDd sha11 ensure to die berm&of any of ttie persons»sated in Sectint 3181 ofow Civic Code ad as to give a xWA of action to such persons at$►err assigns iu any etdt brought tbia bond. SIGNED ANIS SEALED,tluS6tb _--_ dayof JUM ' 2008 (SIRAG) RM Se Ices, Inc. . Fleury and D posit oa PM* of Karylaul L D id G. Secris (SING AND AMt3WT MMOMT OF NOTARY), Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by WILLIAM J.MILLS,Vice President,and ERIC D.BARNES,Assistant Secretary, in pursuance of authority granted by Article VI, Section 2,of the By-Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e , cOs by nominate,constitute and appoint Stephanie WORDEN,David G.HARRIS,Jennifer E.DI erl AN,all of Walnut Creek,California, EACH its true and lawful agent and Atto e 14 eliver,for,and on its behalf as surety,and as its act and deed: any and a p ert cution of such bonds or undertakings in pursuance of these prese 1 in ,as fully and amply,to all intents and purposes,as if they had been d t ac h ularly elected officers of the Company at its office in Baltimore,Md.,i= p per p attorney revokes that issued on behalf of Carolyne EMERY, Stephanie WORDE �.HARRIS,dated April 23,2003. The said Assistant es e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-L s said Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1st day of February, A.D.2007. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND �'D DEPO.S r f O P W � a � � By: f' Eric D. Barnes Assistant Secretary William J.Mills Vice President State of Maryland 1 ss: City of Baltimore f On this 1 st day of February, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A.Dunn Notary Public My Commission Expires: July 14,2011 n , POA-F 016-6473 I, C� 1FQRNIAALL Pel`R'PfJSEAGKIUWLEaGMENT State of California County of Contra Costa On June 6, 2008 before me, Jennifer E. Dirking, Notary Public, personally appeared David G. Harris who proved tome on the basis of satisfactory evidence to be the persono whose name( is/afi6-subscribed to the within instrument and acknowledged to me that he/shAlthey executed the same in his/ht_ r/ h ir'- authorized ca acity(i:4tity and that by his/hl�eir signature on the instrument the erson (dor theu on.behalf of which the ersdn acted, executed p (S). p p ,�S'� f / the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) Sig natur - ' JENNIFER E.DIRKING " Commission # 1721618 m z Notary Public -California z e ,w Contra Costa County =%® Comm. res Feb 4,2011 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On U� �� V befor me, HOVh Date Here Insert/Name and Title of the Officer personally appeared NOARazeil Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persoN) whose name%) is/ft subscribed to the within instrument `and acknowledged to me that he/sem/they executed the same in his/Nr/tbeir authorized capacity(ll&�), and that by hisi'izgr'their signatureN on the instrument the person(, or the entity upon behalf of NANCY JACKSON which the person() acted, executed the instrument. Commission#1583456 Z Notary Public'C°irfornla 79 1 certify under PENALTY OF PERJURY under the laws Z."® contra costa county of the State of California that the foregoing paragraph is Z09 ues Ma 29,20 MyComm. P true and correct. WITNESS y hand and o cial s 1 ? Signature Place Notary Seal Above Sign re bf Votary Public OPTIONAL Though the information below is not required by law, it may prove-valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact • ❑Attorney in Fact • ❑ Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: ©2007 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NationalNotary.org Item#5907 Reorder:Call Toll-Free 1-800-876-6827 ,4 ACORN TM CERTIFICATE OF LIABILITY INSURANCE Date6MMnR' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Heffernan Insurance Brokers ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1350 Carlback Ave.,Suite 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Walnut Creek,CA 94596 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Phone: 925-934-8500 Fax: 925-934-8278 INSURERS AFFORDING COVERAGE NAIL# INSURED INSURER A: Travelers Property Casualty of America MCK Services,Inc. INSURER B: Travelers Indemnity Co.of Connecticut PO BOX 5697 INSURER C: Concord,CA 94524 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN�ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L I POLICY EFFECTIVE POLICY EXPIRATION - LTR INSRD TYPE OF INSURANCE 'POLICY NUMBER DATE(MM/DDlYYI DATE(MWDDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY .C03443M 148 05/20/08 05/20/09 DAMAGE TO RENTED $ 300,000 _ REMISES Es.Occurrence CLAIMS MADEX OCCUR _ MED EXP(ANY ONE PERSON) $ $,000 X $5000 PD Ded PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER ' PRODUCTS -COMPIOP AGG) $ 2,000,000 POLICYPiEa Loc Ernp.Ben $ 1,000,000 X AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT + $ 1,000,000 A X ANY AUTO 8103443M]48 05/20/08 05/20/09 (Ea accident) ALL OW NED AUTOS ..- BODILY INJURY SCHEDULEDAUTOS (Perperson) $ X HIREDAUTOS - BODILY INJURY $ X NON-OWNED AL90S - - (Peraccident) PROPERTY DAMAGE $ (Per Accident) GARAGE LIABILITY ^ " AUTO ONLY—EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ . EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ '5,000,000 A X I OCCUR El CLAIMS MADE CUP3443MI49 05/20/08 05/20/09 AGGREGATE $ 5,000,000 DEDUCTIBLE - $ X RETENTION$10,000 $ WORKERS COMPENSATION AND X WC STATU- `O7H• EMPLOYERS'LIABILITY - X TORY LIMITS ;ER FB ANY PROPIETORIPARTNERIEXECUTIVE t LJB3443M 148 05/20/08 05/20/09 EL EACH ACCIDENT $ 1,000,000 OFFICEWMEMBER EXCLUDED? EL DISEASE-POLICY LIMIT s 1.000;000 U yes,describe undo SPECIALALPROVISIONS below r EL DISEASE-EA EMPLOYEE s 1,000,000 PR OTHER A EquoTlOI$Fo&ter QT6605441B645. 05/20/08 05120!09 Scheduled $1,325,403 Ded$1,000 Rented $100,000 DESCRIPTION OF OPERA'rIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS - Project:0662-6R4055-08 Stone Valley Road Rehabilitation/Alamo Area Contra Costa County and their respective officers,agents,commissioners,employees, representatives,governing body,and volunteers are named as Additional Insured on General Liability,policy per the attached endorsement.Waiver of Subrogation applies to General Liability Policy*Except 10 days notice of cancellation for nonpayment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30•DAYS WRITTEN Contra Costa County NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Public Works Department IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Construction Division REPRESENTATIVES. 255 C7laC1eT Drive AUTHORIZED REPRESENTATIVE Martinez,CA 94553 ACORD 25(2001108) @ACORD-CORPORATION 1988 Policy: C03443M148 COMMERCIAL GENERAL LIABILITY Effective: 5/20/2008 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS OPERATIONS) This endorsement modifies insurance provided under the Following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 9. WHO IS AN INSURED (Section 11)Is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily Injury" or agree in a "written contract requiring insurance" `' "property damage" caused by "your work" to include as an additional insured on this Cover- and included In the "products-completed op-. age Part,but: erations hazard". a) Only with respect to liability for"bodily Injury", 3. The Insurance provided to the additional Insured "property damage'or"personal Injury";and by this endorsement is excess over any valid and b) If, and only to the extent that, the injury or, - .collectible "other insurance", whether primary, damage Is caused by acts 'or omissions of excess, contingent'or on any other basis, that is you or your subcontractor in the performance available to the additional Insured for a loss we of "your work" to which the "written contract cover under this endorsement. However, if the requiring insurance" applies,, The person or "written contract requiring insurance" specifically organization does not quality,as an additional requires that this insurance apply on a primary insured with respect to the independent accts basis or a primary and non-contributory basis, or omissions of such person or organization. this insurance is primary to "other Insurance" available to the additional insured which covers 2. The insurance provided to the additional insured that person or organization as a named insured by this endorsement is limited as follows: for such toss, and we will not share with that a) In the event that the Limits;;of insurance of "other insurance": But the insurance provided to this Coverage Part shown in the Declarations the additional insured by this endorsement still is exceed the limits of liability"'required by the excess over any valid and collectible "other in- "written contract requiring insurance",the in- surance",whether primary, excess, contingent or surance provided to the additionalInsured on any other basis, that is available to the add!- shall be limited to the limits of liability re- tional insured when that person or organization is quired by that "written contract requiring in- an additional insured under such "other insur- surance". This endorsement shall not in- ance". crease the limits of'insurance described in 4. As a condition of. coverage provided to the Section ill—Limits Of Insurance. additional insured by this endorsement: b) The insurance provided to the additions{ in- - a) The additional insured must give us written sured does not apply to"bodily injury","prop- notice as soon as practicable of an "occur- erty damage" or "personal Injury" arising out rence" or an offense which may result in a of the rendering of, or failure,to render, any claim. To the. extent possible, such notice professional architectural, engineering or sur- should include: veying services,including: L How, when and where the "occurrence" The preparing, approving, or failing to" '. or offense took place; prepare or approve, maps, shop draw- fl. The names and addresses of any injured Ings, opinions, reports, surveys, field or- ders or change orders, or,the preparing, persons and witnesses;and approving, or failing to prepare or ap- iii. The nature and location of any'injury or prove,drawings and specifications;and damage arising out of the"occurrence"or ii: Supervisory, inspection, architectural or offense' engineering activities- CG 02 48 OS 05 0 2005 The St.Paul Travelers Companies. Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY b) If a claim Is made or"suit"Is brought against once provided to the additional insured by the additional insured, the additional Insured this endorsement is primary to "other Insur- must: once" available to the additional Insured . i. Immediately record the ,specifics of the which covers that person or organization as a claim or"suit"and the dale received;and named insur as described in paragraph 3. above. ii. Notify us as soon as practicable. 5. The following definition is added to SECTION V. The additional insured must see to it that we - DEFINITIONS: receive written notice of the claim or"suit'as "Written contract requiring insurance" means soon as practicable. that part of any written contract or agreement c) The additional insured must immediately under which you are required to include a send us copies of all legal papers received in person or organization as an additional in- connection with the claim or"suit',cooperate cured on this Coverage Part, prodded that with us in the Investigation or settlement of the"bodily Injury" and"property damage"oc- the claim or defense-against the "suit", and curs and the"personal Injury"is caused by an otherwise comply with all policy conditions. offense committed: d) The additional insured must tender the de- a. After the signing and execution of the fense and indemnity of any claim, or"suit" to contract or agreement by you; any provider of"other insurance"which would b. While that paint of the contract or cover the additional insured fora loss we agreement is In effect;and cover under this endorsement. However,this condition does not affect whether the incur- c. Before the bfA of the policy period. Page 2 of 2 0 2005 The St.Pauf Travelers Companies, Inc. CG D2 48 08 05 Policy: C03443M148 COMMERCIAL GENERAL LIABILITY Effective Date: 5/20/2008 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—Provisions A.-H.and J.-N.of this endorsement broaden coverage. and provision I. of this endorsement!may limit coverage. The following listing is a general coverage description only. Limitations and exclusions may apply to thesecoverages. Read all the PROVISIONS of this endorsement carefully to determine rights,duties,and what is and is not covered. A. Broadened Named Insured H. Additional Insured-State or Political Subdivisions B. Extension of Coverage—Damage To Premises 1 Other Insurance Condition Rented To You J. Increased Supplementary Payments •-,.Perils of fire,explosion,lightning,smoke,water • Cost of bail bonds increased to$2,500 +"Limit increased to$300,000 Loss of earnings increased to$500 per day C. Blanket Waiver of Subrogation K. Knowledge and Notice of Occurrence or Offense > D. Blanket Additional Insured—Mana ems or Lessors 9 L. UnintentionalOmission � of Premises R M. Personal Injury—Assumed by Contract 1 E. Incidental Medcal Malpractice -� N. Blanket Additional lnsured.�essor of Leased F. Extension of Coverage—Bodily Injury r Equipment G. Contractual Liability—Railroads PROVISIONS 3. This Provision A- does not apply to any per- A. -BROADENED NAMED'INSURED son or organization for which coverage is ex- it- xVii.. The Named Insured In Item 1.of the Dedara- luded by endorsement.. tions is as follows: B. ExTENSIQN OF COVERAGE — DAMAGE TO The person or organization named in Item 1. PREMISES RENTED TO YOU of the Declarations and any organization, 1. The last paragraph of COVERAGE A. BOD other than a partnership,joint venture or Gm- 1LY INJURY AND PROPERTY DAMAGE LI- ited liability company, of which you maintain ABILITY (Section I — Coverages) is deleted ownership or in which you maintain the major- and replaced by the following: ity interest on the effective date of the policy. Exclusions c.through n.do not apply to darn- However, coverage for any i'such additional age to premises while rented,to you, or tem- organization will cease as of the date; If any, porarily occupied by you with permission of during the policy period, that you no longer the owner,caused by. maintain ownership of, or the majority interest a. l=ire; in,such organization. - 2. WHO IS AN INSURED (Section Il) Item 4.6: b. Explosion; is deleted and replaced by the following: c. Lightning; a_ Coverage under this provision is afforded d. Smoke resulting from such fire,explosion, only until the 180th day after you acquire or lightning;or or form the organization or the end of the e. Water. policy period,vu.hichever is earlier._ A separate limit of insurance applies to this _- coverage as described in Section 111 Limits Of Insurance. CG D316 07 04' Copyright,The Travelers Indemnity Company,2004 Page 1 of 6 COMMERCIAL GENERAL LIABILITY 2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises,Rented To You of -- occupied by you with permission of the COVERAGE A. BODILY INJURY AND owner,caused by: PROPERTY DAMAGE LIABILITY(Section I— a. Rupture, bursting, or operation of pres- Coverages)is excluded by endorsement. sure relief devices; C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or We waive any right of recovery we may have swelling of the contents'of any building or against any person_or organization'because of structure,caused by or resulting from wa- payments we make for injury or damage arising ter; out of. premises owned or occupied by,,or rented c. Explosion of steam boilers, steam pipes, or loaned to you; ongoing operations performed steam engines,or steam turbines. by you or on your behalf, done under,a contract with that person or.organization; "your,work"; or 3. Paragraph 6. of LIMITS OF. INSURANCE "your products". We waive this right where you (Section-•lll) is deleted and"replaced by the - have agreed to do so as part of a written contract, following: executed by you before the "badily injury" or Subject to S. above, the Damage To Prem- "property damage"occurs or the"personal injury' -xs ises Rented To You Limit is the most we will or"advertising Injury"offense is committed. pay under COVERAGE A. for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG- damages because of "property damage" to ERS OR LESSORS OF PREMISES any one premises while rented to you, or temporarily occupied by you with permission WHO IS AN INSURED (Section 11)is amended to of the owner,caused by:fire; explosion;fight- Include as an insured any person or organization ning; smoke resulting from such fire, explo- (referred to below as "additional insured") with sion, or lightning; or water. The Damage To whom you have agreed in a written contract,exe- Premises Rented To-You Limit will apply to all cuted before the "bodily injury" or"property dam- "property damage"proximately caused by the age" occurs or the"personal injury" or"advettis- same "occurrence", whether such damage Ing injury" offense is committed, to name as an results from: fire; explosion; lightning; smoke additional insured,but only with respect to liability resulting from such fire, .explosion, or light- arising out of the ownership, maintenance or use ning; or water; or any combination of any of of that part of any premises leased to you,subject these causes. to the following provisions: The Damage To.'Premises Rented To You 1, .Limits of Insurance. The limits of insurance Limit wi{I be the higher afforded to the additional insured shall be the limits which you agreed to provide in the wrlt- a. $300,000;or ten contract,or the limits shown on tate Decla- b. The amount shown on the Declarations rations,whichever are less. for Damage To Premises Rented To.You 2. The insurance afforded to the additional in- Umit sured does not apply to: 4. Paragraph a.of the definition of'Insured con- a. Any "bodily injury" or "property,;damage" tract" (DEFINITIONS—Section V) is deleted that occurs,or"personal Injury"or"adver- and replaced by the following: tising injury caused by an offense which a. A contract for a lease of premises. How- is committed,after you cease to be a ten- ever, that portion of the contract for a ant in that premises; lease of premises that'indemnifies any b. Any premises for which coverage Is ex- person or organization v for damage to ciuded by endorsement;or premises while rented to you, or tempo- rarily occupied by you with permission of c. Structural alterations, new construction or the owner, caused by: fire; explosion; demolition operations performed by.or on lightning; smoke resulting from such fire, behalf of such additional insured. explosion, or lightning;or water, Is not an 3. The insurance afforded to the additional in- "insured contract"; cured is excess over any valid and collectible, Page 2 of 6 Copyright,The Travelers Indemnity Company,2004 CG D316 07 04 - COMMERCIAL GENERAL LIABILITY "other insurance"available to such additional together with all related acts or omissions in Insured, unless you have agreed in the writ- the furnishing of the services described in ten contract that this insurance must be pri- paragraph 1.above to any one person will be maty to, or non-contributory with, such "other deemed one"occurrence". insurance". 5. This Provision E.does not apply if you are in E. INCIDENTAL MEDICAL MALPRACTICE the business or occupation of providing any of I. The following is added to paragraph 1. Insur- the services described in paragraph 1.above. ing Agreement of COVERAGE A -BODILY 6. The insurance provided by this Provision E. INJURY AND PROPERTY DAMAGE LIABIL- shall be excess over any valid and collectible ITY(Section I—Coverages) "other insurance" available to the insured, -"Bodily injury" arising out of the rendering of, whether primary, excess, contingent or on or failure to render, the following will be any other basis,except for Insurance that you deemed to be caused by an"occurrence": bought specifically to apply in excess of the Limits of Insurance shown on the.Dedara-r a. Medica{,surgical,dental'';laboratory,x-ray tions of this Coverage Part or nursing service, advice or instruction, or the related furnishing,of food or bever- F. EXTENSION OF COVERAGE — BODILY IN- ages; JURY The definition of"bodily in DEFINITIONS — b. The furnishing or dispensing of drugs or y yu ry„ medical, dental, or surgical supplies or Section V) is deleted and replaced by the follow- appliances; ing: c. First aid;or "Bodily injury" means bodily injury, mental an- guish; mental injury, shock, fright, disability, hu- "Good Samaritan services." As used in miliation, sickness or disease sustained by a per- this Provision E., `Good Samaritan ser- son,including death resulting from any of these at vices" are those medical services ren- any time. dered or provided inan emergency and G. CONTRACTUAL LIABILITY—RAILROADS for which no remuneration is demanded or received. _ 1. Paragraph c.of the definition of"insured con- 2. Paragraph 2.a.(1)(d) of WHO IS AN IN- tract" (DEFINITIONS —Section V) Is deleted. SURED (Section 11) does not apply to any and.replaced by the following: registered nurse, licensed'practical nurse, c_ -Any easement or license agreement;. emergency medical technician or paramedic 2, Paragraph f.(1)„of the definition of "insured employed by you, but only"while performing contract” (DEFINITIONS - Section V) Is de- the services described in paragraph 1.above feted: and while acting within the scope of their em- H. ADDITIONAL INSURED — STATE OR POLITI- ptoyment by you.Any employees rendering, "Good Samaritan services"will be deemed to CAL SUBDIVISIONS--PERMITS be acting within the scope,of their employ- WHO IS AN INSURED(Section II)is amended to meet by you. ( include as an insured any state or political subdi- 3. The following exclusion is added to paragraph vision,subject to the following provisions`. 2. Exclusions of COVERAGE A. — BODILY 1. This insurance applies only when required to INJURY AND PROPERTY DAMAGE LIABIL- be provided by you by an ordinance, law or ITY(Section I—Coverages):, building code and only with respect to opera- (This insurance does not apply to:)"Bodily in- ffons performed by you or on your behalf for jury or 'property damage" arising out of the which the state or political subdivision has is- willful violation of a penal statute or ordinance sued a permit relating to the sale of pharmaceuticals com- 2. This insurance does not apply to: mitted by or with the knowledge or consent of a. "Bodily injury," "property damage," "per- the insured. sonal injury"or"advertising injury"arising 4. For the purposes of determining the applica- out of operations performed for'the state ble limits of insurance, any act or omission or political subdivision;or CG D316 07 04 Copyright,The Travelers Indemnity Company,2004 Page 3 of 6 COMMERCIAL GENERAL LIABILITY b. "Bodily injury" or "property damage" in- insured under any other policy, eluded in the"products-completed opera- including any umbrella or excess tions hazard". policy. L OTHER INSURANCE CONDITION When this insurance is excess, we A_ COMMERCIAL GENERAL LIABILITY•CON- will have no duty under Coverages A DITIONS (Section IV), paragraph 4. (Other or B to defend the insured against Insurance)Is deleted and replaced by the fol- any"suit" if any provider of other in- surance" has a duty to defend the In- sured against that "suit". If no pro- 4. Other Insurance vider of "other insurance" defends, If valid and collectible"other insurance"is we will undertake to do so,but we will available to the insured for a loss we be entitled to the insured's Rights cover under Coverages A or B of this against all those providers of other insurance". Coverage Part, our obligations are limited as follows: When this insurance is excess over "other insurance", wa will pay.only a. Primary Insurance our share of the amount of the loss,if This Insurance is - primary except any,that exceeds the sum of: when b. below applies. If this insur- (1) The total amount that, all such ante is primary, our obligations are "other insurance" would pay for not affected unless any of the "other the loss in the absence of this in- insurance" is also primary. Then, we surance;and will share with all that "other. Insur- ance" by the method described in c. (2) The total of all deductible and below. self-insured amounts under that b. Excess Insurance "other insurance". This insurance is excess over any of We will share the remaining loss, if the "other insurance", whether pd- any,with any"other insurance"that Is mnot described in this Excess Insur- any, excess, contingent or on any once provision. other basis: (1) That Is Fire, Extended Coverage, c. Method Of Sharing Builder's Risk, Installation Risk, If all of the "other insurance" permits or similar coverage for 'your contribution by equal shares, we will, work"; follow this method also. Under this approach each provider of insurance (2) That Is Fire insurance for prem- contributes equal amounts until it has ises rented to you or temporarily paid its applicable limit of insurance occupied by you with permission or none of the toss remains, which- of the owner, ever comes first.. (3) That is Insurance purchased by tf any of the "other insurance" does you to cover your liability as a not permit contribution by equal tenant for "property damage" to shares, we will contribute by limits. premises rented to you or tempo- Under this method,the share of each racily occupied by you with per-. provider of insurance Is based on the mission of the owner,or ratio of its applicable limit of insur- (4) If the loss arises out of the main- ance to.the total applicable limits of tenance or use of aircraft, insurance of all providers of insur- "autos", or watercraft to the ex- ance. tent not subject to Exclusion g,of B. The following definition is added to DEFINITIONS Section I —Coverage A— Bodily (Section V): Injury And Property Damage Li- ability;or "Other insurance": (5) That is available to-the Insured a. Means insurance, or the funding of losses, when the insured is an additional that is provided by,through or on behalf of: Page 4 of 6 Copyright,The Travelers Indemnity Company,2004 CG D316 07 04 COMMERCIAL GENERAL LIABILITY (1) Another insurance company; 2. Notice of an 'occurrence" or of an offense (2) Us or any of our affiliated insurance cam- which may result in a claim will be deemed to panies, except when the Non cumulation be given as soon as practicable to us if it is of Each Occurrence -Limit section of given in good faith as soon as practicable to Paragraph 5 of LIMITS OF INSURANCE your workers'compensation insurer.This ap- (Section 111)or the Non cumulation of Per- plies only if you subsequently give notice of sonal and Advertising Injury limit sections the "occurrence" or offense to tis as soon as of Paragraph 4 of LIMITS OF INSUR- practicable after you, one of your-"executive ANCE(Section 111)applies; officers"(if you are a corporation),one of your (3) Any risk retention group; partners who is an individual (if you are a partnership),one of your managers(if you are (4) Any self-insurance method or program, a limited liability company), or an"employee" other than any funded by you and over (such as an insurance, loss control or risk which this Coverage Part.applies;or manager or administrator) designated by you (5) Any similar risk transfer or risk manage- to give such notice discovers that the "occur- ment method. rence"or offense may invotve this policy. b. :Does not include umbrella insurance, or ex- 3. This Provision K. does not apply as respects cess insurance,that you bought specifically to the specific number of days within which you ;apply in excess of the Limits of Insurance are required to notify us in writing of the shown on the Declarations of this Coverage abrupt commencement of a discharge, re- Part. lease or escape of "pollutants" that causes "bodily injury"-or "property damage" which J. INCREASED SUPPLEMENTARY PAYMENTS may otherwise be•covered under this policy. Paragraphs 1.b. and 1.d. of SUPPLEMENTARY L. UNINTENTIONAL OMISSION PAYMENTS—COVERAGES A AND B (Section 1 --Coverages)are amended as follows: - The following Is added to COMMERCIAL GEN- ERAL LIABILITY CONDITIONS (Section N),1. In paragraph 1.b.,the amount we will pay for paragraph 6.(Representations): the cost of bail bonds is Increased to$2500. 2. In paragraph 1.d., the amount we will pay for The unintentional omission of, or unintentional loss of earnings Is increased to$500 a'day. error in, any information provided by you which we relied upon in issuing this policy shall not K. KNOWLEDGE AND NOTICE OF OCCUR- prejudice your rights under this insurance. How- RENCE OR OFFENSE ever, this Provision L does not affect our right to 1. The following is added to COMMERCIAL collect additional premium or to exercise our right :GENERAL LIABILITY CONDITIONS (Section of cancellation or nonrenewal in accordance with IV), paragraph 2. (Duties In The Event of Oc- applicable state insurance laws, codes or regula- currence, Offense,Claim or Suit): tions. Notice of an "occurrence" or of an offense M. PERSONAL INJURY — ASSUMED BY CON- which may result in a claim must be given as TRACT soon as practicable after knowledge of the 1. The following is added to Exclusion e. (1) of "occurrenos"or offense has been reported to Paragraph 2., Exclusions of Coverage B. you, one of your "executive officers" Of you Personal Injury, Advertising Injury, and are a corporation), one of your partners who Web Site Injury Liability of the Web XTEND is an individual(if you are a partnership), one Liability endorsement: of your managers Of you are a limited liability Solely for the purposes of liabr1ity assumed in company), or an "employee",(such as an in- an insured contract", reasonable attorney surance, loss control or risk manager or ad- fees and necessary litigation expenses in- ministrator) designated by you to give such curred by or for a party other than an insured notice. are deemed to be damages because of"per- Knowledge by any other "employee" of an sonal injury"provided: "occurrence" or offense does not imply that (a)-Liability.to such party for, or for the cost you also have such knowledge. of,that party's defense has also been as- CG D316 07 04 Copyright,The Travelers indemnity Company,2004 Page 5 of 6 COMMERCIAL GENERAL LIABILITY sumed in the same "insured contract"; N. BLANKET ADDITIONAL INSURED — LESSOR and OF LEASED EQUIPMENT (b) Such attorney fees and litigation ex- WHO IS AN INSURED (Section II)is amended to penses are for defense of that party include as an insured any person or organization against a civil or alternative dispute resp-, (referred to below, as "additional insured") with ILAon proceeding In which damages to whom you have agreed in a written contract,exe- which this insurance applies are alleged. cuted before the"bodily injury" or"property dam- 2. Paragraph 2.d. of SUPPLEMENTARY PAY- age" occurs or the "personal injury" or"advertis- MENTS—COVERAGES A'AND B(Section i ing Injury" offense is committed, to name as an —Coverages) is deleted and replaced by the additional insured, but only with respect to their li- following: ability for"bodily injury", "property damage", "per- sonal injury" or "advertising injury" caused, In d. The allegations in the "suit" and the in- ,whole or in part, by your_ads or omissions In the formation we know about the "occur- maintenance, operation or use of equipment rence"or offense are such that no conflict leased to you by such additional insured, subject appears to exist between the Interests of to the following provisions: the insured and the.Interests of the in- demnitee; 1. .Limits of Insurance. The limits of insurance afforded to the additional insured shall be the 3. zThe third sentence of Paragraph 2 of SUP limits which you agreed to provide in the writ- ^PLEMENTARY PAYMENTS —COVERAGES ten contract,or the limits shown on the Decla- A AND B (Section I —Coverages)Is deleted rations,whichever are fess_ and replaced by the following: 2. The insurance afforded to the additional in- Notwithstanding the provisions of Paragraph sated does not apply to any"bodily:injury"or 2.b.(2)of Section II—Coverage A—Bodily In- "property damage" that occurs, or "personal jury And Property Damage Uability, or the InJury"or"advertising Injury"caused by an of- provisions of Paragraph 2.e.(1) of Section I— tense which is committed,after the equipment Coverage B—Personal Injury,Advertising In- lease expires_ jury And Web Site Injury Liability, such pay- meets will not be deemed to be damages for 3. The Insurance afforded to the additional In- "bodily Injury" and "property. damage", or sated is excess over any valid and collectible damages for'personal injury",and will not re- "other insurance" available to such additional ;duce the limits of insurance. insured, unless you have agreed in the writ- ten contract that this insurance must be pd- 4. ;This provision M. does.not apply if coverage mary to, or non-contributory with,such"other :for "personal injury" liability, is excluded by insurance". endorsement Page 6 of 6 Copyright,The Travelers Indemnity Company,2004 CG D316 07 04