Loading...
HomeMy WebLinkAboutC-3724(C) - Jamboree Road Bridge Widening Over State Route 7310 DVAI •. • . 91 �. • November 27, 2013 Beador Construction Company, Inc. 26320 Lester Circle Corona, CA 92883 Subject: Jamboree Road Bridge Widening Over State Route 73 — C-3724 Dear Beador Construction Company, Inc.: On November 27, 2012 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the January 2, 2013. Reference No. 2013000001991. Fidelity and Deposit Company of Maryland and Enclosed is the Faithful Performance Bond. /1Sincerely V til T � llrr �-- Leilani I. Brown, MMC City Clerk Enclosure Orange County Recorder on The Surety for the contract is the bond number is 7621757. d - Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 - Fax: (949) 644-3039 • wuw.newportbeachca.gov EXECUTED IN DUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 BOND NO. 7621757 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 19,304.00 being at the rate of $ 9.00/$6.60/$6.00/$5.28 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Beador Construction Company, Inc., hereinafter designated as the "Principal", a contract for construction of JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73, Contract No. 3724 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3724 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland --------------------------- , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million, One Hundred Ninety -Four Thousand, Seven Hundred Three and 001100 Dollars ($3,954,703.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements In the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, In an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City Is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it Is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has beet11011. executed by the Principal and Surety above named, on the 11th day of March /1n 1�wd.� A • Seador Construction Co., Inc (Principal) Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., Penthouse Glendale, California 91203 Address of Surety 818-409.2804 Telephone Bu Authorized'Agent Signature Edward N. Hackett, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Ir TYYYY Y M. M Y YY 4 Y Y Y Y Y YY Y Y Y Y M Y Y Y Y Y Y Y YY M M M Y M Y Y a Y Y Y M M M Y M Y Y M... Y Y Y Y Y M M M M 011 a M Y M M M M Y Y M M Y M i M - Y MY Y M Y Y, State of California County of _ Orange } ss. On before me, C. Maestas Notary Public, personally appeared Edward N. Hackett Who proved to me on the basis of satisfactory evidence to be the persons) whose name(e) is/ere subscribed to the within instrument and acknowledged to me that he/she" executed the same in his#iarytfteiw authorized capacity(tes), and that by hisAaer4{heir signatures(e) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS my hand and official seal. Sign (seat) C. M1isa us'..`—` Commission # 174111898 Notory PublicCounll�f'ornlo Cq .� JkJl 2G15 •YYNMYYY N... M M M N Y N N N N Y N N Y Y M M I Y Y M N II Y N M M M Y N O Y M Y Y N M O N M N N Y YNNI N Y Y N M 0 i N Y Y Y Y Y N N N M N Y N M M Y N N M}„N,I M1 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Idenliflcation Paper Identification Cfedibla Witnesses) Capacity of Signer: Trustee X Power of Attorney CEO/CFO/COO President / Vice -President I Secretary I Treasurer Other: Other Thumbprint of Signer Check here It rw thumbprint or firyerpont is available. 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 FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By -Laws of saidIFy, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint Edward N. HACKETT and Christine M. MA t h ne rnia, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal o5 t and as its act and deed: any and all bonds and undertakings, and h gs in pursuance of these presents, shall be as binding upon said Co yds} Ii d purposes, as if they had been duly executed and acknowledged by 1' ted!��y at its office in Baltimore, Md., in their own proper persons. o The said Assistant the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- y, and is now in force. IN WITNESS OF, 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 9th day of September, A.D. 2010. ATTEST: !pd MPO, y+ t e Y 4 State of Maryland1 ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes Assistant Secretary By: l t' ii Frank E. Martin Jr. Vice President On this 9th day of September, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., 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 executiolr of the same, amd being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers oftFie C.ompw 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 POA -F 012-0112A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,._. and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1940. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this __.---_--day of i muicnt Secretary ALL-PURPOSE ACK11" IWLEDGMENT J lIZ.rVIiZIt_RTt-rtr- v�R.>vVU-IJ�j1- Z j: �j U'-tJL-V State of California County of R we rsi ele Ss. On AmLij i j ) 2011 before me, Date Personally appeared T)0' Of w Place Notary Seal A .w OPTIONAL of Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heishelthey executed the same in his/her/their authorized capacily(ies), and that by his/heritheir signature(s) on the instrument the person(s) or, the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. —��WIIITN+�E�S/Smyy-�hand and officialsseea[, Sig.tu. d N.wq 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: 'guod Document Date: Number of Pages: Signer(s) Other Than Named Above: Signers Name: _Individual _Corporate Officer Title(s): _ _Partner- Limited _General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here Signer's Name: _Individual _Corporate Officer Title(s) _Partner -_Lim ited_Genera I _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here - — - - — -- -- _ 1'1 r L(� (lJl I 1 � ILllt i fL(1 Lfl lJL (1 J�11 fLf L'l fl ��1 LCL 1 1 L �t1 L Lt 1' !t ").A CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC March 8, 2013 Beador Construction Company, Inc. 26320 Lester Circle Corona, CA 92883 Subject: Jamboree Road Bridge Widening Over State Route 73 - C-3724 Dear Beador Construction Company, Inc.: On November 27, 2012, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on January 2, 2013, Reference No. 2013000001991. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is 7621757. Enclosed is the Labor & Materials Payment Bond. Sincer (a N �/�� V° ° �� b�m" Leilani 1. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 - www.city.newport-beach.ca.us EXECUTED IN DUPLICATE Premium mduded In charge far Performance Bond CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 BOND NO. 7621757 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Beador Construction Company, Inc., hereinafter designated as the "Principal," a contract for construction of JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73, Contract No. 3724 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents In the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3724 and the terms thereof require the furnishing of a bond, providing that If Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Three Million, One Hundred Ninety -Four Thousand, Seven Hundred Three and 041100 Dollars ($3,194,703.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, 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, then 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 to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 32 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 at. seq, of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in anywise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 11th day of Mar , 2011. 1 3GJti� n • �st��R- B : S�c�Lvt'� Beador Construction Co., Inc. (Principal) Aut ¢ed Signature/Title Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., Penthouse Glendale, California 91203 Address of Surety 818-409-2804 Telephone Authorized Agent Signature Edward N. Hackett, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 33 ACKNOWLEDGMENT I. W ... Y Y Y. Y4 Y Y Y.... I . . . . 44 Y Y Y Y 4 Y Y Y Y 4 Y Y}Y YYYY Y*.Y4YYY Y.YY4Y Y Y Y. Y OMkY11YIlY Y Y Y Y. Y Y Y Y Y Y Y Y Y i1 State of California County of Orange } ss. On before me, ____ C. Maestas Notary Public, personally appeared Edward N. Hackett ,who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) Were subscribed to the within Instrument and acknowledged to me that he/~hey executed the same in his/tae##fq r: authorized capacity(tes), and that by hisA4901lIteir signatures(s,) on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument, I certify under PENALTY OF PERJURY under the laws of the Stale of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal: �+ c t`� Vi Commisstan +� 17 •_s Notary Public QO cooItry mw co"M Ait,?Att (seat) fY Y„ b.. Y. Y Y YY1, Y Y Y Y 4 Y.. I. YY I . . . . Y0W.W..04 YY YY O/1... Y Y Y Y Y Y Y Y 4 Y Y Y Y Y Y Y Y 4 Y 4•. a. 4... Y Y Y Y w Y.. tr OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evldenoe: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacityof Signer: Trustee _ X Power of Attorney CEOICFOICOO President I Vicc-President / Secretary I Treasurer Other: Other Thumbprint of Signer ❑ Check here if no thumbprint or Cngerpdnt Is available. 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 FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By -Laws of said y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d OlAereby nominate, constitute and appoint Edward N. HACKETT and Christine Mine M. MAr~F �hi tt a rnia, EACH its true in and lawful agent and Attorney --Fact, to make, execute, seat o a _ 9 and as its act and deed: any and all bonds and undertakings, and s in pursuance of these presents, shall be as binding upon said C yscj I P iq nd purposes, as if they had been duly executed and acknowledge 1 c ed a ny at its office in Baltimore, Md., in their own proper persons. f`�, 0 >� The said Assistant' the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- y, and is now in force. IN WITNESS OF, 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 9th day of September, A.D. 2010. ATTEST: 0 Atfp�,J O � r 4444 Z State of Maryland1 ity of Baltimore f ss.. C FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes Assistant Secretary vLW By: Frank E. Martin Jr. Vice President On this 9th day of September, A.D. 2010, before the subscriber, a Notary Public of the State of Majyiand, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and ERIC D_ ,BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individualh', cad 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 IA, 2011 i.il'.t�\� �� �Y�✓1.i.✓'.I.,l it l-....�1 V"`, it^.�� Constance A_ Dunn Notary Public My Commission Expires: July IA, 2011 ACK' 'WLEDGMENT State of California County of R1wys l d£ ss. On Kaf0AIi, Cpl) Date Personally appeared _ before me, Melissa Diane Hoist, Notary Public Name and Title of Officer is OSSA DIANE MOLE; CortrahatiOn • 1853504 Maury Pu04c - Calftma Rhimide caul" Cftrmfr. ExPes Jan 27.20131 Of Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helsheithey executed the same in histheritheir authorized capacity(ies), and that by histheritheir signature(s) on the instrument the person(s) or, the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, 'M'P'tA'3p0_ vr�u. f Signature of Notary Pubic Place Notary Seal Above 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: L0.hD r Ga nd �A&+C t'i OJ 52? tj r iNtn t 'aorNd Document Date: Number of Pages: Signer(s) Other Than Named Above: Signers Name: _Individual _Corporate Officer Title(s): _Partner- Limited General Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here Signer's Name: _Individual _Corporate Officer Title(s) —Partner--Limited—General Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here 2J0 I 1 FG V fficial Records, orange County N Renee Raz, Assistant Clerk -Recorder WHEONRRE RECORDED RETURN T ` f �RI�II1I�III IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII�allllllllll�llllllll NO FEE *$ R o 0 5 6 3 7 City Clerk r''j 13000124702 9:56 am 02128113 T._ o2 Cit of Newport BeachCITY Ji .o o 0.00 0.00 0.00 0.00 0.00 3300 Newport Boulevard ` Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Beador Construction Co, Inc. of Corona, CA, as Contractor, entered into a Contract on March 8, 2011. Said Contract set forth certain improvements, as follows: Jamboree Road Bridge Widening Over State Route 73 - C-3724 Work on said Contract was completed, and was found to be acceptable on November 27, 2012, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. A Public Works Directorl City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ��V`e " V at Newport Beach, California. BY (�L,157V- r6tA-- City Clerk j t S This Document -is electronically recorded by Ch Jouth County A Recorded in Official Records, Orange County RECORDING REQUESTED BY AND Renee Ramirez, Assistant Clerk -Recorder WHEN RECORDED RETURN TO: III 1111111 1111111111111111111111111111111111111111111111111 III NO FEE City Clerk 2013000001991 01:33pm 01/02/13 City of Newport Beach 66 401 N12 1 3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Beador Construction Co, Inc. of Corona, CA, as Contractor, entered into a Contract on March 8, 2011. Said Contract set forth certain improvements, as follows: Jamboree Road Bridge Widening Over State Route 73 - C-3724 Work on said Contract was completed, and was found to be acceptable on November 27, 2012, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland.,., Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. r Executed on 1 , at Newport Beach, California. a, - BY AIAL . om� City Clerk '%L�7ORNIP CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC November 28, 2012 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • 15`h Street Rehabilitation From Old Newport Boulevard to Redlands Avenue — C- 5077 • Jamboree Road Bridge Widening Over State Route 73 - C-3724 Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, Leilani 1. Brown, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 - Fax: (949) 644-3039 • www.city.newport-beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Beador Construction Co, Inc. of Corona, CA, as Contractor, entered into a Contract on March 8, 2011. Said Contract set forth certain improvements, as follows: Jamboree Road Bridge Widening Over State Route 73 - C-3724 Work on said Contract was completed, and was found to be acceptable on November 27, 2012, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. f m Public Work's D City of Newport I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. �f� ,ry Executed on Aok ko £ 4 �1 d ' at Newport Beach, California. BY Ali f� fAtA-- City Clerk CITY OF PEAC4 NEWPORT BEACH s r t `°LFaR�`P City Council Staff Report Agenda Item No. 8 November 27, 2012 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer APPROVED: C, A� TITLE: Jamboree Road Bridge Widening Over State Route 73 Notice of Completion and Acceptance of Contract No. 3724 ABSTRACT: On March 8, 2011, City Council awarded Contract No. 3724 for the Jamboree Road Bridge Widening to Beador Construction for a total contract cost of $3,194,703 plus a 10% allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATIONS: 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. 2. Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with the applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following account: Account Description Account Number Amount Measure M Competitive 7284-C5100784 $951,400.00 Transportation and Circulation 7261-C5100784 $2,576,822.68 Total Construction Cost: $3,528,222.68 Jamboree Road Bridge Widening Over State Route 73 Notice of Completion and Acceptance of Contract No. 3724 DISCUSSION: Overall Contract Cost/Time Summary November 27, 2012 Page 2 Contract Award Final Cost at Benchmark Actual Contract Time Time Under (-) Amount Completion Target Contract (days) or Over (+) $3,194,703 $3,528,222.68 15% or less 10.4% 375 -11 The work necessary to complete this contract consisted of widening the westerly side of the existing Jamboree Road Bridge over the 73 Freeway by 24 feet to accommodate one additional thru lane in either direction. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $ 3,194,703.00 Actual cost of bid items constructed: $3,141,876.80 Contract change orders: $386,345.88 Final contract cost: $3,528,222.68 The final overall construction cost, including 11 change orders, was approximately 10.4% above the original bid amount. The major change orders were for additional cost related to the pile that the bridge abutments and columns were constructed on, additional cost for groundwater encountered on the tie -backs on the southerly abutment and modifications to the columns to allow for the bridge seismic retrofitting of the existing structure. The notice to proceed allowed for 280 consecutive working days based on the scope of the work. With approved time extensions, the project was substantially completed October 16, 2012, which was 11 days ahead of schedule. A summary of the project schedule is as follows: Estimated Completion Date per July 2011 Baseline Schedule: June 1, 2012 Project Awarded for Construction: March 8, 2011 Completion pate from Award with Approved Extensions: October 31, 2012 Actual Substantial Construction Completion Date: October 16, 2012 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act (°CEQA") pursuant to Section 15301(c). This exemption covers the minor alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Jamboree Road Bridge Widening Over State Route 73 Notice of Completion and Acceptance of Contract No. 3724 November 27, 2012 Page 3 NOTICING: This agenda item has been noticed according to the Brown Act. In addition, the City Clerk will be filing a Notice of Completion for the project as a result of this action. The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Submitted by: Public Works Director Attachment: A. Location Map 3 of PROJECT LOCATION JAMBOREE RD. BRIDGE WIDENING LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-3724 ro. ,ouncil --- ;:. anager y Httorney Z Fit RECEIVED 2013 SEB -6 M 3* 06 r 07 C l K:: ✓H RELEASE OF STOP PAYMENT NOTICE (Civil Code 8128) TO: City of Newport Beach Q>wne�'. cnna'tructinn lender or public entity) 3300 Newport Blvd., Newport Beach CA 92663 Leilani Brown, City CLerk YOU ARE HEREBY NOTIFIED that the undersigned claimant releases that certain Stop Payment Notice dated January 31, 2013 in the amount of $ 102,305 76 against City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA 92663 as owner or public body and Baader Construction Company Inc. 26320 Lester Circle, Corona CA 92883 as direct Contractor In connection Jamboree Rd., Bridge Widening over State Rte.73-Bristol St. with the work or improvement known as _ in the City of Newport Beach, each County of Orange State of California. This Release of Stop Payment Notice is given pursuant to Civil Code section 8128 and shall be effective only to release the Stop Payment Notice identified in this document and shall not release any other claim or rights to enforce payment of the Claimant. February 4, 2013 Name of Claimant: Steiny and Company Inc. Address: 12907 E.Garvey Blvd. Baldwin Park, CA 91706 Telephone: 626 962-1055 By: Cys (Sign—ml VINCENT F. MAUCH I Chi,( Financial OM1icer (Tite) VERIFICATION I, the undersigned, state: 1 am the Chief Financial officer of the claimant named in the foregoing Release; I have read said Release of Stop Payment Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on February 4 2013 at Baldwin Park State of California. .......... Siltatute ofClaimant or.wthonzcd Agcnr UE1tMIUA1'L VFAC;KINOWLEDGMEN1 State of California l County of Los Angeles j ss. On February 4, 2413 before me, Gayle C. Kappelman, Notary Public Dmc N. vM ril, ef0Jfiur ic&"Jarmo Dos, Na Pubo"} personally appeared Vincent P. Mauch who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she4hey executed the same in his/hekheif authorized capacity(ies), and that by his/he9their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. BJtYIE C. KAPPELUM � el 1t7829g Nowt' Pdit - CiNt $ Los Angeles CouMY M Comm. Expires Jan 12, 2014 is<mJ OPTIONAL Though the information below is not required bylaw, it may prove valuable to perones relying on the document and could prevent fraudulent removal and reattachment afthis form to another document. Description of Attached Document: 'Title or Type of Document: Release of Stop Notice - Steiny job #4324 Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Vincent P. Mauch Number of Pages: ® Corporate Officer - Title(s): Chief Financial Officer ❑ Parmens)- E] Limited ❑ General ❑ Attomey-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Steiny and Company, Inc. \Nii 02Wsers`p6ep54Wy D nawvivJOTARri2W8 Ndary Fooms Gayhot .....� __,... .. s UI_ELECTRIC\{ 9011 goo 002 79/ 3L95 ,a= eGAR v 70 2000 Sa .7948 3695 /}; s � y JG0/8/\/ \ 48£2= NS; . CD %K\ y /0 d\ % S I} +a wd, . .c &«3 =s e« m » e STEINY /� \2721am. B. a2 7948 #a6 G -70111 2000 000E 7948 :&aa : o § \ 0 0 ^ >O) co \ ( a /k E0 S �<� \ mm rwt \ e $! 00031 8,S253 r MAILED FROM w Copies Sent To: /L D City Council 1 L LJ City Manager STOP PAYMENT NOTICE City Attorney F114 LEGAL NOTICE TO WITHHOLD CONSTRUCT1134 Wis 4 PN 2- SS (Public or Private Work of Improvement) (Per California Civil Code Section 8520, 8530 & 9350�!i :,ry GG T Rif .I'L �r-y TO: City of Newport Beach Project: Iam"`e Fd}anbge waeng g' pstafe/giW (Hama crown, pubttc cnfiry arcensa-mcn deals) (Name) 3300 Newport Blvd., Newport Beach CA 92663 State Rte. 73 • Bristol St., Newport Beach (Address,ifreached to a bank vse address or Cranch hoot tund) {ilroat Address er legal nescrip( } Leilani Brown, City Clerk (0 or=" puNlc entity, m the department or oRicerwhoam any it is 0 make payments) Name and address of the Project Owner (or reputed owner): City of Newport Beach 3300 Newport Blvd., Newport Beach CA 92663 Name and address of the Direct Contractor. Beador Construction Company Inc. 26320 Lester Circle, Corona, CA 92883 Name and address of the Construction Lender (if any): N/A TAKE NOTICE THAT Stetny and Company Inc. (Claimant), ile9m name or the pecten m gym daimrg IDa stop paymonb+atce} whose address is 12907 E. Garvey, Baldwin Park, CA 91706 (Address of person orfirm claiming step notice) has performed labor and furnished materials for a work of improvement described above as Project. The relationship of the Claimant to the other parties is: subcontractor The work furnished by claimant is: electrical /traffic signal work (generally describe labor service, equipment, or material fumlahad or agreed to be furnished by olaiment) The labor and materials were fumished at the request of the following party: Beador Construction Company Inc. Total value of the whole amount of labor and materials agreed to be furnished is ...... $ 405,378.60 The value of the labor and materials furnished to date is: —......__..__.......__...._.... - Claimant has been paid the sum of: and there is due, owing and unpaid the sum of:....__ ............. _..._........... _.....,... $ 405,378.60 S 303,072.84 $ 102,305.76 You are required to set aside sufficient funds to satisfy this claim as provided by law. You are also nggyJr'�f�d that claimant claims an equitable lien against any construction funds for this project which are in� yguy her' d� Dated January 31, 2013 NAME: C _.-�' (Name or atnp rouca ran y By: Vincent P. Mauch (owner or agent of slop notice claimant must sign here and very, below) Authorized Capacity: Chief Financial Officer VERIFICATION I, the undersigned, state: I am the Chief Financial Officer of rhe claimant named in the c`We-`Ansi erc,m.mrwt','owner,'Ayoon.ex.) foregoing Stop Notice; I have read act Stop Notice and know the contents thereof, the same is true of my own knowledge. i declare order penalty of perjury under the laws of the State of California that rhe foregoing is true and correct Executed on January 31, 20 13 at Baldwin Park CahmEii r) (dealhisdocument was sgh.id /(mar of I wnereslopnmo. eignetl) G� p iscro, alpnaWa mor mvmnnm(wnn n awaam¢ mama oomema or me amp novae ere wq REQUEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 8536 & 8538) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 8536 & 8538. Signed' (Claimant must encbsa salRatltlresaed stamped emetope) PROOF OF NOTICE DECLARATION (Per California Civil Code Section 81 Is) Vincent P. Mauch , declare that I served a copy ofthe Stop Payment Notice on the party at the address and on the date shown below: To Construction Lender/Owner/Public Entity/Or Other Person Holding Construction Funds: (name) City of Newport Beach (title or capacity of individual given notice) (address) 3300 Newport Blvd., Newport tdate) January 31, 2013 Beach, CA 92663 Stop Payment Notice should be served at the fallowing 4oeation: (a) To an owner other than a public entity, the owner's address shown on the direct contract, the building Permit or a construction trust dced; (b) To a public entity, the office of the public entity or another address specified by the public entity in the contract or elsewhere for service of notices, papers or other documents_ A Stop Payment Notice for a public works contract of the state, shall be given to the director of the department that awarded the contract; and to a public entity other than the state, to the office of the controller, auditor or other public disbursing officer whose duty it is to make payment pursuant to the contract (see Civil Code §9354 for more information). (c) To a direct contractor, at the contractor's address shown on the building permit, on the direct contract, or on the records of the Contractors' State License Board, In the following manner (cheek appropriate box): [ I By personal delivery By Registered or Certifed Mail (postage prepaid) [ I Express mail [ 1 Overnight delivery by _____,an express service carrier I declare under penalty of perjury, that the foregoing is true and correct. Executed on January 31, 2013 , at Baldwin Park ,California. (Signature of person making service) C&B Forms (7112) Mut�v50WLW:VILIM State of California County of Los Angeles ss. On January 31, 2013 before me, Gayle C. Kappelman, Notary Public Oarz Nmemd TnkofO r(a g.'lme➢ .Nocu,A tk) personally appeared Vincent P. Mauch Nameu)afSW.o6 who proved to me on the basis of satisfactory evidence to be the person(a) whose name(&) is/afe subscribed to the within instrument and acknowledged to me that he/she4hey executed the same in his/her{theif authorized capacity(ies), and that by his/heFAheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. GAYLE C. KAPPELUM Ara ... _ Coat""" # 1673299 =s no" Paw - Calfforfds Los Anodn County M Comm, t4fres Jan 12.2014 w tsev) OPTIONAL Though the information below is not required by law. it meryprove valuable to persons relying on the document and could prcvcm fraudulent removal and reattachment oftha form to another document. Description of Attached Document: Title or Type of Document: Stop Payment Notice - Beader Construction - SC #4324 Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Vincent P. Mauch ❑ Individual ® ComomteOfficer -Title(s): ❑ Partner(s)- ❑ Limited ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Number of Pages: Chief Financial Officer n Genera] Signer is Representing: Steiny and Company, Inc. \\Ssbp02Wsw*gkap54Wy Cceum nlaW TARYt2009 Notary Forms Qavkus RELEASE OF STOP NOTICE TO: CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH 7017 0C, - ;Al 7: 2p You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 11/21/12 , in the amount of 8,816.57 against CITY OF NEWPORT BEACH as owner or public body and as prime contractor in connection with the work of improvement known as JAMBOREE & BRISTOL in the City of NEWPORT BEACH County of ORANGE State of California. Date 11/30/12 Name of Claimant Robertson's By Autho ized Agent VERIFICATION I, the undersigned, state: I am the Agent of the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 11/30/12 , at Corona, California. Signature o4 plaimaht or Authorized Agent 11/3012012 04:36 9514936425 f) I 1Q[? (c� —y is 2 RELEASE OF STOP NOTICE �p ^ CITY pq NEWPORT BEACH 3300 NEWPORT BLVD PAGE 01/01 Date "24) z Copies Sent To: City Council City Manager City Attorney -�" FFile, t/ NEWPORT BEACH You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 11/21/12 in the amount of 8,815.57 against CITY OF NEWPORT BEACH as owner or public body and as prime contractor in connection with the work of improvement known as JAMBOREE & BRISTOL in the City of NEWPORT BEACH County of ORANGE State of California. Date 11/30/12 Name of Claimant Robertson's By AutbVized Agent VERIFICATION I, the undersigned, state: I am the Agent of the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 11/30/12 , at Corona, California. STOP PAYMENT NOTICE Cr�`t (California Civil Code Section 8044) l l� F NOTICE To: CITY OF NEWPORT BEACH S1/ 3300 NEWPORT BLVD NEWPORT BEIff Priil� ?4 Pil I= 39 (If Private Job -file with responsible officer or person at office or branch of construction lender administering the construction -funds or with the owner -CIVIL CODE SECTIONS 8500-8560) i (If Public Job -file with office of controller, auditor or other,vublic disbursing officer whose duty it is to make payments under pr�o�vissons of the contract -CIVIL CODE SECTIONS 9350-9510) Da*e1l qu 2 Direct Contractor: BEADOR CONST. CO. Co i Sent To: Sub Contractor (If Any) : WCityCouncil Owner or Public Body: CITY OF NEWPORT BEACH City Manager Improvement known as: JAMBOREE & BRISTOL_ City Attorney County of ORANGE State of California. =File Robertson's, Claimant, a Partnership, furnished cert service equipment, or materials used in the above described work of improve- ment. The name of the person or company to whom claimant furnished service, equipment, or materials is: BEADOR CONST. CO. The kind of materials furnished or agreed to be furnished by claimant was ready mix concrete, rock and/or sand materials. Total value of labor,service,materials to be furnished ..... $ 8,816.57 Total value of labor,service,materials actually furnished..$ 8,816.57 Credit for materials returned, if any...... ................ $ 0.00 Amount paid on account, if any .............................$ 0.00 Amount due after deducting all just credits and offsets .... $ 8,816.57 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 8,816.57 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 8532) isfis not attached. (Bond required with Stop Payment Notice served on construction lenders on private jobs -bond not required on public jobs or on Stop Payment Notice served on owner on private job). Name and address of Claimant: ROBERTSON'S, P.O. Box 3600, Corona, Ca. 92878 951 685-2200 Dated. 11/21/12 By Authorize Age t VERIFICATION I, the undersigned, state: I am the agent of the claimant named in the foregoing Stop Payment Notice; I have read said claim of Stop Payment Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 11/21/12 at Corona, Stat o kif rnia. Signature of Claimant/Agent I STOP PAYMENT NOTICE - PROOF OF SERVICE The undersigned declares as follows, I am over the age of 18, and employed by Robertson's, whose business address is 200 South Main Steet, Suite 200, Corona, California 92882. 1 am employed in the County of Riverside, where this mailing occurs, and not a party to this action. On the date shown below, in the city of Corona, I served the within Stop Payment Notice, sealed in an envelope and deposited in the mail in the manner prescribed by law, by first class registered or certified mail, postage fully prepaid, to the person(s) at the addresses shown thereon. 'k I C' - Name Date ti 's4 Nom' � n 00 � N w i �m N O M U O Q M V XQ m0 °a0 W O a� j n z« E iti^J 61. C P\� I �•', xJ 1 14 ry ts' 0.3omn rr p 7 Y 7 h 2r t 00 I OD x u to F� N W O� z 04 H(In W•! U ri z tL 1Y�1 try Z� cu 0 � n 00 � N N O M U O Q M V XQ m0 °a0 W O a� a�U 0 I RECEIVED r Release of Stop NotiteR 26 A ', l ' -- NICE OF THE CITY CLERK To: City Of Newport Beach CITY C- -NET gEA(N 3300 Newport Blvd Newport Beach, CA 92658-8915 You are hereby notified that the undersigned claimant releases that certain Stop Notice dated March 16.2012, in the amount of $6.983.25, against City Of Newport Beach, as owner or public body, and Beador Construction Company Inc, as prime contractor and Summit Construction, as subcontractor in connection with the work of improvement known as Jamboree Road Bridge Widening Over Route 73. Newport Beach, CA 92658, Countv of Orange (Bond 7621757). Date: April 24, 2012 . 'At P5 Sint TO: City Council City Manager City Attorney 7 Fife ✓ VP ✓ Eyd Williams Form Engineering c/o Wright, Finlay & Zak LLP 4665 MacArthur Court, Suite 280 Newport Beach, CA 42660 By: Brad Klein, Attorney for VERIFICATION Engineering I, the undersigned, state that I am the attorney for the claimant named in the foregoing Release of Stop Notice. I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that this Verification was executed on April 24, 2012 at Newport Beach, California, E, Klein, Esq. {WFZ No. 31345} L t� RECEIVED STOP NOTICE r �' California Civil Code Section 3103 Wi MAR 21 AM ): SU Certified Mail -Receipt No. 7010 1060 0000 4260 3844 NOTICE TO: THE i ewport Beach CITY- p., rt Blvd 7V6wpo ach, CA 92658-8915 Prime Contractor: Beador Construction. Company Inc Subcontractor: Summit Construction Owner/Public Entity: City Of Newport Beach Conies Sent To: 1 Work of Improvement known as Jamboree Road Bridge Widening Over Route 73, Newport Beach, CA 92658, County of Orange (Bond 7621757). Claimant, Williams Form Engineering, furnished certain labor, service, equipment or materials used in the above-described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is Summit Construction. The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was building materials, steel bar, and accessories. Total value of labor, service, equipment or materials agreed to be furnished: $6,983.25 Total value of labor, service, equipment or materials actually furnished is: $6,983.25 Credit for materials returned, if any: $0.00 Amount paid on account, if any: $0.00 Amount due after deducting all just credits and offsets: $6,983.25 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above-described project to satisfy claimant's demand in the amount of $6,983.25 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. Date: March 16, 2012 By: Williams Form Engineering c/o Wright, Finlay & Zak LLP 4665 MacArthur Court, Suite 280 Bradford E, VERIFICATION I, the undersigned, state that I am the attorney for the claimant named in the foregoing Stop Notice. I have read said Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that this Verification wasexecu a 012 at Newport Beach, California. Bradfor lein, 13 _ Yh Z go L < N BIT {i RECFI�!ED Mi MAR 2 AM i 5U OFICE. O Jr � �- ary v � co H m 00 C3 o 5 _nru � a� p C3 t CQ Ci p O A m N "' z z a a O 10 N _ Yh Z go L < N BIT UNCONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT CALIFORNIA CIVIL CODE SECTION 8138 s F TO:SUMMIT CONSTR. GROUP INC. 181 PAWNEE ST. UNIT C SAN MARCOS,CA 92078 PROJECT:JAMBO.REE RD BRIDGE OVER ROUTE 73 CON'TR #3724 NEWPORT BEACH,CA 92658 NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORECEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. Name of Claimant: HUD CONSTRUCTTON SPECIALTIES, INC. Name of Customer: SUMMIT CONSTR. GROUP INC. Job Location: OVER ROUTE 73 CONTR #3724 NEWPORT BEACH,CA 92658 Owner: CTTY OF NEWPORT BEACH This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job. Rights based upon labor or service provided or equipment or material delivered, pursuant to a written change order that has been fully executed by the patties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. The claimant has been paid in full. Exceptions: This document does not affect any of the following: Disputed claims for extras in the amount, of: $0,00 Claimant's Signature: Claimant's Title: Customer Service Date of Signature: NCX17728-JOB 10038 100MI HUR CONSTRUCTtOA &I'MALTIES, INC. 379 S01 -77i 7' STREET. P.O. BOX 1269 SAN BERNARDINO, CA 92402-1269 PHN: (909)379-2100 Fux_ 19091 b6n ,9741, Release of Stop Payment Notice To. CITY OF NEWPORT BEACH, P.O. BOX 1768, NEWPORT, CA 92658 You are hereby notified that the undersigned claimant releases that certain Stop Payment Notice dated 8/23/2012 in the amount of S5454.82 against CITY OF NEWPORT BEACH, P.O. BOX 1768, NEWPORT, CA 92658 as owner or public body and BEADOR CONSTRUCTION CO. INC., 26320 LESTER CIRCLE, CORONA, CA 92883 as prime contractor in connection with the work of improvement known as CONTR.# 3724, JAMBOREE RD. BRIDGE, In the city of NEWPORT BEACH , County of ORANGE .--,State of California. Date: 12/4/2012 Name of Claimant: HUB CONSTRUCTION SPECIALTIES, INC. By.JOHN P DAINKO-CONTROLLER VERIFICATION I, the undersigned, state: I am the CONTROLLER of the claimant named in the foregoing Release: I have read said Release of Stop Payment Notice and know the contents thereof, and I certify that the same is true of my own knowledge, I certify (or declare) under panalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on at 12/4/2012 SAN BERNARDINO State ofCALIFORNIA ACKNOWLEDGMENT State of California County of SAN BERNARDINO On DECEMBER 4, 2012 before me, M. RAMOS, NOTARY PUBLIC name and title of the officer) personally appeared JOHN PAUL DAINKO who proved to me on the basis of satisfactory evidence to be the person(%) whose name(9) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ie4 and that by his/her/their signature(3) on the instrument the person(s), 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. Signature("4?, Rroo Cly: GSM. R* i1t�0� Com o$" • 1fiW43 s Notary Po ft - ed"nra San BaMaHMa CEJ My Comm. Et 'aa Daopao 7, 20152015 (Seal) NOTICIE Stop Notice CALIFORNIA CIVIL CODE SECTION 3 l03 CITY 0P NEWPORT BEACH, P.O. BOX 1768, NEWPORT BEACH, CA 92658 RECEIVED (If Privat8 Job - file with responsible officer or person at office or branch of construction lender administering the con- struction funds or with the owner - CIVIL CODE SECTIONS 3156 3175 OFFICE OF (If Public Job - file with office of controller, auditor', or other public disbursing officer whose dwrt0t : payments under provisions of the contract - CIVIL CODE SECTIONS 31 70 - 3214) CP �` -ORT 8EA(H Prime Contractor 133EADOR CONSTRUCTION CO_ INC -26320 LES TER CIRCLE CORONA CA 92883 Sub Contractor: (If Any): SUMMIT CONSTR, GROUP INC.. 1565 CREEK ST. X155, SAN MARCOS. C&92078 Owner or Public Body: CITY OF NEWPORT BEACH, P;O. BOX 17Ci8 NEWPORT BEACH, CA 92658__. Improvement lurowtt as—CONTE 4 3724,JQyMBOREE R[LBRIDGE_NEWPQR, T3FA�H _ Countg of ORANGE. _ State of California. HUB CONSTRUCT LO?, LSPECI_ALTIES. INC-_..._ __..__.... Claimant, a CORPORATION. furnished certain labor, service, equipment or tnatcrials used in the above described wofk of improvemcot. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is SUMMIT CONSTR. GROUP _JNC.. I81 PAWNEE ST. #t , $AN MAKQS GA l) SE8 The kind of labor, set -vice, equipment, or materials furnished or agreed to be furnished by claimant was: MISCELLANEOUS_ CONCRETE,ACCESSQRIES FASTENERS,_RFNIALS,_ETC . ......................... Total value of labor, service. equipment, or materials agreed to be fu niched..._........ $5-4-54.S2 Total vatuc of labor, service, equipment, or materials actually furnished is ............. _ S 5,454.82__ Credit for materials, returned, ifany ........................... ._......................,.......... S Amount paid on account, if any... ...... ......... .................................. , IS Amount due after deducting all just credits and offsets ..................... ........... ... S 5;454.82 _ _. YOU ARE HEREBY NOTIFIED to withhold sufficient worries helot by you on the above described project to satisfy claimant's demand in the amount of $, 5.454-82--- and in addition thereto sums sufficient to cover interest, Court costs and reasonable costs of litigation, as provided by lave= - A bond (CIVIL CODE SECTION 3083) IS NOT _. attached. (Bond required with Stop Notice served on construction tender on private jobs -bond not required on public jobs or on Stop Notice served on owner on private jobs). Date: 03/23/2012 Name of Claimant: HUB CONSTRUCTION SPECIALTIES, INC. VERIFICATION I, the undersigned, state: I am the AIR SUPERVISOR _ _ of die claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof; and I certify that the same is true of try own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is it and correct. I!!xecuted on 03/23/2012 at BERNARDINO REQUEST FOR NOTICE OF ELECTION (Private Works Only) State of California. If an election is made not to withhold funds pursuant to this Stop Notice by reason of a payment bond having been recorded in accordanee. with Sections 3235 or, 3161 please send notice of such election and a copy of the bond w=ithin 30 days of such election in the enclosed prcaddressed stamped envelope to Inc address of the claimant shown above. This information most be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed: � � C \ . . � } � a � s � � @ \ c1;:;I; ACC7JUir?1t46 - PAGE 01/04 1'2/04/203:''- 13:22 1909885.,.,;:a-� UNCONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT CALIFORNIA CIVIL CODE SECTION 8138 TO -SUMMIT CONSTR. GROUP INC, 181 PAWNEE ST, UNIT C SAN MARCOS.CA 92078 PROIECT:7AMBORI:E RD BRIDGE OVER ROUTE 73 CONTR #3724 NEWPORT BEACU-CA 42658 NOTICE TO CLAIMANT, THIS DOCUMENT WAIVES AND RELEASES LIEN, SCOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE SEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORECEAWA AGAINST YOU IF YOU SIGN IT. EVEN IF YOU HAVE NOT 8FXN PAID. M YOU HAVE NOT SEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. NameofClairrmu HUB CONSTRUCTION SPECIALTIES, INC. Name of Customer. SUMMIT CONSTR. GROUP INC_ Sob Location: OVER ROUTE 73 CONTR #3724 NEWPORT BEACII,CA 92658 Owner. CITY OF NEWPORT BEACH This document waives and releases Ban. amp payment notice, and payment gond rights the claimant has for tabor and service provided. and equipment and material delivered, to the customer on this job, Rights based upon tabor or service provided or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. The claimant has been paid in full. Extxptimns: This document does not affect any of the following: Disputed claims for extras in the amount of_ SO.00 a z Claimant's Signature: _—Ql Claimant'sThle: Customer Service Date of Signature: Mti-01m$ • rets' 1903$ 718419! HGe WMT&VCWNSPaCIA4n= HSG S7Y SbtrSTr t 5TREET. P.tl. BdX lacy sxvaeaxaaonn'to. C!t 92da2•/ffi9 PrbS^ ron4t rac�rm c .,.... -...� HUE A::C: UNTI AG PAG 021'i� 4 7 2f 041't �;� : :� 3: 22 13098f,•.r :;,M 74 ACKNOWLEDGMENT State of Califomia County of SAN BERNARDINO t on DECEMBER 4, 2012. before me, M. RAMOS, NOTARY PUBLIC (insert name and tithe of Bre officer) personally appeared JUHN PAUL UAJNKU who proved to me on the basis of satisfactory evidence to be the person(%) whose name(s) islow subscribed to the within instrument and aclmowledged to me that hefshe/they executed the some In hisfhertihek authortzed capadVies), and that by hisn7e dTair signature(s) on the fttrurtmnt Bre person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing . Paragraph Is true and correct. ! WITNESS my hard and tofficiciaallseal. Signature , - ° ` i MOS �oOOvn6ss1" # 195874$ Not" Public - cautor* Sear sanwil o COMOgr Comm Oen Dac 7 12f04r2U12 13:22 190�;i':'55r4 i{i.1E: ACCL1UhCl`IhK {'F2G Et.r69 Release of Stop Payment Notice 7Ii2 �� —u Pt 1= 1-19 To: CITY OF NEWPORT BEACH, P.O. BOX 176$, NEWPORT, CA 92658 You are hereby notified that the undersigned claimant releases that cermil0top Payment Notice.,, i dated 3/23/2012 in the amount of $ 5454.82 against CITY OF NEWPORT BEACH, P.O. BOX 9768, NEWPORT, CA 92658 as owner or public body and 15MOR CONSTRUCTION CO. INC., 26920 LESTER CIRCLE, CORONA, CA 92683 as prime contractor in connection with the work of improvement known as CONTR.# 3724, JAMBOREE RD. BRIDGE, in the city of N EWPO RT BEAC H county,,ORANGE State of California. Date: 12/412012 Name of Claimant: NUB CONSTRUCTION SPECIALTIES, INC. I,y.JOHN P DAINKO-CONTROLLER VER111CAnON 1. the undersigned, state. i am the CONTROLLER ofthe claimant named in the foregoing Release; I have read said Release of Stop Payment Notice and know the contents the,reaf, and 1 certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is tate and correct. 1 2/4120 1 2 Executed on State of CALIFORNIA .at SAN BERNARDINO cc 1UB ACCOJNTINf: 3'AGE Ca4Fki4 1'i r Gr i 2612 1:::22 ACKNOWLEDGMENT State of California county of SAN BERNARDINO } on DECEMBER 4, 2012 before me, M. RAMOS, NOTARY PUBLIC (insert name and title of the officer) personally appeared ,lvrtry rlkVL UAINNU who proved to me on the basis of satisfactory evidence to be the person(A) whose name(k) W&M subscribed to the within Instrument and acknowledged to me that hetsheltl*y executed the same in his/herltheir authorized capsolly(Ies), and that by hislherotheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing . paragraph Is true and correct. 1MTNESS my hand and odfldal seat. Signatures ? AW) ` i P 9 en r t' s u p _ � c s C" i � Com} ✓ -� F P 9 Starlite Reclamation EnvironIRKEUEDes, Inc. 11225 Mulberry Ave., Fontana CA 92337 909-434-0480 909-aW-(k 14 AM (it 42 www.starlitewa tte.com ACE OF VE CITY CLERK CITY Qr r!i.'° PORT BEO September 9, 2011 Andy Tran Project #3724 City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92658 Attn: Andy Tran RE: Project #3724 City of Newport Beach Stop Payment Notice '0� ft EGA SE O� ST�f Please disregard Stop Payment Letter dated August 31, 2011 for Project #3724 City of Newport Beach. Should you have any questions or concerns, please feel free to contact our office. Thank you, (/O ' 1. I 1 \ Melissa Marks Office Manager CC: S.C.I. Pavement Starlite Reclamation Envir��ervices, Inc. 11225 Mulberry Ave., 909-434-0480 909-434-0618 www.starlitNhsSkRdr4 AM II. 43 August 31, 2011 Andy Tran Project #3724 City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92658 Attn: Andy Tran RE: Project #3724 City of Newport Beach Stop Payment Notice OFT CE OF TNc GTY CLERK CP OF.'ORT 6EA(,'F! In regards to the above Project #3724 City of Newport Beach, please stop all payments, pertaining to enclosed invoice. The reason for stopping payment is that S.C.I. Pavement has gone out of business; Starlite is a subcontractor of SCI and currently have equipment at the Cal Trans job site. Should you have any questions or concerns, please feel free to contact our office. Thank you, uv�Laxt ftr� Melissa Marks Office Manager CC: S.C.I. Pavement Starlite Reclamation Environmental Services, inc. 11225 Mulberry Ave. Fontana, CA 92337 800-576-9278 fax 909-434-0618 EPA# CAR000148296 2w S.C.I. Account Payable 1450 N FITZGERALD AVE. RIALTO. CA 92376 Invoice Date Invoice # 6/1612011 98693 Ship To Job #11071RR CIP Project 3724, City of Newpon Beach PO # Terms Due Date Rep Work Order # EPA # F�Eq 8967 NET 30 DAYS 7/10/2011 CJ 2949 Item Description Quantity Rate Amount JOB SU... Open tap 55 gallon drums 4 46.00 184.00 Transpo_. Transponazion charge: Pick up samples 1 8100 85.00 LAB A_. LABORATORY ANALYSIS: TTLC, Chrome, Lead 4 75.00 300.00 LAB A,- LABORATORY ANALYSIS: STLC. Chrome. Lead 4 85.(H) 340.00 LAB A._ LABORATORY ANALYSIS: TCLP, Chronic, Lead 4 85.00 340.00 ENERG... Energy Surcharge 8.0% on total invoice 1 9292 99.92 Total Due $1.34892 Q N �a �rNa N p � N LL CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 a.m. on the 8th day of February, 2011, at which time such bids shall be opened and read for JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 Title of Project Contract No. 3724 $3,849,089 Engineer's Estimate by afiien G. Badurn c Works Director Bidders are required to attend the MANDATORY pre -bid meeting at the City Hall Council Chambers, 3300 Newport Blvd, on January 26th, 2011 at 9:00 AM. Your bid will be considered non - responsive if you do not attend the pre -bid meeting. Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949) 756 -1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification required for this project: "A" For further information, call Andy Tran, Project Manager at (949) 644 -3315 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewoortBe.schCA.gov CLICK: Online Services /Bidding & Bid Results CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ................................................... .... .... ........ 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................9 NON - COLLUSION AFFIDAVIT ........................................................ .............................13 DESIGNATION OF SURETIES ........................................................ .............................14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 15 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................17 INFORMATON REQUIRED OF BIDDER ......................................... .............................18 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................21 CONTRACT..................................................................................... .............................22 FAITHFUL PERFORMANCE BOND ................................................ .............................28 LABOR AND MATERIALS PAYMENT BOND .................................. .............................32 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS .......... ....... ........ .. .................................................... ........ ..... SP -1 CALTRANS SPECIAL PROVISIONS CALTRANS BRIDGE SPECIAL PROVISIONS TRAFFIC SIGNAL SUPPLEMENTAL SPEICAL PROVISIONS VIDEO DETECTION MANUFACTURER'S SPECIFICATIONS `i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON- COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770 -7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. — %2-0g0S, A Contractor's License No. & Classification p¢cs,de + fey) � 2z r Date nc 02/03/20.111 THU 18:83 FAX 951 874 7495 BEADOR CONSTRUCTION CO. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT of the Total Amount Bid ------------------------- ---- ---- Dollars ($ ]O %of Bid------- - - - -), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned principal for the construction of JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73, Contract No. 3724 in the City of Newport Beach, Is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original Insurance certfloates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of, "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond Is executing this Bond as an Individual, it Is agreed that tho death of any such Prinoipal shall not exonerate the Surety from Its obligations under this Bond. n Witness our hands this 3rd day of FebNW I I 209 t. Beador Construction Company, Inc. By: UL I piw, I Quid Name of Contractor (Principal) Authddk&dY96d1b1leiTIde 2NQ V d Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., Penthouse Glendale, California 91203 Address of Surety 818- 409 -2804 Telephone Authorized Agent Signature (urety Edward N. Hackett, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 2005/013 ACKNOWLEDGMENT IIY.M Y . . Y . I \ . . A Y Y, YI.. ..YYY...vu.tl .... Y. v v. v,. Y \. M..,.... Y Y. Y„ Y. Y..v..tl •YYI Slate of California County of Orange ) ss. N before me. C. Maestas Nolary Public, pers'nally appeared Edward N. Hackett ,who proved to r' on the basis of satisfactory evidence to be the persons) whose name(a) is /efe subscribed to the ailhin Instrument and acknowledged to me that he/4)e4ey executed (he same In hlsfher{wr aulhrazed capacity(ies), and Ihat by hls1heAtI4;eIF stgna(ures(s) on the instrument the person(s), or (he entity upon Dhalf of which the persons) acted, executed the Instrumenl, I cef(ffy under PENALTY OF PERJURY under the laws of the State of California that (he foregoing paracaph is true and correct. WITNESS my hand and official sea). (seal) C. MAWAS Commission * 1748898 Notary Public - Calitornia Orange County Comm. Ex 0 res Jun! 1. 2011 VCnn v, tl➢.,. ae, nnYiE4. a, enYCl. uCa ..u.ue4YVi,C.un.tlC.a4nn4f.,]tl lE...0 f.tl Anu. it >u Y.YY Ya,p O,. u, OPTIONAL INFORMATION Dale of Documenl Typow Tulle of Documenl Number of Pages in Documont Document In a Foreign Language Type of Satisfactory Evidence: Personally Known will) Paper Idenlihcalion Paper Idenukalion Credible Wilness(es) Capaclly of Signer: _ Trustee X. Power or Attorney _ CEO ICFO /coo President / Vice President / Secretary / Treasul'er Other. Diller Irrfonnalion: Thumbprint of Signer Chock here ll no IhunmbpdN or 6ngegldnt Is ayal{ablo. 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 FRANK E. MARTIN a, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V I, Section 2, of the By -Laws of said Comp ny, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d e f� ereby nominate, constitute and appoint Edward N. HACKETT and Christine M. MA �'j�'}, }�' l h me a� rnia, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, sealer.4 d'tkI �'"'"Hhtl o it h9t1.�', and as its act and deed: any and all bonds and undertakings, and tb psv�h (j�� , gs n pursuance of these presents, shall be as binding upon said Co y, \���u� l�'' 1�Snd purposes, as if they had been duly executed and acknowledgedy /I n �,klec[ed fyFgF Ce?npany at its office in Baltimore, Md., in their own proper persons. J n ��� }11LL^ —��\,\ The said Assistant $€ ,_�tffylhit the extract set forth on the reverse side hereof is awe copy of Article VI, Section 2, of the By- o CdM pany, and is now in force. IN WITNESS Oi, 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 9th day of September, A.D. 2010. ATTEST: V � 1tM 4 wn\ State of Maryland ss: Ciry of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND 2,- / / Eric D. Barnes Assistant Secretary By: v Frank E. Martin Jr. Vice President On this 9th day of September, A.D. 2010, before the subscriber, a Notary Public of the Stat, of Martiand, duly commissioned and qualified, came FRANK E. MARTTN JR., Vice President, and ERIC D. BARNES, As.,istan', Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the indieidaals 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 Compaq ,.y 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 Seat the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 PDA -F 012 -0112A �I L' t c' rl r! EI L' t'i Cj t I r L rt LI C! Ll I.! ii ti I! I i CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Puerside ss. On F bfJQy 7 MI before me, Melissa Diane Hoist, Notary Public Date Name and Title of Officer Personally appeared ^L P • 1'n aC) r- Place Nalary $oat Abavo OPTIONAL Though the information below is not required by low, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to anotherdocument Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Signer's Name: _Individual _Corporate Officer Title(s): _Partner- _Limited _General -Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here umber of Pages: Signers Name: _Individual _Corporate Officer Title(s) -Partner--Limited-General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that hefs'he /they executed the same in his /her /their authorized capacity(ies), and that by his/her/Lheir signature(s) on the instrument the person(s) ftl k ( i t633SBfl . CUI jK!L18:9ADIA C" or, the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing sJ paragraph is true and correct. ✓WITNNEESS my hand and Iclal seal, Signalum of Notary Public Place Nalary $oat Abavo OPTIONAL Though the information below is not required by low, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to anotherdocument Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Signer's Name: _Individual _Corporate Officer Title(s): _Partner- _Limited _General -Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here umber of Pages: Signers Name: _Individual _Corporate Officer Title(s) -Partner--Limited-General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) !` Address: Phone: State License Address: r Phone: tg—'ZqE54' State License Number: Name:�Gl Address: C Phone: �3l era * �dnS c �J� CDMpa�y lnL Bidder Number l� 1� escription 1V 14J 4 Signaturell-itle Total Bid \ �e + CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Number Dgscription of Work ��yy -- %ot Total Bid Name: Address: Phone: State License Number: �I 2�� fl Name: Address: �• {J� f}�j.� C 'Y �JE��✓' `� l rlzw (� Phone: State License Number. Name *�,*Z Addre�sss:, ( _ et I �2 �, ! °�71 LSJf Phone: �f State License Number: Z// Z- "V CBMpahy' lnc / P¢es c�eh+ Bidder Auth e Signature/ Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Total Bid Name: , ,fNumber r� 1. Address: Phone: I v State License Number: Name: � I n fj r / Address: Phone: // Slate License Number: [ 062 L� '7111 7 1 Name: Address: Phone: Stale License Number: L'dhsr i �2 Cd++pa�y lnc / plied, Bidder Autho ed SlgnaturefTitle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name &e,,ky- 6�pu69dA CLVwA 'J dot . FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $1,000,000, provide the following information: ew Project Name /Number 'Y-\c) w?. k. F Raa, k on C to tig 0 Project Description ?-» 'J\e \0 wb '\a'o Approximate Construction Dates: From 'F6o ao To: A+ o- .2o I y - Agency Name SAN6aC Contact Person Y—e,✓x elephone (1yq) oZb3 -085`( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 2 Project Name /Number to vPb3 1 s`I ( v= ew-g W:c)e nrn Project Description S'-I 4- eewa„f ', ,� 'Place it a,,A YL'vo" L \. dti Approximate Construction Dates: From 'feb ;15 1\ To: Mae aoti ¢tyx Agency Name Cc \fie ass Contact Person NAy-- air Telephone CINq) a"19 -9118 d Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Loa rcaee j,'! Project Description 'QW)e- Lela 411eway p>)A i\dze ^o Q� \'— Approximate Construction Dates: From �o \y at-)ico To: Agency Name Calk-p_c AS Contact Person Telephone (951) a3�- 64 Sr7 H, 4 yq, 3o U Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. t l* 10 No. 4 Project Name /Number '�oAey Pte \I o\e(— 6\c1 Jc0\ej V-�/ V- oc.00la3(05 Project Description c.� 3\J� &ez- 6Q. Vki��eu Approximate Construction Dates: From %' ec�. -o 10 To: Agency Name Coln ��tWS Nele- S Contact Person A e-X Telephone (Lam %j910- S�J 13 \, 3bS, 300 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number tkd a 06goa Project Description '�„ Approximate Construction Dates: From PN_ ?f2-,t X10 To Agency Name C U OC d¢ a ^a12- Contact Person i,AV� oNbe- "U\ Telephone(lq) SL09- Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name /Number FjtCLQV A4- 0i -g7a 30`( Project Description CdA�k"(,+ 8q�,42 ti„A VA6P -IL Approximate Construction Dates: From Feb _Do'I To: Agency Name Contact Person C'� ti Arc w� Telephone Ost) a r7 (o ! 117 lJ 3'I, 7ae,3op Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims again�t you /Contractor? If yes, briefly explain and indicate outcome of claims. IX Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a Einar sufficiently comprehensive to permit an appraisal conditions. n Bidder 12 ement and other information Contractor's current financial Signature/Title eVA_ 6eatlor Construction Comoanv, Inc. Atlachm6R1 ^A" 21412011 MAJOR CONSTRUCTION PROJECTS /COMPLETED Graak cm of amam.m 1 Jomn caber I Qa 6eatlor I John PanA 1 192.48. ,00 1 Man02 1 PHONE NuuaF PRDJECr MOR ➢gOJECiSWT CONTRACT DATE PROJECT NAME OWNER CONfgCT PERSON PRONE NUMBER PHONE NUMBER AMOUM COMPLETION 01...a Chmil AVe. CqunNOloohn, Sbn VartlnrMBV oavd Boom, RObeRHIMIma 31)5,000.00 MAMBO Sevmlc ROhopl 21[567.]612 951. 6717351 9549/3352 Loa An.1m, -16 CaRnr. Drhd Nia. Oovp Boom, Ronan Hm[mi. 3815,00.Po Ma,90 A marls 8 .. me SNK 1105).9000` 951 -0>I ->]52 9516142152 Long Brach Canrare D. PNm Daw&Mo, Room Hina[ma SI16.000A0 Jm98 TH.' Billion Omilf 211556,1216 451.624 -7352 85/917352 L.m Beech W- .lmIer AVe L. A. Coolly -DPW NGIMUma.mna DAQ Saam, R.Im"Hlml. 5160.05000 Dee07 RaWRC C-manp SWewalk 626/66/122 851.6242152 951- 6141352 Biddi Perk 006,10E AVe. CM of BaNwin Pork AnM Garvey OavH Boom, Rm.P HImI.aA $460,000.00 Soo-& BrbeWbn"n 8269004011 451 - 6712352 951-61/7352 .-mclato- 1-1mnlo AVe. Conran Enb ANabz Davrl Beador R.bmt Hmoioza S250,000.00 Auo -92 Panmem Piahob. Mo, 5f250 951.94.739 05$471 TM2 Lon. Beach 0... Blvd. LA Co,my - DPW Nell MUniwenn GrM ands R.. Himi. 950.000.00 SePW sho lc Rebola us4M -3122 951- 0217352 951.8114557 Carson -715N Sbee1 L. A. Connor-DPW JoAmm.awOn Davd 8.x., R.WPHlrolosa 5100000.00 56008 Brd e5e1zm2 RaVOlX 6204[ &3122 95h674 7M2 0516747352 OowroY- Flnetom Bbd. Gnnms Jahn Vamil.ms David an.., Robell Hinplme $180,000.00 $6008 ModlyON-Ramp 562401Jll1 951421 -7352 0516T<.2152 San JUan Caolzhano Ciia .Juan Cm, shin Pent Onna a.m., Rmmh HlmAM 3119.000.00 0.05 C Bib fide aks W9u16153 951.8717152 951 .0212152 Gord -Greta Boxer BNE. CATgn2 Leba N64etker Dav'd aaador ROmn HImbA $770,000.00 F0-19 On -Ram 1hi ha.manl. 714550 -0202 .514112352 951-611752 IIlim 0010.170 Orlw 6,0000 Commo AIkn POrkmiuJ OaW OCador R6ben Hlro10a6 $20,090.0D Fm 96 BldeWMaOI HJ 5181201 951.024 -7152 951 -0]a7352 .-A.d Bo-h County No`anm Raymono OOwhee DAM sudo, ROMri Hil lOid $90,00.00 A,99 China, Basin Realrs 9x9362 -2127 95142/2352 95f 671152 Sohn. ValMy- Bancro1 Of- CaTa/6 G.W Nlanah DahA, Mo., Rmom HknloH 597000000 Sao 99 Bad wderr 81976271302 9514717352 M1474-7152 011mo a CWT'maw JmK Brown DfAd S.M., RmmP Hlrolon 5129.00000 0. F- Sb 6th 00nlm1 85 &1811068 01 1747352 951674 7352 Ban Onohe Sal. Park California DaMdmonl of Go,. Karla Dnvq Beador RoBeR Hini 565.0000 Oa-90 Owl Ru, Ain Padz$Reaealbn 91970 &P590 951111-7352 95107..7352 Carzon.AVa1.n AWmm Cal ..dAmIien Oavb B.m.r Polon Himloza 5200.000.00 Ni RJ,.A ryMh Slam 310.51671/0 351- 621.2152 d51621.TJ52 Lon. Beach - Trncad Lam Coumyof Orarge Mim Ream DavM Beador Robert HL^ ma 5160'"0 Om 99 Small 5 Wh,,Rmam 714.567 7821 051471 -2352 95147/7352 Collor Amom. CaRru¢ Mam"....of. Dinh Beador ROMR HImloza $160000.00 00aµ09 Re h$1.1 GIMR, Bn9.B4P100M1 ml-.74 -1352 951. 074..052 C.1111- C.T.. Kebin Tran OavU Boom, R.wd Hlmloe9 $286,0000 Mav96 Conam.lhPilmon Sash 582- 0101218 951-6717352 951-6717352 San liv -din. Doo-On of WMar Bab R. OdaN Beador RuMR HinhAm 3106,000.00 JuL99 Sur a Gbmli Seifma[ RA ofo RasO. 8,15.9:fi- 1024 951- 811.7752 951.814 -1352 L.. AM.I.. Coffh. Rua JakOmi Da.NBeaoor Room HiPalo. 5198,0003 M.'. R¢ Imo Pee 3160040261 9514744x52 Wl- 6747352 0.6. CiN.f Ormam F0hm 6ubz 9auE Sham, Robed Hlrolov $306,00000 Se69B 901smic RelmIX. 38dd ea 900.931.9821 95/-01/7352 95/67/2352 A -melm. KreemorNl C.W.Pila Pdvale FMim Sinai Oavb Beador R.M. Hlmloo S1112,000.00 Jam00 Orb wiam Tram rulbn Calm an 900931-9311 350821x82 851-671.» 52 Los An9elez. Calif., SfWL CaR2m whann. Pazebanf OaV4 Beador RoMR Hirom. SV50`0.00 Mar -00 BMOC Re 6 310609@12 9514747152 95147/1152 pmr- [¢Tram Blii ROla D.AE 9ea.or ROcen HIAmm 5618000.00 Jun-00 Medlaremniffr 839341129/ MI. 171.7152 4516747352 Piverdd. CAR.. Ro,Sfima5 0-6 Bond., Rawl, HlMloda $109100.0 Jm'w 9rbeRee1r 0&491101 9002750211 85/6141352 01- 6747352 Lu An.ala.1 OaTrartt J..ohTml.m Datid Beador Robin HlmlOU 3113,000.00 Juh-00 Glare smme 31076&1701 MI 071 -7352 951.671.7352 R.. 1. -Rml PCC P.Ve Caff.- Kf,Mn Tin Oavd8f,mi Robert H(mbc 5530.00.00 N6,00 Aiminc.W. 074G71M Sal 1013023 11 9517114 -)152 951.6717352 I.Im Car'. uahU Ea9bbanbr Dahl Sam., fl.bed 11.1ma 3191 000.00 Nn,W U.. CM[k Dam 12 4)713, 71ll 072535 951611 -MG2 9S1 -871 -7352 Lon. Beach OaTim Masdw AO Da AS Beador RoMO HlrolOFa $9201000.00 N0v40 Re ]PCC Pine 316809026/ 351 - 6777162 85102/2362 L.n90.a[m CAD ... S Amladomid D" Boom, RD06n HIroa. $1316xmi Mal-01 Coamu RWd 6 Ertl. 071UGOJ Sal 1.1 -M33 851471 -0152 MI-6717352 .o.hi 0. Turn Mawr OaA,f B wi R6Mn HWj06a 358.2500. Mar -01 unim.Barter 07 -1057, 9497511/14 95/6717352 9514717752 Vernon ACTA PeNB¢k" DavE Sao., ROMit Hirnloao sa..3.ci Jun02 Bi .Wl6mf 0099 12346.1051 051-671)352 0/07/7112 F- m.involl, CBRmm Dal Pmm DdW Bead./ Raml.A9vedo $560,00000 Jun-W Adam Romp ¢ -0A401 7145560/25 3510717152 &4220-007 -A no beach& STmal Hill CaRirs Maa.d Aaballm OaW Beador John Sink 1313.000.00 Aor -01 H B♦ SUM R. Nted 02- 144611 3105fwao 01 671 9485781616 Garden Grow CaTrem XMa'Awb DaW Beador RammmoA.A,M H(l5.000.00 Glc .;d -Ram a1Veh Vbx 12 -0.05000 71/0723539 951111)752 948279 -I)i Ranehe CUOmon.e SO Cal U.om.md Jim AoISm Dy Bead, Pahl. A.Mi, $305,00000 A.'01 De¢r CAASM'we-Im, 310034129 351-61/7352 ,4279 -0057 San Of... Haze. COrnVu[lbnl Dahl Goode, Ramlm Ao.Wo. S24 All he Jurv01 Wiliam Barter Cffinnz 655567.3800 951.671.7352 WO- 2ID-0057 710 F., Evel Paling Wi: HmrB OaJl SAM., Romlm Amseoo 5167100.00 Fe601 Barter Rae M250> 1 9517,/1.7352 W9,17M357 Cosla a- Gel To. Tavbr Oaa9 Boad, Ramiro A¢WM 5153,0:0 $60-02 Ld1Aery CM1 IBrb a 7140510213M 9514741352 0042780007 Ludlow CaOnm F,enk LO,.m Dodd Gomm, Jenn Brett S)Op.00D.00 Fe&02 Ri ate Ea aN Odmaelo Bala 05195000 760251 11fl 351.0711352 W &22&1016 C.Iwn C.Toni, Mnb 61 -1. Wnb Bmdor Raced Hlrolma 3160,000.00 Ma.2 Mn Velmn Trail nal 081272, 9095193422 951-8/47352 951874..052 $en Diego CaTnm Helm MiA la Da.E&am, John BnnY $220.000.00 D.o01 InSall DOG U,^ 11.188, 81095,1801 9511-1113"2 W8270. 6 Rivemlde ComNolR. . Of* Dili DDJJ Bexm J0n0n. 51p00.000.00 FnbN Medlars Barter on van Siren 01, 1, 90820.8089 9516747352 009379.7076 Los An.eles Comor of LOa Amebz Tony Hnl Do&Budor mmon 11-ji,n 5500,00000 F01>02 Slain Man. Dam e.w eRe bmmenl 62B.,selm1 951021.2)52 9J9270 402 WeInN CMdlWynx Jaw.Webay Dam Bond., John 0.h* sua 00000 Di Lemon Craek ONlsl smmhW. ON 59,win 014747352 0042794,va San Benhannio Ym.'ComuWion Pl M[Oa Da6cl Mad., John Br S197,KQ.0 Gl0 Barrio, .1 on 30 Fnewa 989221.9P8 35/9/7352 9442790616 Sant. CMO,Sa1WAna Two. Ueda Mif Ofnd BeW.r Jonnalim, 32.711,000,00 Wa S.e lS.y1 B.Pa wilmnly 7146/13045 or 29 951- 917152 uf,210-MM Ptva VIW Pill, Calm, CFMRR Dav'd 00adim %m..0 A-A.a 51,961,20000 Fo6W Pemmoler Lari L Rhialnina And 711.1,L5.801f 951-947552 94027?0057 Wolla C.Tnm Gary LGVlm D.vb Salado, Tmry Bmwn 51.212.70000 Jum03 Co. MCA2n 0a11br If-U379 700136491 951.912352 &9279-0105 210 Freeway Uw PDWd Ali Hang OinN Bo.., J.hn BINk SI,73B.10006 Fe0., Caiwa moan ban,:, 07-038,731 56]5017135 951-01 04&2199676 Reln.ow A."Pow Wal¢r 0¢ K¢n OCmmr DDM Btl.O, J..n 3lnk fY6,000,00 Jan03 Coro. ...' am )0002905.150 951-6)1482 00 &319398 SDn BOrna,dln. c.mmly CaTraM Al. AI B.Mm Oinb Beador John Bnnk $IJ00.000.00 FeP9 IJetl Sam, Odom Ralf 00.4,290, 90086 &1715 00475102, 009328 -096 Ali.. VhMA; Estal.A D. of If. V¢N¢s Wa,dYFmcO DaW BPd.O/ JOOn Btln. 31,010,090.00 $OP012 C.m..d Blom. Dlain 0 If 3764)63 $1.917151 0042 %196 Graak cm of amam.m 1 Jomn caber I Qa 6eatlor I John PanA 1 192.48. ,00 1 Man02 1 Beatlor Constr aion Company, Inc. Atlachmant "A- 21412011 MAJOR CONSTRUCTION PROJECTS /COMPLETED PIJ0.4E NUMBER PAWECTMGR PROJECTSUPI CONTRACT OATS PRQIECTNAME OWNER CONTACTPERSQ4 PHONENUMBER PHONE NUMBER AMOUVT COMPLETION FboECapWlChenal 9097688520 951- 6747352 948- 27&3876 Ugune HOW CMOI L.o..A HIU Ken R..K.W D.Yu 80.d., John Brink $480,000.00 A,r 03 Ta110 MX .9on Plan 9497W3655 &51 -671 -7352 01 02)94678 Joe Anmma Canrana sim[nwoM, DaW Beatlor Johoerine 3372.60 .00 sao02 Sa Re coral afwn 97.4H54W 2136202039x200 951 - 6714152 0483)9.3676 ..me Dame,. W.%Aw. oaW Beatlor John Brio $201.000.00 00 -02 1 11 Brie Deck Sprm Ogi. 07,G36W 5.1014333 ael 951,671 -M2 9192703678 SouBgab CM OI BOWgal6 ABFakMurl Davd R.d., John Book U.127.219.W Jurr01 Iki. .7101 made lkkkdh a 310592.1829 951. 676152 67937438)6 0w.1da CAV.1(5oa da Gary Kert.d 0.14 enwoo Johnelid, $150.00000 M.M33 (nand si. Drain 703 L15S 112 MI 671152 W &279 -3676 Corona Cdflyd.a Ati faux David Bo..r J.m a" Sl71M000 A.M IXaldo elm 03+0038034 lai 0p023D7]59 85147/7152 94027841676 County al L. A. LA. COUmv 016004 ffC dd Davi Beatlor IOM Book $166,000.00 Sep Box Re aremeM LlreA F(=OO892 61.6&1987 odl�, -)]52 9J92RJ676 Tamaculs Eade.MUnldOal Wdler AMnNdson Davi Baeaor Jots Brink S500.00 (n) SOO -01 FIIA sIreal Sewer DmI[1 PmeR 6675 609 20041777 850071 -152 &8276,]6)6 Lon. Beam Pon., ,o,r 00a[h AkG Rona Davd e.M., Remero ARvrd. S11,600On Jun4t 510403 Oraln P.. sodbo 28 582586/172 956671- 7352 9102700057 U. J.. Ceplflrano Cannm AMY MVDounq Oavd Bead., Rampro AfewtlO $1.381,75000 N.Y-03 51..,111 DrM mephn bonier 12 -0AIOW 7145561372 0"74 -152 919270,157 Laguna Nl.el Cffirom KAah Ramadan D.M Bond., John Biok 5201.800.00 A.,W Re9rz ero[bn S m. oran a 12 4F080i 714416-5067 9513714]52 a,92743676 U l Redondo Beach Cana. WeMeJI G.vd. OwA Beal. John Blink S31 1,050G0 F0681 I..0 nnow bend, f.rd rod 00065671 213)964678 95157/7152 U9 2790678 HlghYw Can. ImN Apu.Giyrbkh DaJAB ., JOm Bock $107,30000 DCG Rempw Ba.. bM1iae 2`Jr:p 064172W 91193531503 91/6714352 W0270.]678 Ul Wks .... dini Grouts Throe VA" ..a al TlnmxB . DBJd Bead., John Book m1,88667 Jarv-05 Im d..'ecora, e. Worm DLNks 626 M7+aa 05157/152 949 2743676 RMrsido County Of flherslde Hvgh 6mM Oav61 B6adoo J.. Book 5331,30080 1,1en -04 T,aHle s' nil 0 Van BUMA B JUm 909686685 M"74 7352 &92743878 T.,,.nw CM01Tm,enm &ece FlmOn David Bead., John B,W S0798M.00 NOaD3 23480re.[channel lon novemenb 3108162975 0515747152 NO 2703076 Fidler)[, OaRNK J... M.N., Davb e.odo, John Brink S26T,300.00 Jdrv01 Eudtl S,mel UMercroaln 12 -UFMU 714686 -IMI 951 - 6744152 U9 279-1678 CRY of C.'I.W Ckv OI Culsbad Goot Clave, Davd Beatlor JDhn BrHk 5135.300.00 D.c-U El nddw Re.I Sere, Lire Cd.,t.3OslI 78660712760 951674152 91927941678 C..M.1 oran.e CounN., O,aM. MBTnmlon DaJtl Beacc, John Bonk 51))3.700.00 0.46 T p AAVDm4 W Nen ER 05930 ll .W77811 051 - 6771)]32 9/02743676 PNye Vida Pla12 V. C'.M IW Davu Bebor Ram em A¢ . S2.690."m .1-u RonnanCoarao, 310WSW11 951 - 6744152 .9 27841417 Moreno ValNy Cann. AIAFSadOmn 3dn,d Beatlor Jodo5ft S6027W.W Marm Wien CO Foe,nYsy Fah Ram Oe mw 951 - 2761015 451-671152 W< 2743878 Fen.- Mc(Fo.. Paul lemolre 03W Bedoo Jots Bonk Sal 0.70D 00 Arq-05 L.. A CUnk A.. Storm Dralt 951 - 6861070 451574 -152 94327041870 ouvulda CRY OIOmdldal D.1.11, M.11 Dank Beddoo J.mo,l,k 52..12.700.00 Od 05 Do 1OS AY.d. Blp,m Grain Oq HG..Hone[ 7600291867 951- 871 -152 013270 -3676 C... Moe Can,aR "ab Rdmddan DWW BOdd01 John Bdnk $120,WO.00 DOe06 RB81000111 Seal 12 -0Galw 94142794625 9518747M2 8143711 J678 Tu n CaR,ena Kapan RamdnBmhdn G.YU B.d., John Brink 52500,000.. Mar06 171h & 531 AC Pavement 12 -0FW04 040270&95 951874= ,102794076 Hunnln.lon 11.oh Came. Iwo loan, On'd Beed.o John BNnk 52211.000.00 OPLO (IM l So,xh AGd OOoam Late 12 -M >fil1 &0279-6411 01- 67.7 52 9A027941676 Santa Pm Cdnrzne G..1, hn DavE B.do, John Bonk $170,06000 JWO6 (98 SSSE a 12 ,036N 914274 &60 4514771152 9142093 &6 I ... dw Cr..WO.Nrd Gbn U..Hndos Gbn L.. DdW Beatlor John Biirdl S6,]25,W0.D3 M1bM6 f<,Mx Homes 0191410113 9515747152 &02703676 D.-POlnl Of. poles e, Ann.. Tom To... D. Beatlor John Bonk S32.OD0 .W Do'. Sewer Re IdDdN POI. HarMn Odra Poo, Ham, 40.0213795 551 671)152 910278 616 Cary of COr.. SE Cnrwralon H.6 sOroG41 Ddvb BeMOr bM Brink M10,0m.W Od -W DDS LO 0Nf0meseal Cdn n 21$$62610 951- 671)152 &44273]676 Clry of oeunalde PBSL Jeff Mwdv D.YN B.S., no Oda slj.,w0.00 Ju 138 Bo q6 DMD SUeel lm rov¢menl 7865256 &7 81874 -152 9d0270.2676 Tu0n 0ooly of odarmd Otlavh Rhoi DoYd BEd., John Bonk S1fi00,060.60 Jerv06 S 11re 0,he51mm S..., 714387 78td 4514714152 N02713W% HuMnaon BU[h Ch,nks James, Yll WM Beado, John BMk S66,000,on A.06 IDS65B Ed[ e,...us 0031403 171003604 71455&8202 051674152 9402)0.]876 San Dlu9n Caar. Con ufn DOM Bead., John Brink 5236,000,00 Noa06 SMW W Modify Doina a 11 -091067 619307529 61,57414 6742703006 Lof M..lef uRnsom Red. K... Davd O..ol John Boa 15]2.0001)0 0M RemreMOnai elrnsn VIG7W1 62 8,13ID 85157/7152 We 23 3676 C.H.n Calua. AO Fa1N D..0 a..., John Blink 31)0.6.71.67 11 Reab 021. eGnMr 060 w 451 27&1915 951-67471,1! 0032723876 Cly of Omamldo CY.(G..ude Gary Bppman oavb B[adon Jo. Bnnk ss49.W0.0) JanD7 HODVtl$ reel Sewel U,, on, m fJ 76611459,1 811 -674M2 N&27F676 ,ou. Cmw Wlldemess Pa,k Coonte0o... P. Nomad Donal Bead. John Brink $130,000 OD .1,17 SCE e,l1e 711031101 95/6747152 9102703678 Irvlre Cola- Klah Ramadan Davb Beatlor John Btlnk $6,080,000.00 JuFw 511SIB..roa 12.OF8601 94427&6825 95/874782 013279 -3676 Irvlm =Wns JOmea Yii O.'M Bn.ao, John Bola S2,O01,00D.00 Aq -07 nN.M. C.dor,AEl Tory (2- 000631 0193,1 -67) 015717152 W421J67B C.U.o uka. Nanm a..W DeW Beatlor John Brink St 397OW.00 Apr-07 715 011-0CIBW 951-2329720 911 41-7352 01327031176 Clry of Tamocuh CM 01 TOm.mb S. Hmmv Gdvb &ado, bhn Bnnk 51956067.67 Fob.07 78 So. 9568W4f11 651 -6)4)152 &3.43876 CiN., N.... Beach C6Y.JN oodOaah MiWal Siremo Davd Bona., John 6,60 v sss.ow oc A.,-07 n B' c919!,14-]3)1 95161 -7152 8(92)9.]676 C.- SE Ca.,.Wn Hamid U.0 DoYIU edof John B04 61,256,000,00 Dol.6 WWd Road 615 210926]6ND 95167171`2 W0279.]6)8 HuMn.lon(3-k Cakrelu Joa Bead, Oav6l N.don Joan Bra SIW,W0p0 Jun-07 Wo9mMde,a EOlk,e 12-OH0011 813.46502 8566//712 4402741676 AruMlm CArada Jom BeM76 DaM mado, JOM1n BMk $980,0000 J"e C.. Aoo, 12,OFS'0' 9/92706502 951574152 W02703878 D2n.a S M,l.h. OeNanS Ktlah Pemadan Davd Beedol John Btlnk 5065.000.00 A1,37 57 PWY 12.OH21& 9/3276088 951,6771162 8142703676 Coro- (IounNOl Rierebe ban Nerdove David Bond., JChn Bank S1.36000.00 41a07 LeolmlHeR Road 562 - 2510351 951 -6747152 914274367a Iniro OMaflnioR am, DM DdW Baaoo, J.ha Bank SIB.559,000.00 DxA9 MUMUr 5 R801%11 ws121 w 9516747152 009279.5670 Yorha Unda foumyolD2rga Oven Shaocel D.YU RoM., John Bnnk S,mam 00 5..00 sand Nm RMRmB )1567 -)4V 951 -0717 2 W994]67. A.. G.I. CM.I So,a), G9e Jim NarmVan Davd Bee., JOM Brink SI0,61.",W O 438 FY... B,EeW.. .Rb H..O 5692f6710 MI-BN-7J52 9,9279]676 5e 01.. Cairene Rahim6556616131e D R.do, John Bnnk slm.W6W Jurn07 Rome 52 11.260800 AFIUM.d[adeh 951471.7152 940.279,3670 Lu[snn Valley Cxh,e, MO7mnParmnlan WMB M.r John Brink &93,0W.00 ALa -N Rome 247 060006104 05 .M.755 65151,.7152 0493743678 various Ca1aa. W...... Devi Beado, John Btlnk t10.50p,0000D Jolla 210"Y (=` Oh +38867 56275 NO 951674))52 WBD &)076 TIMBn Cabare Houaln Mats' un Oavi BeaOO, JoOn BNnk 522].]00.00 0007 5PVJY4M.Y 12.OH37N 0/95083587 856074)82 0/037841676 r C&4 Mea Dane. Kunan gama,dHan Davd..doI John Jr., 3306.0o.Jh 0.417 PauMMn A'... 12W190d 71/307511 051.6)1.)82 9102)Wei , Beador Construction Company, Inc. Attachment W' 21412011 MAJOR CONSTRUCTION PROJECTS / COMPLETED 5291.1fi3.ON,00 PHONENUMBER PROJECTMGR PROJECT SUPT CONTRACT DATE PROJECTNAME OMER COMTACYPERSON PHOMENUMSER PHONE NUMBER AMOUNT COMPI-ETION "gum Coast W;IdNdAaA Park fnulnypf Orarye G60 K.Idmm Dam Baader Jolln Btlnk $635..009 Nov-08 Mud"U. TWO 711J48 -651 851174-7152 94421048)6 Fountain Vallay Centeno, Lauri JY9n¢maelat Dam BOatlor John Bdnk STS300 00 Jan-09 anakeurat 6406F pwe 12 -0HSIN M9 -27"741 Mi-671 -0352 9442182616 clay of Comma CM OICrd.. R-. bWlWr Dam BeaEOr Jr. Bank 5112].300 n0 JWW El Comb lrrleaca ¢Im mvarmins 951 - 7362411 %19144/52 9d &219-2076 CIN of corm Mo. ChU.00. Me. Rata Sel,adm. Dam Bided., Joan Brink i]A 00.300.0O APP09 Herder BOUbvaM kapaiaearearD 71WS4-5032 951.611 -0332 040-21 &2(116 Corona Cava. Imae Advairman Dam B¢bd., John BMk 513,211,30.00 OndO Wtl¢n Br'tl e/IA¢rUa elm mvm¢nU 0615-602 01 232x810 9511141552 9,1¢218.)816 Loa Angel.. CeRrars Donal MoKa. Dand Build, John Drink UO2,715 00 SM,08 vo'.. 01218101 818JL3135M 951814 -082 918279.677 San 0i... C.Tnm Grep Mwbrden Dam B.Ma, John Bank 5.2)0000 Oer -0B Ram RND1,10rlba 1130400/ 760 66.6656 MI V4 7352 91&2)8.)816 Loa An..N. Can.. Xawn Ad.. Damee60or Jahn Btlnk $264.700.00 SOVM pats & si Pivl 01 -4574M 323981 -1195 951.614482 9442243616 Mira Lama Error lnma Undo Nan BOn,I Dam emal., land BdNr 5].618,300.00 J.,70 Mowdln Awnm Brbe WOANIV 0094562111 95467143N WS21436/0 V4b POIM CaTRne Data Pat Davd How., JMn BMk 5115]00.00 .4.I Par' 08-0 5004 908381 -1038 954811- 1352 0/42143026 H.,4. 615 FWY CaTnn Erab Mlb David Baader Jr. Brink 5212.300.00 Sep08 payin, 08 OY 1204 6542a2 W5 Mr971 -7352 9492100076 San Diego Carlene CAMS Calker Dam Board, JMd Btlnk {214,300.00 Aor-09 Pam Reh.O&Wma 11- 285901 819191/.211 MI67 11352 9442183616 San BernMna CaRrere Atop. GOnu'ee Dam Baader JoMBdnk 52090.090,09 JWOB Eme en bhe OB-0L760d 7EO84NG1 951414.)/52 0682/83676 San U.,dlno Caffeas Af.GOnza'es Dam B¢mor Jinn Ourz 51000,000.00 JuMB Eme ¢ bbe O6oLnw 76661.1504 9518/4482 0/82743816 Vane. 07.2Y66o4 Joader TeMenl David StMO, Jam ad. $382.1000 S¢008 Col Mad, bbl mk¢e haul oua,U Coats. 805/15.9211 01-671 -7352 WO-279 -3676 Monterey Palk C.F.rs Minuet Round., Daub Bam., John BMk $194100.00 S."a Cod ma. & no t m¢ at9rnlal owr 07 -lYN. ]2]40111% 9518114352 9/82193610 Lone Beach P.dof LON Omon Ape Rem Oam Baader John ad. 5605 W00 Jan00 Sue Men BldeG'.rad, A 1OJ, SOce1 5.8994112 951411.)353 94921 &3616 Led Adualea C Ndrd; Sam Galard0 David Bestir Je BarpdwW SBJBd.48O00 Ms to Se uMNa Ram BBt! ewwari 0111650/ 3, MOD O2 95181/482 948]21-0541 Ban G.—clm SANSAG Marti Alarcon David Baader Jeff Barabweb $903.700,00 In PrOaa SR 210 MUam Urde as Se�amlc cWiftl 009-)954093 951416782 0/943705/2 Nowpod OaachL lHebd. Drive C.ff,. FRd Hambl Dam Baader John BMh 5650.700.00 Mar -10 ODD e. uld Pa., Peal ,PIaaO 128 304 0442140166 051=67 YM2 94921 &3878 Pivoraiu0 LNP Fnerve, LLC Jahn S ya Do. Beador Jeff OVpdwca S1,PIO3W.00 Sep09 Urna Aw a 215 add, vNdt., .1515 -8.5. 951a76782 01 &331/2513 a--- 0.11F a MaMwl Aam Dam Beador .10a Odnk 531.736.209.0 San A.,2010 Co.. BrE 08 So., WOda 0 &472391 %131 &100 M1471.1352 94 &2193670 Sane Ars Ohvols.daAna -60' Wi4am AlbrRW WJtl Baader JON BOrdbwal $2.414,300.00 Mar 10 camidao Brle S Brett Weld S18 McFadden BNea 7146415029 951474-1352 94&337 -064] Barelow Can"Drn TaohWd Al-Knaland Dade Baaeor Joe at. 5561]00.00 Seu00 RonabuFele Bad, DeW 0849290' 951252 ny 951474 -7252 &42192032 DnlerldRar.h. Crr dui CaTran Ewe t¢Fan a"Dodger Joe Oleo 515/.30009 $pe09 ROhabTmld ad B DeCke 05-067409 W 1332 -0918 9378741332 944279287/ Mheim 5991 coff'. c Sam Kmabl WhAr Beador Joe O. 2223.109.00 Jul OD Re are COna910 Saba 1201390/ 9442186416 SSI.61d481 048214203 County of LOS Meelea CnunryofL- Anppbe VFapr B¢rmWCZ Dam Baader Jeff Balpbwakl 4250.300,00 ad 09 CoaoN1232 -0r!A FCC000W99 6260866215 051-614 -7152 9/43310543 Co.. of La. MOalae CouryolLm AnesIts SLman Haan Davm Baader JeHEarpdwfJg 5103]0.. Dec09 Anal Jm Sreal a., LB Free. PDCGOI f2M' 620136/05-6 051811 -182 944/310542 CourrivolOUye CemryolOando XamG PbeOWeh blvd WAKOF Ramlm Adi YJ.911430.00 San AM201O MOMOn PaAwa wid. ERO6A02 111587 ->0. E51- 6161132 WB.279 7 CeuNV Of LO¢Anoelea Cpunry Of lneAmeba Aids Cerba Dam Beador Bob Oneida 21365,350. San M7 2010 Valloy SW over Old ValB y Rd fl UPRR ROCNI2350 62 &7fi &5813 %1-614482 04981 &2041 Irvlm CoRrem Slew Kiraly Dam Beador Rlord. COVmNEIae S88,200,00 A2p.10 RIe 113 Her mAF ma O.era 12 -0K2701 9I92186000 951,6767352 951451.3318 More -Valli, C.a,a- Novel "I". Dam Beador Evan ewgen 51119,300.00 Stan JUlp 2010 Pk 60- RUbMdzeO dl AOVxrW ODON30N 01 2Sb0957 951S767332 904841 &2 O1,10 San Joan Ca.l U - CaIT1am Maid,NvelNrerNn Dam state, RamBe ANOI 58.104.7W OD To ..In In Ras - M•tlen RnMwe am Bid,. 12UE61W 0/9208851 0518)1.182 9482180631 Summ¢r 2011 Irvine cNallmre SIew SMwood Dam BOadir Lem Fabman 9250j00.01, Sian Nov 2010 Mu.MIw MMIan Oralna elm donard 311130 9487E -0000 95F0R.1352 948210.60 Irwindale. Bridge CdurMOl WrAndae, Batman Kam Dam Beaoit TBD 51.8"'a.:w Stan FOr 2011 FooPiO Bkd over San GCbrial Riwr NDCWI W3 626458 -1016 01876182 Lyle Creek Carnal sed 9em.m. TOD David &.our tam COkman S: O3: day.. San OC2010 SoWr, FOd RAW BMe H80051 951.511 -1152 91921 0-086 In P3 rr, Lana Beach Road lmpmmmema POrot WN Bei PKWaN Wm Detour Sloven Munoz 5115,)CO.00 SaM Oe12010 10, NmJ1 are 5roema4r Bridge HO 52330 S6D %1.559 951,674,7352 41A32M9 .1, r Irmo Beath- Dialog Girder admit Pon of I.A. Rod. PKWam Dam Baader Sown MOroz 1.251,,:,41I:J San Ott 201D SR710 ' AmWrd Sheet BPoO HO- 92320A 562- 9041T50 %1074.7152 B51JSJ -2080 rnar 4 Newpml Beaen Selamle 11e1o01 CMil Neweon Beath Try. SaM¢Iw Dam Bandar 5106,092950 Sarl Dez 2010 OW, Selim'e RawTd 4521 ,9814 /312 %4671482 In Pre red 0 iVVY CaRare Aodan WU am "We, 528,581,-6..00 Sad 1.62011 Pod Sl 0 Pacana 6 Full,.. 12.41.11 914279&00 431- 671-M2 410 Wel Iarc aoohl— BANBAG Ken lanrml',m David S.d., 516.6)3.. San Feb2011 are tD in Reorattla 6 YUW a C 10190 SWI.N 8053080 918283-0851 SSWN-7J 52 5291.1fi3.ON,00 BeadOT Construction Company, Inc. Amchmanl "A' 21412011 MAJOR CONSTRUCTION PROJECTS /COMPLETED Beaumont- MvaNll Croek Cbol waumoar J.10W9d,r IMW Beadpr I JPdn BdNN 5872.000.90 MaM1 PHONE NUMSE PROJEC]MGR PRONECISUPT CONTRACT DATE PRO)ECTNAME OWNER CONTAC r PERSON PHONE NUMBER PHONE NUMBER AMOUNT COMPLETION Orupe - Chaomdn A- COUnryol O,. Stan VaM[rMay OaV Raw. Radad Hlml. 5115.00090 .."b Seiart¢R¢ImIB 11156)- )032 951 -B2NE2 95167,7352 Lve Anaeloe " CaRrar2 DataNOya Dam Beaem Robin Hlroloa 5615.00000 MA,96 A mach.Deomre 5yb5 310571068 8516117352 951971 -0152 Long"A" CeRrarb Gel Pham O.w B.A., Roden Hlroloa $14.000.M J.,AO Tie. B.... ....a )Id 50 &1716 051 614 7352 951 G74 Lena BVsch WaaONVbMVe LA. COUnN -0CW Ne11MwTVaere Davb BeaEw ROM, HI all $380,000.00 Call Rem/Re Owma Sbewelk 646,5&314 WI. 671.7352 9510)1.1353 Baldwin Park Mar4d AV6 CT'Ol Bdtlwin Park Anre Ga. Dav4 B0adOl ftda, HIMIOa 5,60.00090 58697 Brd. WNM 6289604011 9S!wVN? 52 951E7bT352 IrwN41e- 6wlrWela A... CaD2ni E,Sa.akz G.WJ BaNal Rolm Himloa 5750.ww A.47 Paa l,.N RO a0. 900305-1250 9511-1/7352 9511-)17152 LOn. 8- a -OOUA .BINd. L. ACoa,N OM NCY MUneween OwE Oea]w Row, Wroloa 5750.000.00 SCP9B SeWnq R¢VOfn 62645 &2122 91-671 -0352 %1-BN -7]52 Carson- 213NSIreel L. A. COUnN'DPW Naum. ,7 0.44 a¢ad., Row, Al.loa $1¢0,00000 SsDM aPo e5e6mk Relmfn 89015 &3122 951671 -0352 &51 -0)1 -7]52 Oo1Z.N mlo.e Blvd. CaRnna John V.saa1.d. DaJtl Beador R..R Hlroloa S1BO,MO00 S.P-98 1.bd ON R.m 562401993 951 -871 -7352 051874782 $a11-6 Ca01Nen0 Ci1V O1 San Juan Cap. BMn Perry Davb BeAfo, R0w11 Hlmloaa sliBM0.00 O¢ .1 BMeRO irs we 1116152 4514)1 -)352 851.6)) -1752 Oardan Grw. aeuh alvd, LaRrartT Letle Neleckel DaM Mad., AddA HNe{oa 5])0.000.90 F¢699 OnRam Im r0wamenu )1155&8202 851.8717152 951671 -7252 Irvhae- Micwllo Olive Gr11Ahu..p AWn Pednhrli DMd allador Row,HaaI.AA $160,900.90 Fetr99 BPo eWbenl 711 14 4 22 91 %,__47352 951-671482 Newaorl Ranh COUnIV al O.,P. R.N.W DOWlaa David! Beadar Robe, HlMloso 590.090.90 Auo-96 Co U, BMa nald.lrs 9742 @312) 851- 8)1 -)]52 951671 -7362 SDdn9 Velloy-Bancmh Olive CaR)and GuOaw OalbNa Drvb Bead. Rob¢d HIm1050 $MB000.00 Seo-90 Brb eWbenin 610 R51614.7251 0-3- d4 LdRrwb JBII a�own Oaab Baad" Row,Hlrolda 5179.00).00 On 99 lRa'd ebn COmlal SSBd6740E. MI -674 7352 116117252 San Onnhe SUle Park CyAO1. Bepanm¢a 01 Grcp Kania David Sevdor ROwn Hlroba S85,LY A 0." Ou1p1R¢ 15 PA,B Re Asa olia-2 0590 951474 -7352 951BP 783 Conan - 7327 /0. AVOrue CaMana Ml Akbaun O.V BMd. RawnHWlo. =BM0.00 Wo 99 Re la¢A aCh SNM 31651 &4110 951PI-7352 651 - 811.7352 Lvn90a"'"nldad Las COUMV 01 Oarge Mlka Rah DaWl Beador ROwv 11aaa5 S1BO.MD.00 Dal Brb 5¢Iam2 R.I. 714- 5611821 851 4)41352 9514744352 CMIOn ua C.7d. Man Yaparalah Davb Beador RINul HI.I.. $If00000 MaV -99 R arw 9909/90095 1`16147352 951mB1d7352 Lenllos CN'Aa Kuwln Tran Data Beadar Rowa Hlml. S28BOM.00 M."d Cgnynv /,?3274(0. OaiN 582 -0104276 91/5147352 851671 -7157 San 61=1- Dewnmen101Waler Bab R. David Beador ROwn Hirol. 5106,000 10 Je.99 5 e ClNmwI $P'mTIC R¢YMa Remur¢a 805-9161031 951 - 674782 951474352 Loi Anpelec CaO2ns Rasa JAd.1 DM Belo, ROwrl Hirelbad $198.000.00 All 99 PA:Pt 210.0602& BS16)4)352 9510747752 Onbrlo CMOIOnbrb FaaM MiAo. Oavb Beadpr Rown Hlroloa 5300,000.00 5.0N Sesm6.11al -3 BBOes 909-21-9331 8516714352 4518717053 An10oIm.Nraemar /91 CaM.,rai Prlvele Fahlm BOUba Orvb Beador RobM HI.J. 3612,990.00 J."a Brb a Wltlenln Tm 27,/1-27 Cam 9099749111 951 - 871414 MI 71.)]52 Los inpeNe- Canlury Blvd car.. Llpnama8 P.Wai OmM Beador Fbwrl Hirolo® S1)Sp0000 Mer -00 Ertl BR8 air ]10609-027] Q51-01 7M2 95173147352 Panoee CzRrani RNPnlas D.l Bana., Rnwn KIAa. $616.090.00 Jua-OD MALA Ban', 959 SM -1201 451671- 7152 8518747352 Rlwnldo CeRrens Ral Sbkes Davtl Beador ROwn Hlroloa 5169,900.90 1urv00 8., R. air 08493104 0092750211 851.71 -7352 951 - 5)47352 Los AnOJes C.ffa. JOph Tehran / FV D.V. Rudd, Reb 1p ¢,H.ss $173.".00 / 427-00 GUm slre=, 2101a 0.4 951737441`2 9516767352 R..80 RoaIPCCPaw CANp,s; QNln Tran DdNJ Baaoor RAW Hirolme SS2OMO.00 New00 Ad.Ni,sw. O7-4G7304 5621013133,2]9 951- 674782 MI-97A 7352 Irvine Cam'. NyJd BPpManian Data Beater ROwn Hlro osd $191,000.00 N.roo CANAL CwcM Dam 12 -0)1]04 711 3555 9516747]52 4516777152 Larry BaacF Caff.. M.., Al DaW aOaopl Rowe XllAl-, 5920,0N.00 Mov49 Re IPCCaab ]10 609 8a, 05/676782 85141/4352 Lora B¢acF CaTld. Aml.Olob DavE B.A. Rohn Him. 51515.000.00 Mar -01 CnR 1-r Raw d 01.. 37,BSOW 582401 ll13 95401/782 951 -6714352 Bowls, 0. T.. Meal DaJd Beador Ro[en H1lA(dA ss625D.00 Mall, Cd..aa Banbr 07-195704 94975] -1411 0510741212 01. 0717362 Vernon ACTA Paul BU wy 13. d8 ... a, R.I,ad HIro1081 51]1]000.90 J-02 .,.Dd enln 00099 ]2352 &)901 95157/4252 951- 511782 Founraln Valley C.7d. Darp.. Ddv B.A., Ramiro A... 3590,00.00 J-01 Wtlen Rem I2.OA5201 1u 61&9125 051874182 9/92790057 Lon. Basch d Slerul.111 Cams,, Mafwd AFhAN` Oavtl B..., John B.. 53ll,000.CO Aor-01 dA Sbbs Re 1-¢d 07-41611 3/651641/0 951VI 7352 9/92743676 Gallen Grow Lartnrs % ,AGa Dada &&., Ramla AwVav um.MO.M De700 Wbm Ram wVal Vpx 12 m5ML 711632 -2579 951- 6)4)3S2 9,6279{4"7 Rarmho CUUmon9a So Cal UMmpmuw ill JdeLmn Dam BVEOr R.W,.A-e ' 5305.N0,00 AA-01 Dar GRbk BN eWbOnlry ]1002 &2251 9514)1 -)82 91627&0051 San DIA. XNald GanLWtlnnl DUM B6a0.f Ramw A©wdo SNAW 00 Jun91 Medlan Sart @r Cvrtram ma 5573000 9$1611 -182 &921B 0057 710 AeawaV Eaa'ol P.hG Will 11111 WWI "Adolf R]mlm AcUNd0 $1.613.700.00 FCP01 Barter Rail 5025.95841 ml16741252 N0- 2799057 Coab Mesa Gel Tom Tayar Dam BONVr R-.A.Wag 51]3,00.00 Seao2 1 aM1ary LFC 1Act, )4,41-022]$ 451871.7352 Wa,27"557 Ludlow CA'. FNM lmaro DeJn B.. Jon, Bunk 5IDg09000 F,6M Rlador ElaVdualw, Sam. ABrtl¢ OBJ9 76025 &7i 16 951474782 9442742076 Celle. Canals Mmb S.b O.'d Beador Row,HN Id. 516o,MO.M md,4O ML Vefma TraNlc$'nol 0&J272W 900$9 -2122 951$117352 451 - 6711392 San DI... CaRU. Hasa,M..f DaW Oeador John BrA 5320.000.00 M141 IRal CDs And 11-172551 810957.1601 9516)1 7]52 0122N-0678 Rivertld. funNOlR..d. Dk cdbld DaW Salida, John Bllnk 51,100.900.00 Feb02 90 AR Nr on Va. BUbry Ow, Basle 5889 °S L>I -083 01 &2)9.36)6 Iv Masks CO UAN.f LOS- 1`dS T..HW Davb Bald., Roblin Xiaaju 5590.090.90 Fetr02 Slim Madre Dam Bra Re 'amanpm 676150.18.1 9516)1782 &92760107 W.I. CMOIWw.. JM lVebav Dava gal Joh, 304 511/,90090 Xe 3 Lempn Creek 0.615WWre 9m 5W73702 951074)]52 9792)936)6 Ban Bermr0lno y ... w COmvwbn MAIU03 DaW Beadar Jahn Orlin Sa8].O0D.00 DN,02 Ba.prrall02730 Freew 990 )214746 051611.1352 91&2704610 6,274 Ana CM a' SaNd Ana TV,dna GNa naek Owb Taw., rn John Bk 33.714.00000 M.,w BMbl Baol Brb, Wbc' 11761)SNSOr20 953.6747352 .9-1703418 Platy Wla PINp Capilal Call RR Odvb Beadpr RameNAp.. SIN41J00.00 FebM padm4w -aad1 p a Ralall Wall 711745.8911 951571.7352 W 2 a7 Wulu CAT- Gary L, Yip Oavb Rod., Tenvdrown $l.7MJ00.00 J-w Colnuucr Meebn B.Mal 41M70A 76731205021 051511782 9192740205 1 ill la-, Emel P.•,1- Wm W. O.vG Da., Jon.Orik: $11.36,790.00 Ffb-01 CoNa lmcddn 6vntl O.Quul 562591N65 951.6747352 &92743478 Rainbow RaiM ..'a, DIR. W. O'Con., Da.b Besp0r J1hndr6t 5]46.090,90 Janet Cdn wall main 760 01292 68 %150 951611-7352 979.2)430)0 Can Bernardino C..HN C.H.a, All Al aaata.. Davb Oeaal JIM."" $1,300.OM.00 Fa60] Melel Beam GUa16 Rall 0&4719. 009802.116 91472402673 0194743076 Perm Verdss Eabl.e Chy01 Pdb5 Vekm Wwdy,.. Daub DGador lvhT.' 51,610.OM.00 Sea-03 Ca. Slam Dmin N 210 D&W62 9516747352 0142743610 Beaumont- MvaNll Croek Cbol waumoar J.10W9d,r IMW Beadpr I JPdn BdNN 5872.000.90 MaM1 David A. Beador, P. E. 26320 Lester Circle Corona, CA 92883 EDUCATION: Masters, Business Administration, University of Southern Californria, 1994 Emphasis: Finance, Entrepreneurial Studies, and Marketing B.S., Civil Engineering, Michigan State University, 1988 PERSONAL/PROFESSIONAL DATA: Professional Engineer, State of California (RCE #047054) Califomia General Engineering (A) License (720483 -A) EMPLOYMENT HISTORY: Beador Construction Comp, Inc MD Construction Grouo Corona, CA, 92883 1996 Present • President/Owner — Specializingin Bridge Mod ifications/Pipeline Construction and General Engineering Construction • Lead Scheduler — P121MAVERA Sure Trak Project Management PKB Construction, Arcadia, CA. 1994 - 1996 • Site Manager— SR22 (Newhope Ave. — Garden Grove Blvd.) Seismic Retrofit, California Department of Transportation, $600,000 - Construction Cost • Site Manager— San Diego Creek Seismic Retrofit, California Department of Transportation, $500,000 — Construction Cost • Project Manager — Puente Hills Composite Liner Project, County of Los Angeles, $3.3M — Construction Cost • Assistant Project Manager — Kellogg Interchange Seismic Retrofit, California Department of Transportation, S l OM — Construction Cost • Project Engineer -1.10 at Central Seismic Retrofit, California Department of Transportation, $10M — Construction Cost Nationwide Construction Company, Paramount, CA., April 1992 — October 1994 • Assistant Superintendent (Oct. 1993 — Pres.) — City of Fresno /Clovis Wastewater Plant Modernization, $85M — Construction Cost • Superintendent (April 1992 — Oct. 1993) — Power Restart Facility, Hyperion Treatment Plant, City of Los Angeles, $3M — Construction Cost • Project Engineer — CalTrans I -710 & I -60 Seismic Retrofit Project (Sept. 1993 Oct. 1993), $1OM — Construction Cost • Project Engineer — CalTrans I -5 Seismic Retrofit Project (May 1993 — Sept. 1993), $2.5M — Construction Cost David A. Beador, P. E. Page 2 IWA Engineers, Fountain Valley, CA., April 1998 -- April 1992 Project Manager/Engineer involved in all phases of engineering design, accounting, marketing, proposal writing and financial analysis of projects ranging in construction costs from $100,000 to S50M. List of representative projects include: • Project Manager /Engineer for MacArthur Place Development. Project involved infrastructure improvements for commercial development. • Project Manager/Engineer for Universal Studios, Hollywood. Projects involved infrastructure improvements for industrial developments, retail and theme park attractions. • Project Manager/Engineer for numerous freeway and street improvement projects including Kimball Road Bridge and Interchange Improvements, Victoria/Telephone Intersection Widening and Sierra Ave. Bridge and interchange Improvements. • Project Engineer for California Sea Breeze Residential Development. Kaufman and Broad project involved new residential community in Costa Mesa, CA. Jeffrey Barglowski Current Vice President of Operations Position: Beador Construction Company, Inc. Work 2007 — Present VP of Operations Experience: 2002 —2006: Superintendent Supervised: 10 to 40 man crews Job sizes: 1 to 50 Million Dollars 26320 Lester Circle Corona, CA 92883 Beador Construction Banshee Construction Jeffrey Barglowski is familiar with all phases of public works, including traffic control, safety, asphalt paving, concrete work, bridge building and all phases of restoration. Mr. Barglowski has responsibility for crews across multiple disciplines with a keen focus on completing, projects on time and within budget. Special Certifications: Cal OSHA Certified Major Projects: 241 - Laguna Hills Toll Road 08- 472304 — Caltrans, Beaumont — Rte 10/60 Separation and Widenuig Disney— Construction and Remodeling CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ¢,ve ) 1o114: 1� A.- ' er.c)e- , being frst duly sworn, detp'os�es and says that he or she is '�acs=c�e,.-k- of `?Qgc�dR [ A4,0443v. (d , , the party making the foregoing bid; 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 party making the foregoing bid; 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 wish 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 depgsjtory, or to any member or agent thereof to effectuate a collusive or sham bid. ? i I declare under penalty of perjury of the laws of the S yp f a ifomia that the foregoing is true and correct. P.X"a \\ Crins�ceu��':On �U,M �c. �y ,G J r - 1 I Oq -c&', eK—I- Bidder Au nz d ignaturelTitle Suoscribed and sworn to (or affirmed) before me on this rl day of c 4 2011 by �AJ y� A -&a e— personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. n -16�c Notary Public [SEAL] I �► —.art a-t a�artsl:'�'f� =>ia� 11 My Commission Expires: JOLA a 1 a 013 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 DESIGNATION OF SURETIES Bidders name Spin 45'1s4"-ky' 061,11- ,I ✓kc I Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): —66 N. S99it� a\ )a , Fen -V+ 4usz– S,Y%At- CA 9 81b- ;->yo-S 0\�'kI \v ire e� e Dwve. #1bo C1 ckct - 5as - (D4t 4 1p 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name ac`rJ¢ 60AAc9--Uc �- b A COM��A � t ✓L . Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary — Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2009 2008 2007 2006 2005 Total 2010 No. of contracts 10 j 0 � 8 1 1p la. S Le Total dollar Amount of Contracts (in 3S pDO 39,000 9E.000 `13,000 x7,000 1x,000 a01,000 Thousands of $ No. of fatalities 7 d o O O No. of lost Workday Cases (p 1 D No. of lost workday cases involving permanent transfer to O another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary — Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder PJ20.C�0� COnSw u Gig Ors CO tv�(eLiYt� �f�C Business Address: 2(0320 Les)re✓ Ci(c1e . Coror �, Cl� q0 Business Tel, No.: (gS1) h-1 --7352 State Contractor's License No. and Classification: "7 Title pyeS�derN>` The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, joint venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 16 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT r .`i—frL Z7, if -n iF r. ,�J— —1 State of California Countyof RWeVSi(ie SS. J On Februovu before me, Melissa Diane Holst, Notary Public Date � Nar� and T14qe of Officer Personally appeared av'd R tS- V- MELISSA01ANpE RO { Commlaelaa • 193350€1 a bm Notary Public - CNllorma PIVOTS* Coull C 1 Place leflary Seal Above OPTIONAL Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) tslare subscribed to the within instrument and acknowledged to me that he/shell executed the same In his/her /their authorized capacity(ies), and that by his/her/their signatures) on the instrument the persons) or, the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the Slate of California that the foregoing paragraph Is true and correct. WITNESS my hand and official Seal, I Ji�P �/ii�of . NSA r 9gnawre of Noce Public Though the information below is not required by law, it may prove valuable to persons re lying 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: Signer(s) Other Than Named Above: Signers Name: _Individual Corporate Officer Title(s): -_Partner- Limited _General Attorney-in- Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here umber of Pages: Signers Name: _Individual _Corporate Officer Title(s) -Partner--Limited-Genera) -Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here I I'- .1 is i`_''�_ �L• .i �!:t!'!_i �`I _j J' i� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 ACKNOWLEDGEMENT OF ADDENDA Bidders name '"o�c�o¢ �cJr �✓� rdn (� ��o�y lv c The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation:�� Business Address: -.io2,,�o C ec(L Telephone and Fax Number: 9 S x"74 California Slate Contractor's License No. and Class: -7 ao 1 v3 - (REQUIRED- AT- TIhIEOF.A`NAJ RD) j Originat Date Issued: Expiralion Dale: List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone q51- cP- I ti- 73sa e 7- I2t(wSJ aio3ao 3 9S1 &7y�7Py 3s 2 _ cey-bn" (� \\ �.i,d A �o,dty_ iRC ey pllp3(il) Les k, R C , R,( c_ CC3(rC y,f.Y., 9A e03 9Sl'to�y'73S� Corporation organized under the laws of the Stale of 1s The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N IA- Briefly summarize the parties' claims and defenses; N Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / 01 Are any claims or actions unresolved or outstanding? Yes / X10 19 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non- responsive. ,I A. Qx "a-- ` Vei,�e�4- (Print a )me of Owner or President of �pr ation /Company) (�acY1s? �r)✓4�- �,- z„�-4)d� (d�� =vl.ti . � ft � � �2s ��eK -I� Bidder Auth rizoed Signature/Title Title al�Jt, Date On F 00, 1, a0111 before me, _MeIiSSO, T)iane 40�5E Notary Public, personally appeared -baV(d R. Btadov who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ��,•� -' )2r� is f°r7m' u , e c ' • . • • • . • tmQy n:c My Commission Expires. r 20 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT E ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificates) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday. Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 CONTRACT THIS CONTRACT FOR PUBLIC WORKS ( "Contract') is entered into this day of , 2011, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City( "City') and BEADOR CONSTRUCTION COMPANY, INC., a California corporation ( "Contractor"), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 The work necessary for the Completion of this contract consists of constructing roadway improvements for street and bridge widening, which includes roadway and bridge reconstruction, curb & gutter, catch basin, storm drain, sidewalk, curb ramps, traffic signal system modification, retaining wail and raised median construction, signing & striping, and all other incidental work in the specification document. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3724, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 23 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Million, One Hundred Ninety- Four Thousand, Seven Hundred Three and 001100 Dollars ($3,194,703.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY CONTRACTOR City of Newport Beach BEADOR CONSTRUCTION COMPANY, Public Works Department INC. 3300 Newport Boulevard 26320 Lester Circle PO Box 1768 Corona, CA 92883 Newport Beach, CA 92658 951- 674 -7352 Attention: Andy Tran 951 -674 -7495 Fax (949)644-3315 F. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Coverage and Limit Requirements. a. Workers' Compensation. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and employer's I " <hility insurance with limits of at least one million dollars ($1,000,000) e, ,;h type for Contractor's employees it ccordance with the laws of the Slate of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in 24 accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the required certificate of insurance, a copy of such waiver of subrogation endorsement. b. General Liability, Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) General Aggregate and two million dollars ($2,000,000) Products and Completed Operations Aggregate for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. Coverage shall be at least as broad as that provided by Insurance Services Office form CG 00 01. None of the policies required herein shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing. C. Automobile Liability. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. d. Builders Risk. For Contracts with Construction /Builders Risk property exposures, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special form causes of loss with limits equal to one hundred percent (100 %) of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and /or Flood. City shall be included as an insured on such policy, and Contractor shall provide the City with a copy of the policy. 2. Other Insurance Provisions. a. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and an additional insured endorsement for general liability. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current evidence of insurance shall be kept on file with City at all times during the term of this contract. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bond documentation. City reserves the right to require complete, certified copies of all required insurance policies, at any time. I b. General liability insurance provisions. Primary and excess or umbrella liability policies are to contain, or be endorsed to contain, the following provisions: 25 i. City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. Contractor shall submit to City a copy of the additional insured endorsement along with the required certificates of insurance. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. C. Acceptable Insurers, All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. d. Notice of Cancellation. Contractor agrees to oblige its insurance broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage except for builder's risk insurance. The builder's risk policy will contain or be endorsed to contain a provision providing for 30 days written notice to City of cancellation or nonrenewal, except for nonpayment for which ten (10) days notice is required. e. Self- Insured Retentions. Contractor agrees not to self- insure or to use any self- insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self- insure its obligations to City. If contractor's existing coverage includes a self- insured retention, the self- insured retention must be declared to City. City may review options with the contractor, which may include reduction or elimination of the self - insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on (heir policies. f. Timely Notice of Claims. Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. g, Waiver. All insurance coverage maintained or procured pursuant to this Contracl shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers, or shall 26 specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. h. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. j. City's Remedies. City shall have the right to order the Contractor to stop Work under this Contract and /or withhold any payment(s) that become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. In the alternative, City may purchase the required coverage and charge Contractor the cost of the premiums or deduct the cost from Contractor's payments. k. Coverage not Limited. All insurance coverage and limits provided by contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the city or its operations limits the application of such insurance coverage. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any services under this or any other contract or Contract with the City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and /or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. G. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof. for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public: or for damage to properly from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 27 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by the Contractor. 3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any work performed or services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. I. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 28 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below. APPROVED AS TO FORM: OFFICE TH ITY ATTORNEY Date: XASSIVSitymp ATTEST: [� 1C/� Date: `� 0 c Leilani I, rown City Clerk s '11 rbRW 29 CITY OFNEWPORT BEACH A California Municipal Corporation and Charter City Date: Michael F. Henn Mayor BEADOR CrIKISTRVCTION COMPANY, INC. A Californi o r on By: o rate Officer) Title: 1�Re-S� e Print Name.- Dat, ame: Dat, in Title: Print Name:.i A 1�eac�lft Date: tilts EXECUTED IN DUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 BOND NO. 7621757 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 19,304.00 being at the rate of $ 9.00 /$6.60 /$6.00 /$5.28 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Beador Construction Company, Inc., hereinafter designated as the "Principal ", a contract for construction of JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73, Contract No. 3724 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3724 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland - --- - - - --- , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million, One Hundred Ninety -Four Thousand, Seven Hundred Three and 00 /100 Dollars ($3,194,703.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements In the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and In the manner therein specified, and in all respects according to its true Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, Its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same. In an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 30 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, Including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of (Ime, alterations or additions of the Contract or to the work or to the specificatlons. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Pro}ect by the City, In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under thls Bond. IN WITNESS WHEREOF, this instrument has been { ly executed by the Principal and Surety above named, on the 11th day of March A t, 12011. C3ea�1t,�- Beador Construction Co., Inc (Principal) Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., Penthouse Glendale, California 91203 Address of Surely 818- 409 -2804 Telephone By: Autho�ized'Agent Signature Edward N. Hackett, Attorney -In -Pact _ Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 9t ACKNOWLEDGMENT ...... ..................................................... .......1......................, Stale of California County of Orange ) ss. On t , appeared Edward N. Hackett before me. C. Notary Public, personally ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(ej Is /afe subscribed to the within instrument and acknowledged to me that he /shellhey executed the same In his /hef,'thek authorized capacity(iea), and that by his /4+erAheir signatures(s) on the instrument the person(s), or the entity upon behalf of which the perso)(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature C.. MAESTAS l Commission # 1746696 L -� Notary Pub6C - California = Orange County Cam, F, 4es Jul 1, 2011 (seal) ..................................... ............................... I . . . . . . . . . . . I . . . . . . . I., Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION Type of Satisfactory Evldence; _ Personally Known with Paper Identification Paper Identification Credible Wilness(es) Capacity of Signer: _ Trustee -_ X Power of Akorney CEO /CFO /COO President / Vice - President / Secretary/ Treasurer Other: Other Thumbprint of Signer ❑ Check here If no Ihumbprinl or fingerprint Is avallable. 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 FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said rnlsany, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d 2)01s= hereby nominate, constitute and appoint Edward N. HACKETT and Christine M. MA hone of ornia, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal d' F, \�4 el�°ti&y, and as its act and deed: any and all bonds and undertakings, and t¢� e� tlstrch b� gs in pursuance of these presents, shall be as binding upon said Co,&Ry,�s'f9 f I�,f(2 II yte 4' fid purposes, as if they had been duly executed and acknowledged by (I�e yRje�1}tPlected ofTicg ¢( Ldltpany at its oft-ice in Baltimore, Md., in their own proper persons. The said Assistant oesi Nkjrwlfy-that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -I " ;C any, and is now in force. IN WITNESS WIl OF, 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 9th day of September, A.D. 2010. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND '�o otvosl 4 +Nwv c _ 1tM a By: Eric D. Barnes Assistant Secretary State of Maryland i ss: City of Baltimore J Frank E. Martin Jr. Vice President On this 9th day of September, A.D. 2010, before the subscriber, a Notary Public of the Statr. of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assi= -tant .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 executio,t of the sarne, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Comp �an� 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 POA -F 012.0112A LI r C r C� r r, L C l Ld ;I CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of SS. J On &Ayg 111 201 Date Personally appeared x c g L � �s '. 1 _ r pie NNW Seel A Va OPTIONAL Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/herttheir signature($) on the instrument the person(s) or, the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and coned. WITNESS my hand and 000'fffiiciialll seal, V�J 5 �d Nolery Puoue Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudutenl removal and reaflachment of this form to anotherdocument Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Signets Name: _Individual _Corporate Officer Title(s): _ _Partner- Limited _General Attomey -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here umber of Pages: Signers Name: _Individual _Corporate Officer Title(s)_ —Partner--Limited—General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: a I. I I� 5 l 7 I? t' I 1 In i Top of thumb - here r r!— i r r, r r.-i :,r r i n, r 1� x c g L � �s '. 1 _ r pie NNW Seel A Va OPTIONAL Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/herttheir signature($) on the instrument the person(s) or, the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and coned. WITNESS my hand and 000'fffiiciialll seal, V�J 5 �d Nolery Puoue Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudutenl removal and reaflachment of this form to anotherdocument Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Signets Name: _Individual _Corporate Officer Title(s): _ _Partner- Limited _General Attomey -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here umber of Pages: Signers Name: _Individual _Corporate Officer Title(s)_ —Partner--Limited—General _Attorney -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: a I. I I� 5 l 7 I? t' I 1 In i Top of thumb - here r EXECUTED IN DUPLICATE Rcmlum InWd In d,arye(or Vedo,man ®8.nd CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 BOND NO. 7621757 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Beador Construction Company, Inc., hereinafter designated as the "Principal," a contract for construction of JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73, Contract No. 3724 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3724 and the terms thereof require the furnishing of a bond, providing that If Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Mary land duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of Three Million, One Hundred Ninety -Four Thousand, Seven Hundred Three and 001100 Dollars ($3,194,703,00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, 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, then 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 to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 32 The Bond shall inure to the benefit of any and all persons, companies, and corporatlons entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alteratlons or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 11th day of Marc 2011. ; a ", N $ k'z- B Beador Construction Co., Inc. (Principal) Aut zed SignatureeRitllee Fidelity and Deposit Company of Maryland By. Name of Surety Authorized Agent Signature 801 N. Brand Blvd., Penthouse Glendale, California 91203 Edward N. Hackett, Attorney -in -Fact _ Address of Surety Print Name and Title 818 -409 -2804 Telephone NOTARY ACKNOWLEDGMENTS OF CON f RACiTOR AND SURETY MUST BE ATTACHED 33 ACKNOWLEDGMENT ............................................................ ............................... Slate of California County of Orange ) ss. On before me, Notary Public, personally appeared Edward N. Hackett ,who proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) is /afe- subscribed to the within instrument and acknowledged to me that he /shtVthey executed the same in his /herAIi& aulhorized capacity({-&), and that by his /#er/iheir signatures(&) on the Instrument the person(s -), or the enlity upon behalf of which the person(&) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the Stale of Californla that the foregoing paragraph is true and correcl. WITNESS my hand and official seal. Signlatur. C. MAE81As Commission # 1748898 Notary Publlc - Calllomla .. Orange County Camm.EX Ires.1u11,2011 (seal) .................... ............................... 0.0 0 0 .0 ... .0 1 0 0 0 ..0 ...0 9 0 .4 ...9 0 0 1 .9 all1 5 Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION 1'I I r' i, d Thumbprint of Signer Type of Satlsfaclory Evidence: Personally Known with Paper Identification Paper Identification Credible Wilness(es) Capacity of Signer: _ Truslee X Power of Attorney �CEOICF01C00 President / Vice - President / Secretary / Treasurer Other: Other Information: Chock here 11 no thumbprint or fingerpdnt Is available. 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 FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said P dip y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d f BPS ereby nominate, constitute and appoint Edward N. HACKETT and Christine M. MAP- ine a{i(Ornia, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal _dwCCF, \t oli,.its� ajEd }ety, and as its act and deed: any and all bonds and undertakings, and t i tl_strcb b� 'or il�gja� gs in pursuance of these presents, shall be as binding upon said Co y'��`�yl�- d a 1�`t 4tsand purposes, as if they had been duly executed and acknowledged �ct�e'd.P iFTZ_X Cd�t}t'pany at its office in Baltimore, Md., in their own proper persons. O � "j `J'—' �'tV lam' j— The said Assistant o _ that the extract set forth on the reverse side hereof is a true copy of Article VI, Sec on 2, of he By- L ew�tj{ g4 C p' y, 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 9th day of September, A.D. 2010. ATTEST: Ft,C Ofvps, i�P"O1a,/ o e ]IM F ✓4 State of Maryland 1 ss: City of Baltimore J FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes Assistant Secretary By. v Frank E. Martin Jr. Vice President On this 9th day of September, A.D. 2010, before the subscriber, a Notary Public of the State of Mpryland, duly commissioned and qualified, came FRANK E. MARTIN JR., 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 sane; and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companv 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, 1 have hereunto set my hand and affixed my Official Seal the day and year fast above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA -F 012 -0112A CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT L =`! State of California i �I t County of l2 \VP.VS1CIe Re t r L' 11. On iAMk 11, 9,011 before me, Melissa Diane Holst, Notary Public Date Name and Title of Officer Personally appeared 7�Av; ii k - ReO.dDY MELISSA CIANE HOLST Commisslon N 1033508 Drink ublle - CalltorRle rside Counry Ires Jon 27, 2013 r Place Nola, Seal Above OPTIONAL Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within InstnJment and acknowledged to me that he/she/they executed the same in his)herttheir authorized eapacity(ies), and that by his/her/their signature(s) on the instrument the person(s) or, the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official Seal, $igiulure M Nc,ary Pvbl,c Though the information below is not required bylaw. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reahachment of this farm to another document Description of Attached Document Title or Type of Document: �&O 00 r and 5 Poi mere t 3oc�48 Document Date: Signer(s) Other Than Named Above: Signers Name: _Individual _Corporate Officer Title(s): Partner- Limited General _Attorney-in-Fact _ Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here r of Pages: Signer's Name: Individual _Corporate OfficerTitle(s) _Partner- _Limiie d_General _Aftomey -in -Fact _Trustee _Guardian or Conservator Other: Signer is Representing: Top of thumb here 1 17 Ili J I� I -I i= I i- I_ �i I i- J I� _ I7 iJ 1 J J f. I' 02/07/2011 HON 15:38 FAX CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN 11FO ADDENDUM NO. 1 JAMBOREE ROAD BRIDGE WIDENING CONTRACT NO.I. DATE: February 1, 2011 BY: Deputy Public TO: ALL PLANHOLDERS 0002/007 ' Page: 1 of (�' SR 73 Director /City Engineer The following changes, additions, deletions, or clarifications shall be made to the contract documents. All other conditions shall remain the same. PROPOSAL Page PR 17 of 23, Bid Item No. 95: Delete "Remove Retaining Wall (Portion)" and replace with "Bridge Removal (Portion)" SPECIAL PROVISIONS Page SP 22 of 51. Last paragraph of Section 6 -9: Delete " ... must commence on May 2, 2011 ._." and replace with "... must commence on June 1, 2011 ... ". Meeting minutes from the mandatory pre -bid meeting are also attached for your reference. In addition, the geotechnical report has been made available on the City's FTP site and can be downloaded at the following link: ftp: / /www. city.newport- beach. ca. us /Jamboree_Over —S R73_Geotech_Repo rU 02/07/2011 MON 15:38 PAX /2003/007 Page: 2 of (o Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached, have carefully examined this Addendum and have included full payment in my Proposal. Covvs4v -jcc ok Y c Bidder's Name (Please Print) f: \users\pbw \shared \contracts \fy1O -11 \jamboree rd bridge widening -sr73 c- 3724 \addendum 101.doc City of Newport Beach CIP Project No. 3724 Jamboree Road Bridge Widening Over State Route 73 MANDATORY PRE -BID MEETING 9:00 AM, WEDNESDAY, JANUARY 26, 2011 MEETING MINUTES City Project Team Attendees: Andy I-ran, City Project Manager, Dave Anderson (AndersonPennai, Construction Management Project Manager, Stefan Hoffineister (RBF), Design Representative A Preliminary Matters: A.1.0 Introductions of City Project Team It was noted that nothing discussed during the pre -bid meeting shall relieve the bidder and /or awarded contractor from its responsibilities as set forth in the bid and /or contract documents. A.2.0 Introductions of Bidders and other Meeting Attendees (around the room) 13 people from 13 different companies attended, see attached sign -fn sheets. A.3.0 The contact for written questions was provided: • Andy Tran, Project Manager, City of Newport Beach • atran(@newportbeachca.eov B Review Of Bid Documents B.1.0 The following critical dates were provided: • Deadline for Written Questions: 1/28/2011 • Deadline for City Response: 2/2/2011 • Deadline for Receipt of Bids (Bid Opening): 2/8/2011, 10:00 AM • Award and Execute Construction Contract: 3/8/2011 • LNTP Expected: 4 /1/2011 • NTP Expected: 5/2/2011 • Schedule constraints for Back Bay Court Property Ref. SP 6 -9, date changed to June 1, 2011 B.2.0 Bid Logistics were outlined: • Questions shall be submitted to Andy Tran by email (see A.3.0 above) • Bids shall be delivered to the City Clerk's Office at 3300 Newport Blvd., Newport Beach, CA 92663 B.3.0 Project Specifics were discussed: B.3.01 Stefan Hoffmeister, with the aid of an aerial photo, provided an overview of the project highlighting elements of the project in the City's right -of -way and the Caltran's right -of -way. 8.3.02 Dave Anderson provided additional project details including: - The base bid Contract Time is 280 Working Days. Bidders were instructed to see Special Provisions 6 -7 for additional information Normal Working Hours Ref. SP 6 -7.4 and Traffic Signal Supplemental SP 1.3 SR 73 Lane closures, bidders were instructed to see Caltrans Special Provisions 10 -1.16 for details on permissible lane closures. Night work on City right of way on limited basis only and must be approved by City 8.3.03 Dave Anderson discussed the Bridge Widening • Utility protection (12 Kv high voltage) - bidders were referred to Caltrans Section 8.3.08 • Order of Work - Bidders were referred to Caltrans Section 10 -1.01 • Bidders are encouraged to review the project's Geotechnical Report on the City's FTP site (See Addendum No-1) • Test piles are required. 8.3.04 Andy Tran discussed Liquidated Damages. Ref. SP 6 -9 • $2,000 /calendar day (contract time) for the base contract I of 2 3 I � City of Newport Beach U CIP Project No. 3724 Jamboree Road Bridge Widening Over State Route 73 MANDATORY PRE -BID MEETING 9:00 AM, WEDNESDAY, JANUARY 26, 2011 MEETING MINUTES • Additional Liquidated Damages forthe following temporary construction easements: - S2,000/ calendar day for the Newport Lexus TCE $500 /day for the Back Bay Court TCE $500 /day for the SK Hart Bayview (3S01 Jamboree Rd) TCE 8.3.05 Dave Anderson discussed the SWPPP • Contractor is responsible for compilation of SWPPP. • SWPPP required for Caltrans "Double Permit" (City has obtained Caltran's Encroachment Permit, Contractor will be required to obtain Right -of -Entry Permit). B.3.06 Public Convenience and Safety Ref. SP 7 -10 8.3.07 Andy Tran outlined Payment • Refer to SP -9 for pay application documentation, including CPRs and lien releases. • Contractor's representative and City's Construction Management Representative will agree upon Contractor payments per item on a monthly basis. • City will pay within 30 days. 8.3.08 Lead Time /Critical Items with Time Sensitivity include, but are not limited to: • Bridge approach slab staging • Utility Relocations /Adjustments, Contractor responsible for coordination with Utility • Shopping Center Sign relocation B.3.09 Field Office /Construction Contractor shall provide City's Construction Management team with a Field Office. Location up to Contractor. Possible site along S.E. Bristol was discussed. Bidders were referred to Special Provisions 8 for details of required furnishing C Questions and Answers 1. Can the Proposal Section be revised to eliminate the need to spell out each unit price (due to the large number of bid items)? Answer: This requirement allows the City to eliminate potential confusion due to unclear numerical figures. Bidders were advised that the handwriting requirement for each bid item will not be changed. 2of2 City of Newport Beach CIP Project No. 3724 Jamboree Road Bridge Widening Over State Route 73 MANDATORY PRE -BID MEETING 9:00 AM, WEDNESDAY, JANUARY 26, 2011 SIGN -IN SHEET Name /Title Company Address Phone No. Email Address Av1 'l✓a✓ � 336D A)&,&9 �OIVI �U✓pr W CG!•� ®J (y P-4jfe�-)Mr // 4 , ((yy SIC1� Nai 1P 5 hgr ConSu(� /��,'9p. W_?Z5__ n t'rwY �'P� CA- pro eet 41404 7(< lTC"111i'f"� C� , CA- -7 g0 0 PA CA- n 13(s -1 UZ d m0.ksenc�� x_�a . a�k 0., P plol c v.a� -m Pr b Cownp OA g25ZS i 1jJ11,f4. SAINAU 1 z De /� on_fzc^7 G, 02r1L CYfApur. . /r<< nc CA '9tG /Y PorrEw C.�,r'STf- �,Toh� 2335 �la`I - 3Sb'8b' So Pnu1(J pow¢11l�nsk✓�ckc eSTI F1-12 �Vt1P�{'v�a�if�1� b� 01 r. i14 3g°I -S(oS6 es���fi�`IJ° � F-Fl�infl��c C- �s11Iv,N1 � �'� af3i IYvly)z�1� -S. Lon` CUB A City of Newport Beach CIP Project No. 3724 Jamboree Road Bridge Widening Over State Route 73 MANDATORY PRE -BID MEETING 9:00 AM, WEDNESDAY, JANUARY 26, 2011 SIGN -IN SHEET Name /Title Company Address 1522 S le ��s Phone No. 1� -q78 2 -blLo Email Address ._ M�S��nv��deX 1 CC 0yct- the t AA�,� _ VVn�e l t� L4 a 1�D Cct ers vhc� co M AA14N ?1�u E`J� �•.%�wroN�J iti✓ri— 43 S! -7;q- 30 10 I! L JLi6"Ni 11fjl qoq -V7 0 3 3 t \ �ot I4(ti�r/l,S �� Iti1Cri9[onS +r'v�[�ionlnc•�a I�-cmn �Jo✓YLUR -�'� � 6'm i 1 r'a �-- hle_5 468S VIA C�rr�J,,�c� `f�4 c `�(j8- 536-3Coo r�,ney� s�„jlwirrs �y� � �v c s� gat t ts��z.�� 9gg2SZ_ C_Y� dale @� xmCI. "T c_- i /33 �. � /r'iis jIST: 7(� — 5�5 -5/5� �� /�r/�L,4✓/� /n1C� 'q C pZyC13 . ✓Er- ira c v o Go�s� '°4 /5A 92�Y3 9��7t� X352 r- Cbss�r "ti �C�Sfi. v/¢��D�di/ � 2/ A'J0L s4- v CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3724 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: LEGEND: (F) = Final Payment Item, (P) = Partial Payment Item, (S) = Specialty Contractor ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Clearing and Grubbing @ fF�1T%�lb Dollars and �12o Cents $ I D oofl. Per Lump Sum 2, Lump Sum Develop Water Supply @FI\,/F_ Dollars and _ �12D Cents $ Gi 000 Per Lump Sum 3. Lump Sum Binder (Dust Palliative) @ `T�DU� Dollars and r 7 Cents $ � DCY� Per Lump Sum PR2of23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 3,000 CY Roadway Excavation @ Dollars and �f�IZo Cents Per Cubic Cubic Yards 5. 500 CY Imported Borrow (Deletable Item) @ FIVE Dollars and : %F Cents Per Cubic Yards 6. 2,000 LF Remove Concrete Curb (Median) @ FOVrz Dollars and ro Cents $ $ ?� 000- J Per Linear Foot 7. 1,500 LF Remove Concrete (Curb and Gutter) Dollars and Ei LAN i`( Cents $ 7 $ d -' Do f Per Linear Foot 8. 11,500 SF Remove Concrete Sidewalk @ Dollars and T___A (h1-4 Cents $ �o �� $ t 200 Per Square'Foot 9. 6,000 SF Remove Median (Hardscape Area) @ 0j. -_ Dollars and T_ ti Cents $ I 10 I $ _b_ ODO__ Per Square Foot PR 3 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 100 LF Remove Chain Link Fence @ Dollars and �D Cents $ �� $ �, Duo Per Linear Foot 11. 5 EA Remove Tree @ Ut2 IJ��ollars and p Cents _ $ A D . $ :r—l'f 000 � Per Each 12. 2 EA Remove Hand Rails @ Dollars and � 4 0 Cents $ DO $ Per Each 13. 1 EA Remove Concrete (Pad and Walls) — Dollars and 7 Cents $ i"000— $ 1)000_ Per Each 14. 500 LF Remove Concrete (Side Gutter) @ r11✓l/ Dollars and l� Cents $ 7 $ 3� Goo Per Linear Foot 15. 100 LF Remove Concrete Barrier and Fence -1 nj O @ Hudt7ltZ� Dollars and Cents $ Per Linear Foot 2yQ=" $� v —�o FIR 4of23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 4 EA Remove Concrete (Curb Ramp) 'r Nr @ VtUiAlrr Vq_-2 Dollars Y�/ and `i V-0 Cents $ t�200 , $ 2t ODO Per Each 17. 500 LF Remove Metal Beam Guard Rail @ Dollars and 2 Cents $ $ J Per Linear Foot 18. 20 LF Remove Top 7 Rows of Block Wall @ Dollars and Cents $ $ L DC_O Per Linear Foot 19. 1 EA Adjust Storm Drain Manhole to Grade and Install Traffic Rated Frame and Cover 0"f�_iNOUIE2pt [F-:;, _fW0 @��t( Dollars and Y�O Cents Per Each 20. 2 EA Adjust City Water Vault Frame and Cover to Grade 1F4� tit >01.— � @1 �[`� Dollars and -1,— 0 Cents $ ��. $ D G . Per Each 21. 2 EA Adjust Storm Drain Manhole to Grade H�J K_ � @l l ( Dollars and x{20 Cents $ L Per Each PR5of23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 1 EA Install 2" Air and Vacuum Release Per IRWD Std. Dwg. W -11 TF1t2� Tb1o��sJ� @t'l\dIE-�- NuOt;j ra Dollars and _10�y_o Cents $ �, $ Per Each 23. 2 EA Remove and Replace Valve Box Per IRWD Std. Dwg. W -22 @ C�%rnYly Dollars and 1� Cents $ �2GJ. $ Per Each 24, 30 CY Class 2 Aggregate Subbase Dollars and O Cents $ w c) $ l OCR Per Cubic Yard 25. 600 CY Class 2 Aggregate Base @ Dollars and A Imo Cents Per Cubic Yard 26. 900 TON Hot Mix Asphalt Concrete (Type A) (314" Maximum Aggregate Size) Dollars and _ Cents $ l $ Per Ton 27. 100 TON Asphalt Concrete Base (Type A) @ I6E,TTIDollars and _ Cents $ �CP $ q,(9UL? Per Ton PR 6 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 3 TON Liquid Asphalt (Prime Coat) @�tJ�kivr��b Dollars and Cents Per Ton 29. 1 TON Tack Coat @ Dollars and Cents Per Ton 30. 400 LF Modified 8" Type C PCC Curb and Gutter @ Tu lEn Udt� Dollars and _71E 6� Cents Per Linear Foot 31. 800 LF 8" Type A PCC Curb and Gutter � Dollars and n , ` Cents $ � $ L Per Linear Foot 32. 2,000 LF 8" Type B PCC Curb @ { Dollars and �o Cents Per Linear Fool 33. 50 LF Concrete Side Gutter @ :1 b 01Y Dollars and Cents $ Per Linear Foot PR 7 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 350 LF Concrete Retaining Curb and Gutter @ TulE�F( rv()r-_, Dollars and ZFI:- lrz� Cents $ $ 0�>'iD a Per Linear Foot 35. 1 EA Concrete Local Depression @ k- L JIFF( Dollars and _Ov�r-zD Cents $ Per Each 36. 7,500 SF Minor Concrete (Median Paving) @ rN� Dollars and xzg� Cents $ Per Square Foot 37. 10,000 SF Minor Concrete (Sidewalk) @ Dollars and Cents $ $ FJ0 ao> — Per Square Foot 38. 5 EA Minor Concrete (Curb Ramp) a kw-- Tho�J� >l� 1b @F�' HVO_k* � Dollars and Cents $ t { $ Per Each 39. 100 LF Modified Concrete Barrier (Type 26A) and Chain Link Railing (Type 7) d0r-- V vdt;,� @ Dollars and or—,Fp Cents $ , J $ �, ()oc) Per Linear Foot PR 8 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 40. 500 LF Portable Concrete Barrier (Type 60K) @ Dollars and _�—O Cents $ `i- $ �O ODO Per Linear Foot 41. 1 EA Type 6B Concrete Retaining Wall and Hand Railing J A 6A HT @ () Dollars and / TJ Cents $ Ly� ODOR $ b o Per Each 42. 1 EA Concrete Stairway and Metal Hand Railing @ i lUE IuL�.e Dollars Cents $'1 ✓�tu. $ L% Per Each 43. 1 EA Remove Inlet'� @�1V1 =tJ Dollars and Cents $ I ,ADD $ �� o r Per Each 44. 300 CY Ditch Excav-aliion @ Dollars and Cents $ $ ?,? -10c) Per Cubic Yard 45. 10 CY Minor Concrete (Minor Structure) Ica 'AT @ 'F1FZ( _Dollars and L� Cents $ Per Cubic Yard PR9of23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 46. 10 CY Minor Concrete (Backfill) Dollars and 7 Cents $ )bo _ $ Per Cubic Yard 47. 50 LF 1 B" Reinforced Concrete Pipe @ F IL Ct1 Dollars and > Cents $ li3D- $ 0oc) Per Linear Foot 48. 1,100 LB Miscellaneous Iron and Steel 49 50 51 @ 96E Dollars 1�II�F1(F�{GtkFT Cents $ �.a�- $) Per Pound 1 EA Cap Inlet @�tV 1 i ULI+ Dollars and �f✓D Cents Per Each 1 EA Minor Concrete (Parkway Inlet) at I� Tt�rvu�ao -I� 5�v� -1 @r4rn}t FIFO( Dollars and Cents Per Each $ � ADD $ 1,F;oD- $1, 722 $ 1A 5D - Lump Sum Prepare Storm Water Pollution Prevention Plan Dollars and Cents Per Lump Sum $ �. PR 10 of 23 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 52. Lump Sum Construction Site Management rr�/E @ IT�DUb Dollars and c� Cents Per Lump Sum 53. 6,000 SF Temporary Erosion Control Blanket @ Dollars 5 and Gil'( Cents $ �+ $ 9DD ,- Per Square Foot 54. Lump Sum Temporary Median Drainage Swale O i:- Dollars and Cents $ 7� GDS Per Lump Sum 55. 1,000 LF Temporary Fiber Roll @ Dollars and �7 Cents $ �✓ f $� DD(D Per Linear Foot 56. 4,000 LF Temporary Gravel Bag Berm @ Dollars and Cents $ $ lcu Lx) Per Linear Foot 57. Lump Sum Street Swee I @�j4�7� �, kt�72 Dollars and Cents $ 11 DDS Per Lump Sum PR 11 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 58. 30 EA Temporary Drainage Inlet Protection o r.J E lfic� �1�L�k� Dollars and Cents $ �� ' $ 4 DD Per Each 59. 1 EA Temporary Construction Entrance @T4aJl� Dollars and fl Cents $ �-11 DOD , $ ;Z,� DtO Per Each 60. 1 EA Temporary Concrete Washout Facility �f Dollars and _ Cents $ U% $ T V7D Per Each 61. Lump Sum Water Pollution Control Maintenance Sharing i=NF_- @ Dollars -�y�., and C/ Cents $ n IUD Per Lump Sum 62. Lump Sum Storm Water Sampling and Analysis @1�iUt1 Dollars and Cents $ Per Lump Sum 63, 15,000 SF Erosion Control (Hydroseed) @_ %� Dollars and Cents $o Per Square root PR 12 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 64. Lump Sum Lead Compliance Plan Dollars �j_�-•�� and r� _ Cents Per Lump Sum 65. 2 EA Transplant Palm Tre V-EAW4T and -Z—Z o Cents $D Per Each 66. 3 EA Transplant Palm Tree (Back Bay Court) @b Dollars and �y Cents $ � Opp $ t_o0o� Per Each 67. Lump Sum Maintain Existing Planting (Caltrans and City) @ Dollars and ¢ 2� C� Cents $ "I� O00 Per Lump Sum 68. Lump Sum Plant] g (Caltrans and City) @ r Dollars and -zq�y� Cents $ Per Lump Sum 69. Lump Sum Plant Establishment Work (250 Days) (Caltrans R/W Only) @U�.aG�1 —ib Dollars and D Cents $�J �OC� Per Lump Sum 7— PR 13 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 70. Lump Sum Plant Establishment Work (60 Days) (City R/W Only) �u @ t �v� Dollars and t7 _Cents $ �5O D, _ Per LurPe Lur mp Sum 71. 200 FT 4" CHDPE Sleeve @ Dollars and o Cents $ $ , 4 DU Per Foot 72. 100 FT 4" CHDPE Pipe Conduit @1 Dollars and �J � 7 Cents $ ,� $ r5/�Cj, Per Foot 73. 700 FT 2" PVC Sleeve @ Dollars and $ $ Cents Per Foot 74. 1,500 FT Moisture Barrier (18 ") @ -r, Dollars and _ >� Cents $ 7 $ G Per Foot 75. Lump Sum Remove Existing Trees (Median) (11 Small) @ TtknUw -� b Dollars and —1 O Cents $ I �00.— Per Lump Sum PR 14 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 76. Lump Sum GSP Water Line and Conduit Under Bridge (2 Locations) Dollars and Cents $ DDoo $ 01)Do.— Per Lump Sum 77. Lump Sum Irrigation System @ Dollars and and r�o Cents $ 5't ODO- Per Lump Sum 78. 1 EA Water Meter (1 ") foU � l @��1d Dollars and Cents $ Per Each 79. 1 EA Relocate Back Bay Court Sign, Foundation and Lighting System (Location 1) @ Dollars and r Cents $ Per Each 80. 1 EA Relocate Back Bay Court Sign, Foundation and Lighting Sirs em (Location U @I�(f Dollars and Cents $ Per Ea h 81, Lump Sum Mobilization @ Dollars and �O Cents $ 0— Per Lump Sum PR 15 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 82. Lump Sum Construction Traffic. Control System @V T and Cents $ Per Lump Sum 83. Lump Sum Signal and Lighting Jamboree Road and Bristol Street 'Mnt)�? Dollars and Cents $_5�Ob ,— Per Lump Sum 84. Lump Sum Signal and Lighting Jamboree Road and Bristol Street North b 9V— L� Dollars and D Cents $ Per Lump Sum 85. Lump Sum Fiber Optic/Communication @ W Dollars and 'D Cents �d ODD Per Lump Sum 86, Lump Sum Sign Illluuminatipn (Caltrans) Dollars and Cents $ Per Lump Sum 87. Lump Sum Lighting (City)v @ Dollars and /I Cents $ Per Lump Sum PR 16 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL :a M 91 92. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Pavement Delineation @ ED Dollars and Cents Per Lump Sum Lump Sum Remove Existing Striping @ "1h7� Dollars and Cents Per Lump Sum Lump Sum Modify Lighting (Bri ge) @ Dollars and Cents $ Per Lump Sum Lump Sum Furnish and Install Bridge Mounted Overhead Sign @fny1z44Ut� Dollars and _ Cents $ (� Per Lump Sum Lump Sum Ro dway Signage @ I Dollars and � 2> Cents $ �,,Z—Un Per Lump Sum 1 EA Remove Bridge Mounted Overhead Sign @T AAI"ZF.t Dollars and _ Cents Per Each PR 17 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 94. 20 CY Remove Retaining Wall (Portion) r-ao iZ 1-4V til1�Fz -G 1� @ f�A Dollars Q�b and I v Cents Per Cubic Yard 95. Lump Sum 3 . LA e. . Reww�� ( "'(Portion) Tv.L��i`t �ra+kT Dollars and Cents $ Per Lump Sum 96. 4 EA Bridge Removal (Portion), Exist Column Flare Isolation @FNC✓{{U� Dollars i and ��✓, Ylr� Cents i $ Per Each, 97. 300 CY Structure Excavation (Bridge) (F) @ `r-Al TY Dollars��' and 01�12 V-c> Cents $ - - -j -L� Per Cubic Yard 98. 10 CY St cure Excavation (Retaining Wail) (F) Dollars _ and Cents Per Cubic Yard 99. 200 CY Structure Backfill (Bridge) (F) @ I�t���`( Dollars and Cents $� Perard PR 18 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 100. 3 CY St ru��reB�apkfill(R fining Wall) (F) @ Dollars and Cents $ 7CJD. Per Cubic Yard 101. 2,200 LF Furnish Piling (Class 140) (P) @ r9 Dollars and 'rte Cents ` f $ " I �$ (0 Per Linear Foot 102. 50 EA Drive Pile (Class 140) (S) p� @ c � bDollars I'�; Per Each 103. 400 LF Furnish Piling (Class 90) (P) T @ Dollars y� and Cents Per Linear Foot 104. 15 EA Drive Pile (Class 90) (S) b @ ollars and !t2 Cents $5[aC) Per Each 105. Lump Sum Prestressing Cast -In -Place Concrete (P -S) Dollars and Cents $�� �l i Per Lump Sum PR 19 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 106. 4 EA Ti ack�A`nchor (P -S) @ -Vwco_e—�� Dollars and�ODD _ t tQ Cents $ ODD Per Each 107. 150 CY Structural Concrete, Bridge Footing (F) @ ` Dollars _ and�[�(� Cents $ C)o 0 Per Cubic Yard 108. 550 CY Structural Concrete, Bridge (F) @ Dollars _ and �� 40 De �' Cents $ Per Cubic Yard 109. 15 CY Structural Concrete, Retaining Wall (F) 1V1 o `'_ GiP r 1 ky 1V 0 ars14 and Cents Per Cubic Yard 110. 15 CY Structural Concrete, Approach Slab (Type Eq) (F) Et (a�Hj"t- 4vr�.te�� la Dollars and Cents $ Per Cubic Yard 111. 70 CY Structural Concrete, Approach Slab (Type R) (F) @ �Jr Dollars and 7dO $� Q Cents Per Cubic Yard PR 20 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 112. 550 SF Fractured Rib Texture (F) @ Dollars @ O F Dollars and Cents $ �, D UC)- and Cents Per Squ re Foot Per Square Foot — 113. 100 LF Drill And Bond Dowel @ jVkb�ft Dollars+ and ✓ 2tJ Cents $ 2 UDD. f Per Linear Foot 114. 2,000 SF Refinish Bridge Deck @ Dollars and Cents $ �, D UC)- Per Square Foot 115. 60 LF Joint Seal (Type B - Mr 1 Yz ") (P -S) @ TEA4 Dollars �-� Cents 110 $ _ D Per Linear Foot 116. 150,000 LB Bar Reinforcing Steel (Bridge) (P -F -S) @ ? Dollars 0 and (� � A-At atz Cents $ 3 000. Per Pound 117. 1,800 LB Bar Reinforcing Steel (Retaining Wall) (P -F -S) @ (2t4 - Dollars and ZzEr2 Cents $�L' Per Pound PR 21 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 118. 5,000 LB Furnish Sign Structure (Bridge Mounted With Walkway) (S -F) @ Dollars and Cents Per Pound 119. 5,000 LB Install (Sign Structure (Bridge Mounted With Walkway) (S -F) @ OI3E Dollars _�7 and Cents 1 .� $ I %y(� Per Pound 120. 800 SF Geocomposite Drain @ Dollars and - Cents $ Per Square Foot 121. 70 LF Welded Steel Pipe Casing (Bridge) oIJErA -.50 = @ Dollars and„ Cents I $_ Per Linear Foot 122. 20 CY Slope Paving (Concrete) (F) N t I•-1� �v� -lr�� @CF(FN� Dollars and Cents Per Cubic Yard 123. 7, 700 LB Bridge 1Deck Drainage System (P -F -S) @ �y� Dollars U and Cents $ Per Pound PR 22 of 23 ITEM QUANTITY ITEM DESCRIPTION AND UNIT AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 124. 320 LF Chain Link Railing Type 6 (P -F -S) a N4 E= O1- @ SIX Dollars + ID(p l� Cents $✓�, �I2o Per Linear Foot 125. 320 LF Concrete Barrier Type 26 (Mod) (F) @ Vl�. 144 t-i Dollars andGt� -� �/G Cents 77// $ h�.1. LP Per Linear Foot 126. Lump Sum Provide As -Built Drawings Dollars and �� I rj Cents $T Per Lump Sum PR 23 of 23 TOTAL PRICE IN WRITTEN WORDS Date Bidder CJSk- t-p']-1 -'73Sd JIS-1- o9Lj-'7q 9S- Bidder's Telephone and Fax Numbers I otai F nce (Figures) K / Pf?eil JL114- Authori2ed Signature and Title 1Kr . -7a-o `i 83 - A 2 &3 -o 1,e Aee Cie�lr ,Cnacyw Ce<t 4ae63 Bidder's License No(s). Bidder's Address and Classification(s) Last saved by Henry L. Gray01 /0672011 8:03 AM f luserslpbvAshared�conlraclsk ylO-1 lyannboree rd bridge widening -sr73 c- 372fts&elproposal c-3724.doc CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as oullined by the City of Newport Beach, Dale Received: 3 -21 -11 Dept./Contact Received From: Rooks Dale Completed: 3 -22 -11 Sent to: _ Shari _ By: __ Joel Company /Person required to have certificate: Beador Construction Company 1, GENERAL LIABILITY A. INSURANCE COMPANY: Wausau Underwriters Insurance B. AM BEST RATING (A-: VII or greater): A; XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 2 M / 4M E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON- CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail, per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: _Wausau Underwriters Insurance B. AM BEST RATING (A -: VII or greater) A: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1.000.000 E. PRIMARY & NON- CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? NIA ❑ Yes ❑ No F. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail, per Lauren Farley, the City will accept the endeavor wording. New wording III. WORKERS' COMPENSATION A. INSURANCE COMPANY: National Union Fire Ins Co. B. AM BEST RATING (A-: VII or greater): A; XV C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? g Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach ❑ Requires approval /exception /waiver by Risk Management B &B Initials Comments: Approved: Risk Managemenl Date ® Yes ❑ No CERTIFICATE OF LIABILITY INSURANCE 3i2�izoiiYY' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in )leu of such endorsement(s). PRODUCER Patriot Risk and Insurance Services (CONTACT License 40G55954 j COMMENTS/REMARKS endors-�me-.-t UC'111'36i atr.ache,j. 30 day.-. nOLiCP Of. 10 for Rr,m.i um. f rhi - Supez Bede- and Repla---s C,srt i fi-c at e C ':r.-I-A 2.1 1 5/20! 1 ) . I OFREHARK COPYRIGHT 2000, AMS SERVICES INC. I POLICY ilTBJZ91455893020 THIS ENDORSEMENT CHANGESTHE POLICY. PLEASE READ IT CAREFULLY, LIBERTY DirectSolutions for Contractors This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART This endorsement modifies insurance by broadening the insurance provided by CG 00 01. Item 1 – REASONABLE FORCE Item 2. - NON -OWNED WATERCRAFT EXTENSION Item 3. - ALIENATED PREMISES Item 4. - PROPERTY IN YOUR CARE, CUSTODY OR CONTROL Item S. - DAMAGE TO PREMISES RENTED TO YOU - EXPANDED COVERAGE Item 6. - BODILY INJURY TO CO- EMPLOYEES Item 7. - HEALTH CARE PROFESSIONALS AS INSUREDS Item 8. - NEWLY FORMED OR ACQUIRED ENTITIES Item 9. - BLANKET ADDITIONAL INSURED AND WAIVER OF SUBROGATION — MANAGERS OR LESSORS OF PREMISES Item 10. - EXPANDED BLANKET ADDITIONAL INSURED AND WAIVER OF SUBROGATION (FOR INSTALLATION EXPOSURES) Item 11. - BLANKET ADDITIONAL INSURED AND WAIVER OF SUBROGATION – PERSON OR ORGANIZATION Item 12. - ADDITIONAL INSURED – ARCHITECTS, ENGINEERS OR SURVEYORS Item U. - ADDITIONAL INSURED – STATE, MUNICIPALITY OR POLITICAL SUBDIVISION - PERMITS Item 14. - ADDITIONAL INSURED AND WAIVER OF SUBROGATION – LESSOR OF LEASED EQUIPMENT Item 15. - KNOWLEDGE OF OCCURRENCE Item 16. - UNINTENTIONAL ERRORS AND OMISSIONS Item 17. - BODILY INJURY REDEFINITION Item 18. - MOBILE EQUIPMENT REDEFINITION Item 19. - SUPPLEMENTARY PAYMENTS Item 20. - LIBERALIZATION These changes broaden the policy sections described unless differing language is separately endorsed to the coverage Part. Item 1. - REASONABLE FORCE Exclusion a. of Coverage A is replaced by the following: a. Expected or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or properry. Item 2. - NON -OWNED WATERCRAFT EXTENSION Subparagraph g.(2) of Exclusion g. of Coverage A (Section I - Coverages) is replaced by the following: (2) A watercraft you do nor own that is: (a) Less than 55 feet long; and (b) Not being used for public transportation or as a common carrier. Item 3. - ALIENATED PREMISES Subpangnph j.(2) of Exclusions of Section I – Coverages – Bodily Injury And Properry Damage Liablliry is replaced by the following: LG 3180 09 07 Page 1 of 8 (2) premises you sell, give away, or abandon, if the "property damage" arses out of any pan of those premises, Aid occurs from hazards that were known by you, or should have reasonably been known by you, at the time the properry was transferred or abandoned. Rem 4, - PROPERTY IN YOUR CARE, CUSTODY OR CONTROL 1. Subparagraphs (3) and (4) of exclusion (. of coverage A. do not apply except to (a) borrowed equipment, or (b) "property damage" to property in your care, custody and control while in transit. This insurance does not apply to any portion of a loss for which the insured has available any other valid and couecoble insurance, whether primary, excess, conuri or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this pobcy. 2. Limits of Inswancc Subject to Paragraphs 2., 3., and 5. of Section [I[ — Lirnits Of Insurance, the most we will pay for insurance provided by paragraph I., above is: 810,000 Each Occurrence Limit $25,000 Aggregate Limit The Each Occurrence Limit for this coverage appbes to all damages as a result of any one "occurrence regardless of the number of persons or organizations who sustain damage because of that "occucrencc." 'I he Aggregate Limit is the most we will pay for the sum of all occurrences covered by this provision. Item 5. - DAMAGE TO PREMISES RENTED TO YOU - EXPANDED COVERAGE A. Fire, Lighming Or Explosion Damage The last paragraph of 2. Exclusions under Section [ — Coverage A is replaced by the following: Exclusions c. through n. do not apply to damage to premises rented to you or Temporarily occupied by you with permission of the owner when the damage is "used by fire, lightning, or explosion or subsequent damages resulting from such fire, lightning or explosion, including water damage. A separate omit of insurance applies to this coverage as described in Section III — Limits of Insurance. B. Limits for Damage to Premises Rented to You Paragraph 6. of Section lit — limits of insurance is replaced by the following: Subject to S. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for any combination of. (a) damage caused by Ere, lightning, or explosion or subsequent damages resulting from such fire, fighming or explosion, including water damage to premises rented to you, or temporarily occupied by you with permission of the owner; and (b) "property damage' (other than damage by fire) to premises, including the contents of such premises, rented to you for a period of 7 or fewer eonsecuove days. Item 6. - BODILY INJURY TO CO- EMPLOYEES I. Subject to the Each Occurrence limit and the General Aggregate Limit, Paragraphs 2.2.(1)(a), (b) and (e) of SECTION 11 — Who Is an Insured do not apply to your supervisory or management "employees" for "bodily injury' only. 2. Subject to the Each Occurrence Limit and the General Aggregate Limit, Paragraphs 2.a.(I)(a), (b) and (e) of SECTION II — Who Is an Insured do not apply to your "employees" or "volunteer workccs" for "bodily injury" arising out of a Good Samaritan act to a co- "employee" or co- "volunteer worker." A Good Samaritan act means an attempt to rescue or aid a person in imminent or serious peril, provided the attempt is not recklessly made. Damages owed to an injured co- "employee or "volunteer worker' will be reduced by any amount paid or available to the injured co- "employee" or "volunteer worker" under any other valid and collectible inwance. L.G 3180 09 07 Page 2 of 8 Item 7. - HEALTH CARE PROFESSIONALS AS INSUREDS paragraph 2.a. (1) (d) of Section IL – Who Is An Insured is deleted unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x -ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has any other insurance char would also cover claims arising under this provision, whether the other insurance is pnmary, excess, contingent or on any other basis. Item 8. - NEWLY FORMED OR ACQUIRED ENTITIES Paragraph 3. of Section II – Wbo Is An Insured is replaced by the following: 3. Any organization, other than a joint venture, you newly acquire or form and over which you maintain majonty, ownership or majority interest, will qualify as a Named insured if there is no other similar insurance available to chat orgimzadon. a. Coverage under this provision is afforded only until i. the 180th day after you acquire or form the organization; or ii. separate coverage is purchased for the organization; or iii. the end of the policy period, whichever is earlier. b. Coverage A does not apply to "bodily injury' or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. No person or organization is an insured with respect to the conduct of any past partnership, current or past joint .crtrurc or past limited liability company That is not shown as a Named Insured in the Declarations. Item 9. - BLANKET ADDITIONAL INSURED AND WAIVER OF SUBROGATION — MANAGERS OR LESSORS OF PREMISES A. Section II – Who Is An Insured is amended to include as an insured any manager or lessor of premises leased by you in which the written Imse agreement obGgares you m procure additional insured coverage, provided that 1. the "bodily injury", "property damage" or "personal and adverusing injury" giving rise to liability occurs subsequent to the execution of the agreement; and 2, the written agreement is in effect at the time of the "bodily injury", "property damage ", "personal and advertising injury" for which coverage is sought. That person or organization shall be referred m as the additional insured. The coverage afforded to the additional insured is liodred to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in pan, by some negligent acts or omissions of you, your employees, your agents, or your subcontractors. There is no coverage for the additional insured for "bodily injury", "property damage" or "personal and advertising injury" arising out of the sole negligence of the additional insured or by those acting on behalf of the additional insured, except as provided below. If the written agreement to indemnify an additional insured requires that you indemnify the additional insured for its sole negligence, then the coverage for the additional insured shall conform to that agreement, provided, however, char the contractual indemnification language of the agreement is valid under the law of the state where the agreement was formed. 1 f the written agreement provides that a particular state's law will apply, Then such provision will be honored. B. Waiver Of Subrogation For any additional insured that obtains insured stares on this policy through paragraph A-, above, we waive any right of recovery we may have against the additional insured because of payments we make for " boddy injury", "properry damage' or "personal and adverusing injury" to which this insurance applies. C. Exclusions This insurance does not apply to: 1. Any "occurrence" chat takes place after you cease to be a tenant in That premises. LG 31 80 09 07 Page 3 of 8 2. Any constmcrion, term, :u wo. ,:cmolmoo or ins tnllnon oponuons pertonncd by or on behalf of dic Additional Insured. 3. :knc prcmi>cs for which c:ivcr:igc is csduJcd be endor anent D. Other Insurance the insunncc pro6dcd by this cndnrsemenr applies only to co %cc,ges and ',im is of insunncc required 1>y remlen aGrecmcni, hur in nn ev<nt exceeds either the scope of coverage.,r the limix of msunnec avAilahle y Am this policy. this insurance shall be excess over any other msurancc wndable to the adthunnel insured, whetl,c, such msurancc is on :m excasa, contingent or pnmarr' ha:.ts, unless rot arc obligated under a ,a'rmcn ,.rccmCm to provide liability' insurance for that additional .n,,i,,d nn :tor other hasu In that c,'cnt, this pol¢r will apply suldc on the basis required by such "mien ancccmcm. 'fo d>c "im that the additional m<urcd h:;; the nght ro pur;'.m am' other insunncc carne, lur coverage, ineludi,.� a dcfcnsr, ,,c shall shnre that right ,•ri:h the :dditinn,.l insured. Item 10. - EXPANDED BLANKET ADDITIONAL INSURED AND WAITER OF SUBROGATION (FOR INSTALLATIDN EXPOSURES) A. Section II — Who Is As Insured is amended to include ns an insured im, person or organizmion to whom you arc obligated 1>y' a w,Ot¢n agreement in procure additinnal insured coverage. provided that; 1. the "I>odik t,jury," "prnpeny damage," or "personal and advertising injan'" giving rise to Ilxbdito occurs suhsuqucnr to the execution of tic wnucn Agrccment; and 2. the wrincn il*reemen is in effect at die time of the "bodily injury," "properc, damage;• or "personal and advcrusing injun-"' for which atvcrage is sought. That person or organizmion shad) he refe,rcrl m as die eddionnal insured. 'I "he •.wcragc affonicel to the additinnal insund is [nimcd to linuilm cat *ed, in Mink o- in part, he the negligent ac;; nr ^mbflbn.1 of you rnAr cmpiny¢s, root tier ms, or tour sul>connac•� rs. in the performance of cnur ongoing opcntinns. "11:: insurance does nor apply tn' bndil injun':' of propern' damage." "parv+nal And advvrtisinq injury" arising not of omrk" >ncluded in the "products compined oprrinons hazard" unless y uu art requirud to provide such cuyc age Inr he additional inmrcd by the writ rcn agreement, and then onl for the period of rime regtuccd by the wnr[en aGrcemrru and only for limhiliry cauhcd, in ,yhoic or in parr, by the nu.ligcn1 ncn nr nmissinn :. of you, your cmployccs, ,'our agents, or eour satbennrnnnrs. I here is no coverage for the addilional insured for '•bodily injury ''•• "property damage" or "personal and advertising injury•' arising out of the sole negliycnce of the additional insured or In those aping on behalf of the additional insured, c,,ccpt As pro,•idcd bclosh'. If he ,mitten agreement to indcnhnih' an addmonnl insured requires that On im emni Ra the additional insured Inr its sole negligence, ncCn rh: CO, :rage for the additinnal in,urcd shall conform in den agn'cmcnr, prn6ded. Ian„¢.: r, that the eoormcrtml Indemniucation langungc of the agreement is .m.lid under the im,• of the spate '.here the agreement was fnrmeJ. If the written agreement pmvidt rha, n particular score's h, ,yil! oppIt. lien such pro, ision will be honored. B. Waiver Of Subrogvian Inr any additional insu¢d rhar cb:.ung inwrcd siAms on this policy through pnngrnpi A., ahnvc, ,vc wah'c any right of recovery we may hxyc agsnct the .aldition:d msnrcd beeanse of payments me mlka for "bodily injury "propene damage" or "personal and uckcrtismg injury" ro whid> this in5nrlLOCe Applies. C. Esdosions V it It respect m ncC in>u ran ce-.tifnrdtd u, the', additinnal in weds. ncc tot NyinC adds t inWII rxelusjnns apply: LG 31 8n 09 07 Page 4 or 8 I hn insurtnee does not apph: L in "hodde mlurj" "prolitu, d: in.igc" tic "personal and adccnis:ng mlun ' i inng out of the rendering of, or the failure to render, any proicssiowil ,rchuccmed, cnomoenng or surn'e,ing senices, including: a. The preparing, appro"ing, or failing to prepare or approve, maps, shop drawings, opinions, repons, sume,,, held niders, ehaneu ordus or drawings and specification_; or b. >upem isorr, inspection, archireciur..I or engineering :ictwu cs. L to "bodily injun" ur "propene damage" '11:11 ne_ua during the nngning npemnons of it project where you have purchnsed nn Owners & Cmurucmrs Pmiccrive Lisbilin or Railroad Prnrr_tive [.:ability Policy for die additional insured. 3. when co,ecage is avnilablc'tnder a consolid.ucd (wrap up) insurance pro;,rana in hich .ou arc im'olved. . Other Insurance 1 he insurance prodded by this endorsement spphes only' to coverages and limits of insurance required by re ritacn agrcemcnt, hm in no event cscecrls rather the scope of cn'urafre or the limits of iosur;occ available ,thin this policy. I hi-. insurance shall be excess uvcr anc other insurance a,'ailahlc to the addutnnal insured, wherher such insurance is on an excess, contingent or priman basis, unless you arc obligated under it written agrcemcnt in provide liability insurance :.+r that additional insured on any othcc basis. In that ewanr, this police v:ill apply solely on the basis required by such wti trcn agrccmc nr. To the cxtenr Char the additional insured has the right rn pursue any richer insurance carrier for coverage, including a ,- ocrise, ac shall share that righr with the additional insured. I tern 11. - BLANKET ADDITIONAL INSURED AND WAIVER OF SUBROGATION — PERSON OR ORGANIZATION A. Scermn II — Who Is An Insured is amended to indudc as :m additional insured an, person or organi :¢ion m whom ,ou arc nhligatcd by a "r'ri ten 'agrccmc rat m prnnue id (Ii tionaI insured coverage, but 01111. ' ^iIli respect to 11a bit i ry for "bodily' uhlun'" "propcm d:unauc' or "p.rsutml and 'aJiefusing injure'" c:uaul, In 111151C ur in part, by your aces or nmissi� ns or the acts or omisslnos of ihnse acting on lour beh: If. I. In the performance ni ruur ongoing op,ruions; or 2. In connection with premi5c owned be iou provided Char: (a) the "bodily injure' "Property Jamngd' or "Personal an at ventsing halory" giving tae to ab:ht) ' occurs subsequent to ncL cxceuiun of the agrcemcnt, and (b) the wnrten agreement is 111 effect :u the rime of the "bodily injury". "p'ape'ry damage-, "personal injury" or "advenising injury " for "'hich coverage is sought. 'I 'hit person or orr. matron chill be referred to is the additional insured. I here is no eoverzge for the additional inrurcd or "budil•' injury ", "propene dxmagc" tit "personal and :&-crusing injur" arising out of i6e sole negligence of dac nddttionn! insured or he rho - aenng on laehalf of ncc additiotnl insured, except as pro,idcd bell,,,. If the written agrccmcnr in rndemntie all aJd:;;nnil insured requires that you indcrue:fy the nddinonal insured for its sole negligence, than nce covccnc for the additional insured shall conform m that agreement provided, however, char the eonrrecrual indemnitication language of the ,g,ccmna is valid under the law of the tram e:hccc; the agrcemcnr ,vas fnrmcd. If ihr written r •,ree'tn. nt prn1.idcs that it particular srirc's law o:ill app!-, then sad, provision will be honnrcd. B. Waivcr Of Subrogation For any additional inrurcd that uht wins inrurcd status tin this polic"' through partgnph A., above, we "vaiec any right of rcenvcro w'1. may ha,e against du addi rinn:d msu red heel Isc of pa vmcn is we nn k for "god tic inju r ropenv damage' or "personal and adccaising injure" to •.'hich this insucmcc xpplics. LG 31 80 09 07 Pagc 5 of 8 C. Exclusions This insurance does not apply to'. 1. Any premises or equipment leased to you. 2. Any construction, renovation, demolition or instaiadon operations performed by or on behalf of you, or those operating on your behalf. D. Other Insurance The insurance provided by this endorsement applies only to coverages and limits of insurance required by written agreement, bur in no event exceeds either the scope of coverage or the limits of insurance available within this policy. This insurance shall be excess over any other insurance available to the additional insured, whether such insurance is on an excess, contingent or primary basis, unless you are obligated under a written agreement to provide liability, insurance for that additional insured on any other basis. In that event, this policy will apply solely on the basis required by such written agreement. To the extent that the additional insured has the right to pursue any other insurance carrier for coverage, including a defense, we shall share that nght with the additional insured. Item 12. - ADDITIONAL INSURED — ARCHITECTS, ENGINEERS OR SURVEYORS A. Section II — Who Is An Insured is amended to include as an additional insured any arc6imcr, engineer, or surveyor engaged by you bur only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In connection with your premises; or 2. In the performance of your ongoing operations. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage' or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including L The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specificadonst or 2. Supervisory, inspection, architccturai or engineering activities. Item 13. - ADDITIONAL INSURED — STATE, MUNICIPALITY OR POLITICAL SUBDIVISION - PERMITS Section II — Who Is An Insured is amended to include as an additional insured any state, municipality or political subdivision with respect to any operations performed by you, or on your behalf, for which the state, municipaliry or political subdivision has issued a permit However, this insurance does not apply to: 1. "Bodily injury," "properry damage" or "personal and advertising injury" arising out of operations performed for the state, municipality or political subdivision; or 2. Any "bodily injury" or "property damage" included within the "products - completed operations hazard ", except when required by written contract or agreement initiated prior m loss; or 3. "Bodily injury," "property damage" or "personal and advertising injury," unless negligently caused, in whole or in part, by you or chose acting on your behalf. Item 14. - ADDITIONAL INSURED AND WAIVER OF SUBROGATION — LESSOR OF LEASED EQUIPMENT A. Section 1I - Who Is An Insured is amended to include as an additional insured any person or organization from whom you lease equipment when you and such person or organization have agreed in a written agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an insured only with respect to babiliry for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. There is no coverage for the additional insured for "bodily injury", "property damage" or "personal and advertising injury' arising out of the sole negligence of the additional insured or by those acting on behalf of the additional insured. LG 3180 09 07 Page 6 of 8 A person's or organization's starus as an additional insured under this endorsement ends when the agreement with you for such leased equipment ends. B. Waiver of Subrogation For any addiuonal insured that obtains insured stares on this policy through paragraph A., above, we waive any right of recovery we may have against the additional insured because of payments we make for "bodily injury", "properry damage" or "personal and advertising injury" caused, in whole or in pan, by your maintenance, operation or use of equipment leased to you by such person or organization. C. Other [asuracce This Insurance shall be excess over any other insurance available to the additional insured, whether such insurance is on an excess, contingent or primary basis, unless you arc obligated under a written agreement to provide liabiliry insurance for that additional insured on any other basis. In that event, this pobcy will apply solely on the basis required by such wrimen agreement. To the extent that the additional insured has [he right to pursue any other insurance carrier for coverage, including a defense, we shall share that right with the additional insured. Item 15. - KNOWLEDGE OF OCCURRENCE Subparagraph 2.a., b. and c. of Condition 2. Section fV — Commercial General Uabifiry Conditions are amended to add the following- As used in this paragraph, thc word "you" refer: to an "executive officer", parner, member or legal representative, and any other "employee" with insurance or risk management responsibilities. Item 16. - UNINTENTIONAL ERRORS AND OMISSIONS Paragraph 6. of Section rV — Commercial General Liabililiry Conditions is amended to add the following: Any unintentional error or omission in the description of, or failure ro completely describe, any prenuses or operations intended to he covered by this policy will not invalidate or affect coverage for those premises or operations. However, you must teport such errocor omission to us as soon as practicable after its discovery. This provision does not affect our right to coUeci additional premium or exercise our right of cancellation or non - renewal. Item 17. - BODILY INJURY REDEFINITION The definition of "bodily injury" in Section V - DEFINITIONS secuon is replaced by the following. "Bodily injury" means bodily injury, sickness or disease sustained by a person. It includes death or mental anguish, which results at any time from such physical harm, physical sickness or physical disease. Mental anguish means any type of mental or cmodonal illness or disuress. Item 18. - MOBILE EQUIPMENT REDEFINITION Paragraph 12. f.(I) (a), (b) and (c) of Section V — Definitions does not apply to self - propelled vehicles of less than 1000 pounds gross vehicle weight. Item 19. - SUPPLEMENTARY PAYMENTS Section i - Coverages, Supplementary Payments - Coverages A and B, item 1. b. and 1. d, respectively, arc replaced with: b. Up to $2,500 for cost of bail bonds cequucd because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the Investigation or defense of the cWm or "suit" including substantiated loss of earnings up to $500 a day because of time off from work. LG 3180 09 07 Page 7 of 8 Item 20. - LIBERALIZATION Section rV - Commercial General Liabibry Conditions is amended to add the following: 10. Ubealizadon If we adopt a change in our (oars or rule which would broaden your coverage without an extra charge, the broader coverage will apply to this policy. This exrension is effective upon the approval of such broader coverage in your sure. llhi, - cndnrscmcm is csccu,rd by the Pramium S fl Qccoce Dve 12/2012010 p.apinuon Dam 1212012011 ponuachmcm io Policy No.TBJZ91455893020 Audi. Buis issued Tn BeedoT Construction Company, Inc. Issued Countersigned by Sales Offer and No. R, � Z4_ i 7Z� Avihorixcd Rmrcscnon.c End. Scrial No. LG 3180 09 07 Page 8 of 8 Beador Construction Company, Inc. Policy #ASJZ91455893010 CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name of Person(s) or Organization(s): The City of Newport Beach, its elected or appointed officers, agents, officials, employees and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 20 48 02 99 PUIJr'1 VASJZ01455Af):10)0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Liberty EXPRESSSM Auto Enhancement Endorsement This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds III. Lessor - .Additional Insured and Loss Payee IV, Supplementary Payments - Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII, Airbag Coverage IX. Tapes, Records and Discs Coverage X. Audio, Visual and Data Electronic Equipment Coverage XL Physical Damage Deductible - Single Deductible XII. Physical Damage Deductible - Glass XIII. Physical Damage Deductible - Vehicle Tracking System XIV. Duties in Event of Accident, Claim, Suit or Loss XV. Unintentional Failure to Disclose Hazards XVI, Worldwide Liability Coverage - Hired and Nonowned Autos XVII. Hired Auto Physical Damage XVIII, Auto Medical Payments Coverage increased Limits XIX. Drive Other Car Coverage - Broadened Coverage for Designated Individuals XX. Rental Reimbursement Coverage XXI. Notice of Cancellation or Nonrenewal XXII. Loan /Lease Payoff Coverage XXIII. Limited Mexico Coverage XXIV. Waiver of Subrogation NEWLY ACQUIRED OR FORMED ORGANIZATIONS 7- hroughoul this policy, the words you and your also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization-, B. Unless you notify us to add coverage. to your policy, the coverage under this provision is afforded only until: The 90th day after you acquire or form the organization, or 2. The end of the policy period, whichever is earlier, and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. II. EMPLOYEES AS INSUREDS Paragraph A. 1. Who Is An Insured of SECTION II - LIABILITY COVERAGE is amended to add: Your "employee" is an insured while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 1 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. III. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "aulo" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any "leased auto" until the expiration date of this policy or until the lessor or his or her agent lakes possession of the 'leased auto" whichever occurs first. For any "leased auto" that is a covered "auto" under SECTION II - LIABILITY COVERAGE, subparagraph A.1„ Who Is An Insured provision is changed to include as an insured the lessor of the "leased auto." However, the lessor is an "insured' only for "bodily injury' or 'properly damage' resulting from the acts or omissions by: You. 2. Any of your "employees' or agents, or 3. Any person, except the lessor or any "employee' or agent of the lessor, operating a leased "auto" with the permission of any of the above. C. Loss Payee Clause We will pay, as interests may appear, you and the lessor of the "leased auto" for "loss" to the covered "leased auto." 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the lessor of a "leased auto," we will obtain his or her rights against any other party. D. Cancellation We may cancel the policy as allowed by the CANCELLATION COMMON POLICY CONDITION. If we cancel (he policy, we will mail notice to lessors of "leased autos" which are on file with the company. Such notice will be the greater of 30 days or (he same notice period we afford you. If you cancel the policy, we will promptly mail a notice to lessors of "leased autos" on file with the company confirming: a. That you have initiated cancellation of the policy, and b. The effective dale of the cancellation. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. For purposes of (his endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, including any "temporary substitute" of such "leased auto." Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 2 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. covered "auto" is out of service because of its breakdown, repair. servicing, "loss" or destruction. IV. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS Subparagraph A.2.a. (2) and A.2.a.(4) of SECTION 11 - LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including the actual loss of earnings up to $500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.S. of SECTION 11 - LIABILITY COVERAGE is deleted and replaced with the following: 5. FELLOW EMPLOYEE "Bodily injury" to any fellow "employee" of an "insured" arising out of and in the course of the fellow "employee's" employment. except for any insured named in the Fellow Employee Schedule of Employees. However, no "employee" is an "insured" for "bodily injury" to a co- employee if such co- employee's exclusive remedy is provided under a workers compensation law or any similar law. B. For the purpose of Fellow Employee Coverage only, paragraph 8.5. of BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II - LIABILITY COVERAGE for a covered "auto" is amended to add: This exclusion does not apply to "properly damage" or "covered pollution cost or expense" involving "personal property" of your employees or others while such property is carried by the covered "auto ". The Limit of Insurance for this coverage is $5,000 per accident. Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "persona( property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph AA.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $50 per day and to a maximum timil of $1,000. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered auto from the place where it is recovered to its usual garaging location. VIII. AIRBAG COVERAGE Exclusion 8.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 3 of 11 Includes copyrighted material of Insurance Services Office. Inc., with its permission. This exclusion does not apply to the accidental discharge of an airbag. X. TAPES, RECORDS AND DISCS COVERAGE Exclusion BA.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: 1) Are your property or (hat of a family member, and 2) Are in a covered "auto" at the time of 'loss ". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE Exclusions BA.c. and BA.d. of SECTION III - PHYSICAL DAMAGE COVERAGE are deleted and replaced with the following: C. Any electronic equipment that receives or transmits audio. visual , data or global positioning signals, unless such equipment is permanently installed in the covered "auto" at the time of the "loss" or is removable from a housing that is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" (This coverage does not.. apply to global positioning units that are mounted by a suction bracket), or d. Any accessories used with any electronic equipment excluded from coverage per subparagraph c. above. XI. PHYSICAL DAMAGE DEDUCTIBLE - SINGLE DEDUCTIBLE Paragraph D. In SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. DEDUCTIBLE For each covered "auto," our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss" for all the involved covered "autos' will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered "autos." XII. PHYSICAL DAMAGE DEDUCTIBLE - GLASS Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add. No deductible applies to "loss" to glass if you elect to patch or repair it rather than replace it. XIII. PHYSICAL DAMAGE DEDUCTIBLE - VEHICLE TRACKING SYSTEM Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 4 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by Iheft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIV. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a. and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident ". claim, "suit" or "loss ". your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident." claim, "suit" or "loss ". Such notice must include: (1) How, when and where the "accident" or "loss" occurred. (2) The " insured's" name and address, and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident," claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the "accident," claim, "suit" or "loss" from your agent, servant, or "employee." b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit.' (3) Cooperate with us in the invesligation or settlement of the claim or defense against the "suit ". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XVI. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to include the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions.- AC 84 07 05 09 Copyright 2008 Liberty Mutual All rights reserved. Page 5 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. If claim is made or "suit" is brought against an "insured" outside of the United Slates of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duly to investigate, negotiate, and settle or defend such claim or "suit." If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" ono we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the dale of reimbursement, The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suit" and its investigation, negotiation, and settlement or defense. The "insured" shaft not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVII. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality, or b. The actual cash value of such covered "auto" at the lime of the "foss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss," 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. For each covered "auto," our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger autos that you own. if no applicable deductible is shown in the Declarations, the deductible will be $250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVII of this endorsement does not apply. Paragraph AA.b. of the Physical Damage Coverage is replaced by Loss of Use Expenses AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 6 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured' becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused b, -: (1) Other than collision only if the Declarations indicate [hat Comprehensive Coverage is provided for any covered "auto." (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto.' or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto." However, the most we will pay under this coverage is $30 per day, subject to a maximum of $900 XVIII. AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMITS For any covered "loss," the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat bell at [he time of the "accident." This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos," "insureds." premiums paid, claims made, or vehicles involved in the "accident," If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVIII of this endorsement does not apply. XIX. DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II - LIABILITY COVERAGE is amended as follows: 1, Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: a. Any "auto" owned by that individual or by any member of his or her household, or b. Any "auto' used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos." 2. The following is added to Who Is An Insured: Any individ_al named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are 'insureds" while using any covered "auto" described in paragraph 8.1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while 'occupying" or while a pedestrian when struck by any "auto" you don't own except: AC 84 07 05 09 Copyright 2008 Liberly Mutual. All rights reserved. Page 7 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Any "auto" owned by that individual or by any "family member." D. SECTION III - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care. custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except. Any "auto" owned by thal individual or by any member of his or her household, or Any 'auto' used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos." E. For purposes of this endorsement, SECTION V - DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XX. RENTAL REIMBURSEMENT COVERAGE A. For any owned "covered auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto." Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto." No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss and ending with the earlier of the return or repair of the covered "auto ", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: Necessary and actual expenses incurred, or 2. $30 per day with a maximum of $900 in any one period. D. This coverage does not apply: While (here are spare or reserve "autos" available to you for your operations: or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under paragraph 4 Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 8 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. XXI. NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A. 2. of the COMMON POLICY CONDITIONS is changed lo: 2. We may cancel or non -renew this policy, by mailing written notice of cancellation or non - renewal to the Named Insured. and to any name(s) and address(es) shown In the Cancellation and Non - renewal Schedule: a. for reasons of non - payment, the greater of: (1) 10 days, or (2) the number of days specified in any other Cancellation Condition attached to this policy. or b. for reasons other than non - payment, the greater of: (1) 60 days, (2) the number of days shown in the Cancellation and Non- renewal Schedule, or (3) the number of days specified in any other Cancellation Condition allached to this policy, prior to the effective date of the cancellation or non - renewal. B. All other terms of Paragraph A., of the COMMON POLICY CONDITIONS, and any amendments thereto. remain in full force and effect. XXII. LOAN /LEASE PAYOFF COVERAGE The following is added to Limit of insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a "total loss" to a covered "auto" of the "private passenger type" shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto," less. 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy, and 2. Any' a. Overdue lease /loan payments at the time of the "loss," b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage. C. Security deposits not returned by the lessor. d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, and e. Carry -over balances from previous loans or leases. This coverage is limited to a maximum of $1500 for each covered "auto'. AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 9 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. XXIII. LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ON,Y - NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. A. Coverage Paragraph B. 7 of SECTION IV - BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The "accident' or "loss" occurs within 25 miles of the United Slates border; and b. While on a trip into Mexico for 10 days or less, For coverage provided by this Section of the endorsement, Paragraph B.S. Other Insurance in SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a 'loss" to a covered "auto" occurs in Mexico, we will pay for such 'loss" in the United States. If the covered "auto' must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value, of such "loss" at the nearest United Slates point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: If the covered "auto' is not principally garaged and principally used in the United Slates, 2. To any "insured" who is not a resident of the United States. XXIV- WAIVER OF SUBROGATION Paragraph A.S. in SECTION IV- BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of accident, to waive rights of recovery against such person or organization. AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 10 of 11 Includes copyrighted material of Insurance Services Office, Inc.. with its permission. Schedule Premium Liability Physical Damage Total Premium V. Fellow Employee Schedule of Employees: XIX. Drive Other Car LAB MP UM Name of Individual )(Xt. Notice of Cancellation or Nonrenewal Name and Address This endorsement does not apply in: Policy No: asfZ91 is M3010 Issued By: Effective Dale: 1212012010 Expiration Date: 12/20/2011 Sales Office: Endt Serial No UIM COMP COLL Number of Days AC 84 07 05 09 Copyright 2008 Liberty Mutual. All rights reserved. Page 11 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception dale of the policy unless a different da'e is indicated below_ (me lone ,y" a :aching cinuse" need ee commeled onh•Lhen Inis endolsemenl is issued svIo ceQUeni to Pico or. -ion or the policy). This endorsement, efieclive 12:01 AM 111;1_1011 lorms a part of Policy No,wcr.: ,ou:�SCv Issued 1O P "'dm' Cr'51 n¢(ion Cmm�a nc. Iv:. By N,ii,i•,pal Union Flre Int. Co. of PIUILt•.Ir6l+. R\ We have a right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization with whom you have a wrMen contract that requires you to obtain this agreement from us, as regards any work you perform for such person or organizalion. The addllional premium for this endorsement shat, be % of the total estimated workers compensation premium for this policy. WC 04 03 61 Countersigned by (Ed. 11 -90) �A thor)zed Representative CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 3724 SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 -2 DEFINITIONS 1 -2.1 Additional Definitions SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -1 AWARD AND EXECUTION OF CONTRACT 2 -1.1 Ownership and Use of Contract documents 2 -3 SUBCONTRACTS 2 -3.3 Status of Subcontractors 2 -5 PLANS AND SPECIFICATIONS 2 -5.1 General 2 -5.1.1 Plans 2 -5.2 Precedence of the Contract Documents 2 -6 WORK TO BE DONE 2 -8 RIGHT -OF -WAY 2 -8.1 Additional Work Areas and Facilities 2 -9 SURVEYING 2 -9.1 Survey Monuments 2 -9.2 Survey Service SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.1 General 3 -3.2 Payment 3 -3.2.2 Basis for Establishing Costs 3 -3.2.3 Markup 3 -3.3 Daily Reports By Contractor 3 -4 CHANGED CONDITIONS 1 1 1 2 2 2 2 2 2 2 3 3 4 5 5 5 5 5 5 5 5 6 6 6 7 FA INDEXFOR SPECIAL PRp (VOWS I OF 3 -5 DISPUTED WORK 8 SECTION 4 CONTROL OF MATERIALS 8 4 -1 MATERIALS AND WORKMANSHIP 8 4-1.3 Inspection Requirements 8 4 -1.3.4 Inspection and Testing 8 SECTION 5 UTILITIES 9 5 -1 LOCATION 9 5 -2 PROTECTION 9 5 -5 DELAYS 10 5 -5.1 Calculating Idle Time 10 5 -7 ADJUSTMENTS TO GRADE 10 5 -8 SALVAGED MATERIALS 11 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 11 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 11 6 -1.1 Contract Schedule 11 6 -1.2 Content of Contract Schedule 19 6 -1.3 Effect of Contract Schedule 20 6 -7 TIME OF COMPLETION 21 6 -7.1 General 21 6 -7.2 Working Days 21 6 -7.4 Working Hours 21 6 -8 COMPLETION, ACCEPTANCE AND WARRENTY 21 6 -8.1 Manufacturers' Warranties 22 6 -9 LIQUIDATED DAMAGES 22 6 -11 DISPUTES AND CLAIMS PROCEDURE 23 6 -11.1 General 23 6 -11.2 Form 24 6 -11.3 Claims Submitted to Engineer 25 6 -11.4 Claim is Prerequisite to Other Remedy 25 6 -11.5 Decision on Claims 26 6 -11.6 Appeal of Engineer's Decision 26 6 -11.7 Median 27 INDEX FOR i?ECIAL PF -OSIOW 2 OF 6 -11.8 Arbitration 27 6 -11.9 When Arbitration Decision Becomes Binding 27 6 -11.10 Appeal to Superior Court; Waiver of Jury Trial 27 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 28 7 -5 PERMITS 28 7 -6 THE CONTRACTOR'S REPRESENTATIVE 28 7 -7 COOPERATION AND COLLATERAL WORK 28 7 -8 PROJECT SITE MAINTENANCE 29 7 -8.2 Air Pollution Control 29 7 -8.5 Temporary Light, Power and Water 29 7 -8.5.1 Steel Plates 29 7 -8.6 Water Pollution Control 30 7 -8.6.1 Best Management Practices and Monitoring Program 30 7 -8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 30 7 -10 PUBLIC CONVENIENCE AND SAFETY 30 7 -10.1 Traffic and Access 30 7 -10.2 Storage of Equipment and Materials in Public Streets 31 7 -10.3 Street Closures, Detours, Barricades 31 7 -10.4 Safety 32 7- 10.4.1 Safety Orders 32 7- 10.4.5 Safety Plan and Safety Representative 32 7 -10.5 "No Parking" Signs 33 7 -10.7 Notice to Businesses and Residents 33 7 -10.8 Protection of the Public 33 7 -15 CONTRACTOR LICENSES 34 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS 34 SECTION 8 FACILITIES FOR AGENCY PERSONNEL 34 8 -1 GENERAL 34 SECTION 9 MEASUREMENT AND PAYMENT 35 9 -3 PAYMENT 35 9 -3.1 General 35 9 -3.2 Partial and Final Payment 35 APPENDIX EXHIBIT A - CALTRANS ENCROACHMENT PERMIT APPENDIX EXHIBIT B — IRWD APPLICATION FOR NON - RESIDENTIAL SERVICE INDEX FOR f PECI,L PRO 'I IONS ]OF] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS JAMBOREE ROAD BRIDGE WIDENING OVER STATE R__ . _ , CONTRACT NO. 3724 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Caltrans Special Provisions and Caltrans Bridge Special Provisions; (3) the Traffic Signal Supplemental Special Provisions; (4) the Video Detection Supplemental Special Provisions; (5) State of California Department of Transportation (Caltrans) Standard Specifications (2006 Edition); (6) Standard Specifications for Public Works Construction (SSPWC) (2003 Edition); (7) the Plans (Drawing No. R- 5976 -5, EA OA9701); (8) Standard Plans of the State of California Department of Transportation (Caltrans) (2006 Edition); (9) City of Newport Beach Standard Drawings (2004 Edition), including Supplements; (10) Irvine Ranch Water District (IRWD) Standard Drawings and (11) Standard Plans for Public Works Construction ( SPPWC) (2009 Edition) The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 1--- TERMS, DEFINITIONS, ABBREVIAITONS, UNITS OF MEASURE, AND SYMBOLS 1 -2 DEFINITIONS 1 -2.1 Additional Definitions, Compensable Delay - A delay entitling the Contractor to an adjustment of the Contract Sum and an adjustment of the Contract Time in accordance with this Agreement. Reference Sections 5 -5 Delays & 6 -6 Delays and Extensions of Time of the SSPWC. Non- Compensable Delay — A delay entitling the Contractor to an adjustment of Contract time only in accordance with this Agreement. Reference Sections 5 -5 Delays & 6 -6 Delays and Extensions of Time of the SSPWC. SP2OF51 Due Notice - A written notification, given in due time, of a proposed action where such notification is required by the contract to be given a specified interval of time (minimum 48 hours or two working days) before the commencement of the contemplated action. Notification may be from Engineer to Contractor or from Contractor to Engineer. Prompt - The briefest interval of time required for a considered reply, including time required for approval of a governing body. SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -1 AWARD AND EXECUTION OF CONTRACT 2 -1.1 Ownership and Use of Contract Documents. The Contract Documents and all copies furnished to or provided by the Contractor are the City's property and may not be used on other work. 2 -3 SUBCONTRACTORS 2 -3.3 Status of Subcontractors. Add the following to Subsection 2 -3.3 Status of Subcontractors: The Contractor will submit experience statements for each subcontractor who will perform contract work that amounts to more than ten percent (10 %) of the Work. 2 -5 PLANS AND SPECIFICATIONS. 2 -5.1 General. The Contractor will maintain the following at the Work site: 1. One as -built copy of the Plans and Specifications, in good order and marked to record current changes and selections made during construction. 2. The current accepted Contract Schedule. 3. Shop Drawings, Product Data, and Samples. 4. Approved permits from other agencies, including Cal -OSHA permits for trench shoring. 5. All other required submittals and items listed in the Specifications. The Plans, Specifications, and other Contract Documents will govern the Work. The Contract Documents are intended to be complementary and cooperative and to describe and provide for a complete project. Anything In the Specifications and not on SP3OF51 the Plans, or on the Plans and not in the Specifications, will be as though shown or mentioned in both. Payment for any items on the plans for which there are no specific bid item will be included in the various items of work or in any item to which it is appurtenant. If the Contractor performs any work which it knows or should know involves an error, inconsistency, or omission without notifying and obtaining written consent from the Engineer, the Contractor will be responsible for the resulting losses, including, without limitation, the costs of correcting defective work. Add the following subsections: 2 -5.1.1 Plans. Included as part of the Contract Documents are the following, which show the location, character, dimensions or details of the Work: Project Plans - The plans and data provided with the Contract Documents are based on existing plans and documents. The plans and data are provided for information per available records. The City does not guarantee their accuracy and correctness. If the Bidder in preparing the Bid Proposal uses this information, the Bidder assumes all risks resulting from conditions differing from the information shown. The Bidder, in consideration for the information being provided, hereby releases the City and Consulting Engineer from any responsibility of obligation as to the accuracy of such information or for any additional compensation for work performed due to assumptions based on the use of such information. Accuracy - Although it is believed that much of the information pertaining to conditions and existing utilities that may affect the cost of the Work will be shown on the Plans or indicated in the Specifications, the City does not warrant the completeness or accuracy of such information. The Contractor will carefully study and compare each of the Contract Documents with the others and with information furnished by the City and will promptly report in writing to the Engineer, via a written Request for Information, a minimum of two working weeks (10 days) prior to commencing work on any affected portion of the work, any errors, inconsistencies, or omissions in the Contract Documents or inconsistencies with applicable law observed by the Contractor. The Contractor will take field measurements, verify field conditions, perform soil investigations, and carefully compare with the Contract Documents such field measurements, conditions, and other information known to the Contractor before commencing the Work. Errors, inconsistencies, or omissions discovered at any time will be promptly reported in writing to the Engineer. 2 -5.2 Precedence of the Contract Documents. Subsection 2 -5.2 of the SSPWC is replaced by the following subsections. SP4OF51 If there is a conflict between any of the Contract Documents, the document highest in precedence shall control. The precedence shall be as follows: 1) Permits issued by jurisdictional regulatory agencies 2) Change Orders and/or Supplemental Agreements, whichever occurs last 3) Contract/Agreement 4) Addenda 5) Bid /Proposal 6) Specifications a. These Special Provisions b. Caltrans Special Provisions and Caltrans Bridge Special Provisions c. Traffic Signal Supplemental Special Provisions d. Video Detection Supplemental Special Provisions e. Caltrans Standard Specifications (2006 Edition) f. City of Newport Beach Standard Special Provisions (2004 Edition) g. Standard Specifications for Public Works Construction (SSPWC) (2009 Edition) 7) Plans (Drawing No. R- 5976 -S, EA OA9701) B) Standard Plans — Caltrans Standard Plans shall govern within the State right of way, otherwise as noted on the plans or as follows: a. Caltrans Standard Plans (2006 Edition) b. City of Newport Beach Standard Drawings (2004 Edition) c. Irvine Ranch Water District (IRWD) Standard Drawings d. Standard Plans for Public Works Construction (SPPWC) As the figured dimensions shown on the plans and in the specifications of the Contract may not in every case agree with scaled dimensions, the figured dimensions will be followed in preference to the scaled dimensions, and plans to a large scale will be followed in preference to the plans to a small scale. Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or explained in the Contract, the Contractor will apply to the Engineer for such further explanations as may be necessary, via a written Request for Information, a minimum of two working weeks (10 days) prior to commencing work on any affected portion of the work and will conform thereto as part of the Contract so far as may be consistent with the terms thereof. Any items shown on drawings and not mentioned in the specifications will be of like effect as if shown or mentioned in both. 2 -6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract consists of constructing roadway improvements for street and bridge widening, which includes roadway and bridge reconstruction, curb & gutter, catch basin, storm drain, sidewalk, curb ramps, traffic signal system modification, retaining wall and raised median construction, signing & striping, and all other incidental work in the specification document." SP5OF51 2 -8 RIGHT -OF -WAY. The following subsection is added to Subsection 2 -8 of the SSPWC. 2 -8.1 Additional Work Areas and Facilities. When the Contractor arranges for additional temporary work areas and facilities, the Contractor will provide the City with proof that the additional work areas or facilities have been left in a condition satisfactory to the owner(s) of said work areas or facilities before acceptance of the work. 2 -9 SURVEYING. 2 -9.1 Permanent Survey Markers. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. 2 -9.2 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City and Orange County survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is RBF Consulting and can be contacted at (949) 472 -3505. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the fling of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.1 General Add the following: "Payment for additional work and all expenditures in excess of the Contract Price must be authorized in writing by the Engineer. Such authorization shall be obtained by the Contractor prior to engaging in additional work. It shall be the Contractor's sole responsibility to obtain written approval from the Engineer for any change(s) in material or in the work proposed by suppliers or subcontractors. No payment shall be made to the Contractor for additional work which SP6OF51 has not been approved in writing, and the Contractor hereby agrees that it shall have no right to additional compensation for any work not so authorized. The Contractor shall be responsible to provide all data and to obtain all approvals required by the Specifications, including submittal of Daily Extra Work Reports. No claims or extras shall be approved by the Engineer unless all work was done under the direction of and subject to the approval of the Engineer. Disputed work claims shall comply with Section 3 -3 as modified herein." 3 -3.2 Payment 3 -3.2.2 Basis For Establishing Costs. The following paragraph is added to Subsection 3 -3.2.2 (a) Labor: Submit detailed cost breakdowns of labor wage rates for each classification of worker and for each trade and /or Subcontractor (all tiers). Labor units for all construction activities using RS MEANS Manual, the NECA Manual (Electrical), MCA (Mechanical) or a City accepted and agreed upon equal, shall be provided to assist in establishing costs. All preparation and administrative costs, whether Owner or Contractor requested, shall be considered part of the markup under Section 3- 3.2.3 below. The following paragraph is added to Subsection 3 -3.2.2 (b) Materials: A quantative take -off shall be provided by the Contractor, their Subcontractors (all tiers), suppliers and vendors and included with their respective cost estimates. Replace the second and third paragraphs of Subsection 3 -3.2.2 (c), Tool and Equipment Rental with, "Regardless of ownership, the rates to be used in determining the equipment usage costs will not exceed those listed for the same or similar equipment in the California State Department of Transportation publication of Labor Surcharge and Equipment Rates effective for the period of usage." 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 15 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. SIP 7OF51 (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3 -3.3 Daily Reports By Contractor. Add the following paragraph to subsection 3- 3.3, Daily Reports by Contractor: If disagreement continues regarding extra work, the Contractor may seek compensation in accordance with the Claims procedure. Daily Reports required by this subsection must be made part of the Claim as supporting data for the Claim. Reports shall be presented to and acknowledged (signed) by the Engineer (or Designee) on a daily basis. The Contractor shall resolve all discrepancies. 3 -4 CHANGED CONDITIONS. Subsection 3 -4, Changed Conditions, is deleted in its entirety and replaced with the following subsection: If the Contractor encounters concealed or unknown conditions that differ materially from those anticipated or expected ( "changed conditions "), the Contractor will immediately notify the Engineer in writing of such changed conditions (upon discovery and before disturbing such changed conditions), as provided in Subsection 6 -11, so that the Engineer can determine if such conditions require design details that differ from those design details shown in the Contract Documents. Notwithstanding the thirty (30) day time period set forth in Subsection 6 -11.3, the Contractor will be liable to the City for any extra costs incurred as a result of the Contractor's failure to promptly give such notice. Changed conditions will include, without limitation, the following: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract Documents, 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from what is represented in the Contract which the Contractor believes may be hazardous waste as defined in California Health & Safety Code § 25117 that is required to be removed to a Class I, II, or III disposal site in accordance with applicable law. The Engineer will promptly investigate conditions that appear to be changed conditions. The Engineer's decision, and any dispute regarding that decision, will be made promptly in accordance with Section 6 -11. SP8OF51 Any information provided pursuant to INFORMATION AVAILABLE TO BIDDERS is subject to the following provisions: The information is made available for the Bidders' convenience and is not a part of the Contract. 2. The City has not determined the accuracy or completeness of such information and all such information is made available to Bidders without any representation or warranty by the City whatsoever as to its accuracy, completeness, or relevancy. 3. Bidders will independently evaluate such information for their use and will be solely responsible for use or interpretation of such information. Any such use or interpretation will not be the basis of any claim against the City. 3 -5 DISPUTED WORK. Subsection 3 -5 is deleted in its entirety and replaced by the following subsection. If the Contractor and the City do not reach agreement on disputed work, the City may direct the Contractor to proceed with the work. Any payment for the disputed work will be determined pursuant to the claims procedures in these Special Provisions Specifications. Although not to be construed as proceeding under extra work provisions, the Contractor will keep and furnish records of disputed work as required by the Contract Documents. Subsection 6 -11 Disputes and Claims, Procedure, below shall be followed with respect to the submission and processing of any Disputed Item. The Contractor and City shall conduct a review of the provisions of Subsection 6 -11 contained herein prior to issuance of the Notice to Proceed. The City will consider the Contractor's requested revisions to Subsection 6 -11 and at it's sole discretion may issue a change order with a revised Disputes and Claims, Procedure Section. SECTION 4--- CONTROL OF MA- I-ERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. SP9OF51 The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. All material and workmanship as furnished and /or performed by the Contractor may be subject to the City, Caltrans, and /or local utility agency inspection. Upon request, the Contractor shall furnish the City, Caltrans, or the agency with full information as to the progress of the work in its various parts and shall provide timely (48 -hours minimum) notice of the Contractor's readiness for inspection. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following "Existing underground utilities are shown as per available records. It shall be the Contractor's responsibility to verify the location of all existing underground utilities by potholing or other means. The Contractor shall provide coordination with all the utility companies involved and shall provide protection from damage to their facilities. The Contractor shall be responsible for repair or replacement to said facilities made necessary by its failure to provide required protection.. The Contractor is required to include utility requirements in the Construction Schedule per Section 6 -1. The Contractor shall be solely responsible to check all utility record maps, books, and /or other data in the possession of the City, other agencies, and /or all utility companies, and no allowance shall be made for any failure to have done so. The Contractor shall utilize the services of "Underground Service Alert- Southern California" for utility locating in all public right -of -ways by calling 1- 800 - 227 -2600 at least 48 hours prior to any excavation." Add the following after the V paragraph: "Within five (5) days of completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5.2 PROTECTION. Add the following: "If, in the course of construction, the Contractor damages a sewer lateral or water lateral, the Contractor shall notify the utility and the Contractor shall be responsible to completely expose said lateral from the main line to the point of connection at private property to verify integrity of all joints to the satisfaction of the Engineer and the utility's SP 10 OF 51 inspector or representative. This shall not be considered to be extra work and no extra costs shall be allowed therefore. Sewers, including lateral repairs, shall be constructed of vitrified clay pipe (VCP), unless otherwise approved in writing by the Engineer. In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. All underground facilities shall be installed prior to surfacing of streets. The installation of all facilities crossing existing arterial highways requires boring or jacking, unless otherwise pre- approved by the City. Whenever it becomes necessary to tunnel under existing improvements, the Contractor shall support those improvements in a manner approved by the City." 5 -5 DELAYS. The following paragraphs are added to Subsection 5 -5 of the SSPWC. Actual loss, as used in this Subsection, will be understood to include no items of expense other than idle time of equipment and necessary payments for idle time of workers, cost of extra moving of equipment, and cost of longer hauls. Compensation for idle time of equipment and idle time of workers will be determined by Subsection 5- 5.1 and no markup will be added in either case for overhead and profit. The cost of extra moving of equipment and the cost of longer hauls will be paid for as extra work. The following subsection is added to Subsection 5 -5 of the SSPWC. 5 -5.1 Calculating Idle Time. Equipment idle time will calculated in accordance with Subsection 3- 3.2.2(c) and based upon the actual normal working time during which the delay condition exists, but in no case will exceed 8 hours in any one day. The days for which compensation will be paid will be the calendar days, excluding Saturdays, Sundays and legal holidays, during the existence of the delay. Worker idle time will be calculated in accordance with Subsection 3- 3.2.2(a). 5 -7 ADJUSTMENTS TO GRADE. The Contractor sha{I adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT &T Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. SP 11 OF 51 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager, at (949) 718 -3432. SECTION 6--- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Section 6- 1, Construction Schedule and Commencement of Work, Is deleted in its entirety and replaced by the following subsections. Pre - Construction Meeting: After contract award, the City will arrange for pre - construction meeting(s) to discuss the construction of the project. City will invite utility agencies and the contractor will arrange for all of its sub - contractors to attend the meeting. No work shall begin until a Notice to Proceed (NTP) has been issued. 6 -1.1 Contract Schedule A. General Scheduling of the Work shall be performed by the Contractor in accordance with the requirements of this Section 6. Development of the schedule and project status reporting requirements of the Contract shall employ computerized Critical Path Method (CPM) scheduling. The CPM Schedule. The CPM schedule and all reports should be prepared with the latest version of Microsoft Project, Or Equal. Where submittals are required hereunder, the Contractor shall submit four color copies of each submittal item, as well as an electronic copy of the file in the original application and Adobe PDF format. The Contractor shall provide the Owner with the scheduling software and /or license throughout the duration of the project. B. Qualifications The Contractor shall submit a statement of computerized CPM capability, either from the Contractor has in -house capability qualified to use CPM technique and the MS Project software or via CPM consultant so qualified and engaged by the Contractor. In either event the statement shall identify the individual who will perform the CPM scheduling. Capability shall be verified by description of construction projects on which the individual has successfully applied computerized CPM and shall include at least two projects of similar nature, scope and value not less than one -half the Total Bid Price of this project. This statement shall also Identify the contact persons for the referenced projects with current telephone and SP 12 OF 51 address information. The Contractor shall promptly engage and submit an alternate CPM scheduler should the City find the original submittal to be noncompliant with these specifications. C. Initial Schedule Submittals 1. At or before the pre- construction conference, the Contractor shall submit two short term schedule documents that shall serve as the Contractor's plan of operation for the initial 60 day period of the Contract Time and to identify the manner in which the Contractor intends to complete all Work within the Contract Time. a. 60 Day Plan of Operation: During the initial 60 days of the Contract Time, the Contractor shall conduct operations in accordance with a 60 day bar chart type of plan of operation. The bar chart so prepared shall show the accomplishment of the Contractor's early activities (mobilization, permits, submittals necessary for early material and equipment procurement, CPM submittals, initial Site Work and other submittals and activities required in the first 60 days). b. Project Overview Bar Chart: The overview bar chart shall indicate the major components of the Work and the sequence relations between major components and subdivisions of major components. The overview bar chart shall indicate the relationships and time frames in which the various components of the Work will be made substantially complete and placed into service in order to meet the project milestones. Sufficient detail shall be included for the identification of subdivisions of major components into such activities as demolition, excavation, foundation subgrade preparation, foundation concrete, masonry, completion of all structural concrete, major mechanical Work, major electrical Work, instrumentation and control Work, and other important Work for each major facility within the overall project scope. Planned durations and start dates shall be indicated for each Work item subdivision. Each major component and subdivision component shall be accurately plotted on time scale sheets not to exceed 24- inch by 36 -inch in size. Not more than four sheets shall be employed to represent this overview information. 2. The Engineer and the Contractor shall meet to review and discuss the 60 -day plan of operation and project overview bar chart within 10 Working days after submittal to the Engineer. The Engineer's review and comment on schedules will be limited to conformance with the sequencing and milestone requirements in the Contract Documents. The Contractor shall make corrections to the SP 13 OF 51 schedules necessary to comply with the requirements and shall adjust the schedules to incorporate any missing information requested by the Engineer. D. CPM Schedule Submittals 1. Original CPM Schedule: Within 30 calendar days from the date of Notice to Proceed (NTP), the Contractor shall submit for review by the Engineer, (4) colored hard copies of the CPM schedule and the computerized schedule report tabulations. The Contractor shall also submit a computer disk, or disks, or CD that contain all of the schedule submittal information. The disk shall contain data compatible with Primavera Suretrak to generate Network diagrams and schedule reports identical to the hard copies submitted. At the request of the Engineer, translation to Suretrak shall be provided for the above at no additional cost. This submittal shall already have been reviewed and approved by the Contractor's project manager, project superintendent and project estimator prior to submission. The submittal shall also include written concurrence from all Subcontractors and Vendors. 2. The CPM schedule shall be a time- scaled Network diagram of the I -j" activity -on- arrow or precedence type. The Network diagram shall describe the activities to be accomplished and their logical relationships and show the critical path. 3. All float in the schedule shall belong to the project. The computerized schedule report tabulation shall include the following: a. Report of activities sorted by activity number. Activity numbers, where practical, shall correlate to Stationing and /or Site areas. b. Report of activities sorted by responsibility code. Responsibility codes shall be established for the Contractor, Engineer, Owner, subcontractors, suppliers, etc. These codes shall be identified in the Network Diagram. C. A successor - predecessor report which shall identify the successor and predecessor activities for each activity and ties between schedule activities. 4. Original CPM Schedule Review Meeting: The Contractor shall, within 40 calendar days from the date of NTP, meet with the Engineer to review the original CPM schedule submittal. The Contractor shalt have the Project Manager, Project Superintendent, and the Project Scheduler in attendance. The Engineer's reviewwill be limited to the conformance to the Contract Documents. However, the review may also include SP 14 OF 51 a. Clarifications of the design intent, process, and startup requirements. b. Directions to include activities and information missing from the submittal. C. Requests to the Contractor to clarify the schedule. 5. Revisions to the Original CPM Schedule: Within 60 calendar days from the date of NTP, the Contractor shall have revised the original CPM schedule submittal to address all review comments from the original CPM schedule review meeting and resubmit the Network diagrams and reports for the Engineer's review. The Engineer, within 14 days from the date that the Contractor submitted the revised schedule will either (1) accept the schedule and cost loaded activities submitted, or (2) advise the Contractor in writing to review any part or parts of the schedule which either do not meet the Contract requirements or are unsatisfactory for the Engineer to monitor the project's progress and status or evaluate monthly payment requests by the Contractor. The Engineer may accept the schedule with conditions that the first monthly CPM schedule update be revised to correct deficiencies identified. When the schedule is accepted, it shall be considered as the "Original CPM Schedule" until an updated schedule has been submitted. The Engineer reserves the right to require that the Contractor adjust, add to, or clarify any portion of the schedule which may later be discovered to be insufficient for the monitoring of the Work or approval of progress payment requests. No additional compensation will be provided for such adjustments, additions, or clarifications. 6. Acceptance a. Acceptance of the Contractor's schedule by the Engineer and Owner will be based solely upon compliance with the requirements. By way of the Contractor assigning activity durations and proposing the sequence of the Work, the Contractor agrees to utilize sufficient and necessary management and other resources to perform the Work in accordance with the schedule. Upon submittal of a schedule update, the updated schedule shall be considered the "current" project schedule. b. Submission of the Contractor's progress schedule to the Owner or Engineer shall not relieve the Contractor of total responsibility for scheduling, sequencing, and pursuing the Work to comply with the requirements of the Contract Documents, including adverse effects such as delays resulting from ill -timed Work. 7. Monthly Updates and Periodic CPM Schedule Submittals a. Following the acceptance of the Contractor's original schedule, the Contractor shall monitor the progress of the Work and adjust the schedule each month to reflect actual progress and any changes in planned future SP 15 OF 51 activities. Each schedule update submitted shall be complete including all information requested in the original schedule submittal and be in the schedule report format indicated below. Each update shall continue to show all Work activities including those already completed. Completed activities shall accurately reflect "as built" information by indicating when the Work was actually started and completed. Each update shall be submitted 10 days prior to submittal of progress payment applications. b. Neither the submission nor the updating of the Contractor's original schedule submittal nor the submission, updating, change, or revision of any other report, curve, schedule, or narrative submitted to the Engineer by the Contractor under this Contract, nor the Engineer's review or acceptance of any such report, curve, schedule, or narrative shall have the effect of amending or modifying, in any way, the Contract Times, interim milestone or milestone dates or of modifying or limiting, in any way, the Contractor's obligations under this contract. Only a signed, fully executed Change Order can modify contractual obligations. C. The monthly schedule update submittal will be reviewed with the Contractor during a weekly construction progress meeting. The goal of these meetings is to enable the Contractor and the Engineer to initiate appropriate remedial action to minimize any known or foreseen delay in the completion of the Work and to determine the amount of Work completed sine the last month's schedule update. The status of the Work will be determined by the percent complete of each activity in the updated CPM Schedule. These meetings are considered a critical component of the overall monthly schedule update submittal, and the Contractor shall have appropriate personnel attend. At a minimum, these meetings shall be attended by the Contractor's Project Manager and General Superintendent. Within 7 working days after the monthly schedule submittal review, the Contractor shall submit the revised CPM schedule, the revised success /predecessor report, and the project status report as defined below. Within 5 working days of receipt of the revised submittals, the Engineer will either accept or reject the monthly schedule update submittal. 8. Schedule Revisions: The Contractor shall highlight or otherwise identify all changes to the schedule logic or activity durations made from the previous schedule. The Contractor shall modify any portions of the CPM schedule which become infeasible because of activities behind schedule or for any other valid reason. E. Change Orders and Extra Work Prior to and required for approval of a Change Order, the Contractor shall utilize a sub - network in the scheduling depicting any change in the work, purported to SP 16 OF 51 impact the schedule, and its effect on other activities. This sub - network shall be tied to the main network with appropriate logic so that a true analysis of the critical path can be made. F. CPM Standards Definitions: CPM, as required by this Section, shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction" except that either "i -j" arrow diagrams or precedence diagramming format may be utilized. In the case of conflicts between this specification and the AGC document, this specification shall govern. 2. Construction Schedules: Construction schedules shall include a graphic network diagram and computerized construction schedule reports as required below for status reporting. 3. Networks: The CPM Network shall be in a form of a time "i -j" activity -on -arrow or precedence type diagram and may be divided into a number of separate sheets with suitable match lines relating the interface points among the sheets. Individual sheets shall not exceed 24 inches by 36 inches. 4. Construction, submittal (including review times) and procurement activities shall be presented in a time - scaled format with a calendar time line along the entire sheet length. Each activity arrow or node shall be plotted so that the beginning and completion dates of each activity are accurately represented along the calendar time line. All activities shall use symbols that clearly distinguish between critical path activities, non - critical activities, and free float for each non- critical activity. All activity items shall be identified by their respective activity number, responsibility code, work duration, and their dollar value. All non - critical path activities shall show total float time in scale form utilizing a dotted line or some other graphical means. 5. Duration Estimates: The duration estimate for each activity shall be computed in working days and shall represent the single best estimate considering the scope of the work and resources planned for the activity. Except for certain non - labor activities, such as curing of concrete or delivery of materials, activity duration shall not exceed 14 working days nor be less than one working day unless otherwise accepted by the Engineer. 6. Float Time Definition: Unless otherwise provided herein, float is synonymous with total float. Total float is the period of time measured by the number of working days each non - critical path activity may be delayed before it and its succeeding activities become part of the critical path. If a non - critical path period, then that activity becomes controls the end date of the work. activity beyond its float period will SP 17 OF 51 activity is delayed beyond its float part of the critical path and Thus, delay of a non - critical path cause delay to the project itself. b. Float Ownership: Neither the Owner nor the Contractor owns the float time. The project owns the float time. As such, liability for delay of the project completion date rests with the party actually causing delay to the project completion date. For example, if Party A uses some, but not all of the float time and Party B later uses the remainder of the float time as well as additional time beyond the float time, Party B shall be liable for the costs associated with the time that represents a delay to the project's completion date. Party A would not be responsible for any costs since it did not consume all of the float time and additional float time remained, therefore the project's completion date was unaffected. G. Schedule Report Format Schedule Reports: Schedule Reports shall be prepared based on the CPM Schedule, and shall include the following minimum data for each activity: a. Activity numbers and responsibility codes. b. Contract No. d. Estimated activity duration. e. Activity description. f. Activity's percent completion. g. Early start date (calendar dated). h. Early finish date (calendar dated). L Late start date (calendar dated). j. Late finish date (calendar dated). k. Status (whether critical). I. Total float for each activity. M. Free float for each activity. SP 18 OF 51 Project Information: Each Schedule Report shall be prefaced with the following summary data: a. Project name. b. Contractor. C. Type of tabulation. d. Project duration. e. Contract times (revised to reflect time extensions by Change Order). f. The commencement dates stated in the Notice(s) to Proceed. g. The data date and plot date of the CPM Schedule. h. If an update, cite the new schedule completion date. H. Project Status Reporting The Contractor shall furnish monthly project status reports (overview bar chart and a written narrative report) in conjunction with the revised CPM Schedules as indicated above. Status reporting shall be in the form below. The Contractor shall prepare and submit monthly and overview bar chart schedule of the major project components. The overview bar chart schedule shall be a summary of the current CPM Schedule (original and as updated and adjusted throughout the entire construction period). It shall be limited to not more than four sheets which shall not exceed 24 inches by 36 inches. The major project components shall be represented as time bars which shall be subdivided into various types of work including demolition, excavation and earthwork, yard piping, concrete construction, mechanical, electrical and instrumentation installations. Major components shall include each new structure by area designation, sitework, modifications to existing structures, tie -ins to existing facilities, and equipment test and startup. 3. Each major component and subdivision shall be accurately plotted consistent with the project overview bar chart above. It shall represent the same status indicated by early start and finish activity information contained in the latest update of the CPM Schedule, In addition, a percent completion shall be indicated for each major component and subdivision. The initial submittal of the overview bar chart schedule shall be made at the time that the revised original CPM Schedule is submitted to the Engineer. The Contractor shall amend the overview schedule to include any additional detail required by the Engineer. The Contractor shall include any additional information requested by the Engineer at any time during the construction of the Work. SP 19 OF 51 4 The Contractor shall prepare monthly written narrative reports of the status of the project for submission to the Engineer. Written status reports shall include: a. The status of major project components (percent complete, amount of time ahead or behind schedule) and an explanation of how the project will be brought back on schedule if delays have occurred. b. The progress made on critical activities as indicated on the CPM Schedule. C. Explanations for any lack of work on critical path activities planned to be performed during the last month. d. Explanations for any schedule changes, including changes to the logic or to activity durations. e. A list of the critical activities scheduled to be performed in the next two month period. f. The status of major material and equipment procurement. g. The value of materials and equipment properly stored at the Site, not yet incorporated into the Work. h. Any delays encountered during the reporting period. L An assessment of inclement weather delays and impacts to the progress of the Work. The Contractor may include any other information pertinent to the status of the project. The Contractor shall include additional status information requested by the Engineer. I. Inclement Weather Provisions of the Schedule The Contractor's construction schedule shall included at least the number of days of delay due to the average number of normal inclement weather days for the same monthly periods over the past 3 years, as reported for the John Wayne Airport. Contractor shall clearly show inclement weather delay days in schedule and provide historical weather report for review with schedule submittals. 6 -1.2 Content of Contract Schedule. The Engineer's review of the form and general content of the Contract Schedule and any updated Contract Schedules is only for the purpose of determining if the listed requirements are satisfied, nothing more. SP 20 OF 51 6 -1.3 Effect of Contract Schedule. The Contract Schedule, and any updated Contract Schedules, will represent a practical plan to complete the Work within the Contract Time. Extension of any schedule beyond the Contract Time will not be acceptable. Schedules showing the Work completed in less than the Contract may be acceptable if judged by the Engineer to be practical. Acceptance of such a schedule by the Engineer will not change the Contract Time. The Contract Time, not the Contract Schedule, will control in determining liquidated damages payable by the Contractor and in determining any delay. If a schedule showing the Work completed in less than the Contract Time is accepted, the Contractor will not be entitled to extensions of the Contract Time for Excusable Delays or Compensable Delays or to adjustments of the Contract Sum for Compensable Delays until such delays extend the completion of the Work beyond the expiration of the Contract Time. The Contractor will plan, develop, supervise, control, and coordinate the performance of the Work so that its progress and the sequence and timing of Work activities conform to the current accepted Contract Schedule. The Contractor will continuously obtain from Subcontractors Information and data about the planning for and progress of the Work and the delivery of equipment, will coordinate and integrate such information and data into updated Contract Schedules, and will monitor the progress of the Work and the delivery of equipment. The Contractor will act as the expeditor of potential and actual delays, interruptions, hindrances, or disruptions for its own forces and those forces of Subcontractors. The Contractor will cooperate with the Engineer in developing the Contract Schedule and updated Contract Schedules. The Engineer's review and comments about any schedule or scheduling data will not relieve the Contractor from its sole responsibility to plan for, perform, and complete the Work within the Contract Time. Review and comments about any schedule will not transfer responsibility for any schedule to the Engineer or the City nor imply their agreement with (1) any assumption upon which such schedule is based or (2) any matter underlying or contained in such schedule. The Engineer's failure to discover errors or omissions in schedules that have been reviewed, or to inform the Contractor that the Contractor, Subcontractors, or others are behind schedule, or to direct or enforce procedures for complying with the Contract Schedule will not relieve the Contractor from its sole responsibility to perform and complete the Work within the Contract Time and will not be a cause for an adjustment of the Contract Time or the Contract Sum. The Contractor will perform the Work in accordance with the currently accepted Contract Schedule. SP 21 OF 51 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 280 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work.' 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 151 (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4`h, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24'h, (Christmas Eve), December 25'" (Christmas), and December 315' (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Monday is a holiday. If January 15', July 4 1 , November 11'" December 24th December 25' or December 31st falls on a Saturday, the Friday before is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. Refer to Section 1.3 of the Traffic Signal Special Provisions Supplemental for additional requirements pertaining to traffic signals. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer, City and /or Caltrans. The request may be for 4:30 p.m, to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only or in limited cases Night Work, as required per Caltrans Special Provions. A request for working during any of these hours must be made at least 72 hours in advance, or as required by Caltrans, of the desired time period. A separate request must be made for each work shift. The City, Caltrans and Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123.00 per hour when such time periods are approved. 6 -8 COMPLETION, ACCEPTANCE AND WARRANTY. Add the following paragraph at the end of Section 6 -8: The Work shall mean to include all closeout requirements including, but not limited to, specified closeout submittals, stop notice release /bonds, release of claims, release of SP 22 OF 51 mechanics liens, releases of notices to withhold payment, project as- builts, operation and maintenance manuals, warranties and extra materials. Add the following subsection: 6 -8.1 Manufacturer's Warranties. Manufacturer's warranties shall not relieve the Contractor of liability under these Specifications. Such warranties only shall supplement the Contractor's responsibility. The Engineer may, at his option, require a manufacturer's warranty on any product offered for use. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the dally sum of $2,000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $2,000.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." In addition, temporary construction easements (TCE) have been established for the following three adjacent private properties: 1. Newport Lexus (3901 MacArthur Blvd.) - Contractor shall complete all construction activities within 40 consecutive working days. Contractor shall provide a written notice to the City ten (10) days prior to commencement of work within this TCE area. If construction activities extend beyond the 40 days, Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,000.00. This liquidated damage is in addition to the liquidated damage described in the first paragraph of this section. The work shall not be considered complete until all equipment are demobilized from the TCE area. Landscape and irrigation improvements within this TCE will be completed by a separate contractor. 2. Back Bay Court (3601 Jamboree Road) — Work adjacent to this property (as part of Stage 3) must commence on May 2, 2011 and shall be completed within 40 consecutive working days thereafter. Contractor shall not access the proposed City right -of -way (fee simple) and the proposed temporary construction easement areas until after May 2, 2011. Contractor shall provide a SP 23 OF 51 written notice to the City ten (10) days prior to commencement of work within this TCE area. If construction activities extend beyond the 40 days, Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. This liquidated damage is in addition to the liquidated damage described in the first paragraph of this section. The work shall not be considered complete until all equipment are demobilized from the TCE area. 3. SK Hart Bayview (3501 Jamboree Road) — Contractor shall complete all construction activities within 40 consecutive working days. Contractor shall provide a written notice to the City ten (10) days prior to commencement of work within this TCE area. If construction activities extend beyond the 40 days, Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. This liquidated damage is in addition to the liquidated damage described in the first paragraph of this section. The work shall not be considered complete until all equipment are demobilized from the TCE area. 6 -11 DISPUTES AND CLAIMS PROCEDURE 6 -11.1 General Consistent with PCC § 10240.6, "Claim" means a written demand or assertion by the Contractor that seeks an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time, or other relief with respect to the Contract Documents, including a determination of disputes or matters in question between the City and the Contractor arising out of or related to the Contract Documents or the performance of the Work, and claims alleging an unforeseen condition or an act, error, or omission by the City, the Engineer, their agents or employees. "Claim" does not mean, and the Claims procedures herein do not apply, to the following: Claims respecting penalties for forfeitures prescribed by statute or regulations, which a government agency is specifically authorized to administer, settle, or determine. 2. Claims respecting personal injury, death, reimbursement, or other compensation arising out of or resulting from liability for personal injury or death. 3. Claims respecting a latent defect, breach of warranty, or guarantee to repair. 4. Claims respecting stop notices. If a Claim is subject to the Change Order procedures, the Claim arises upon the Issuance of a written final decision denying in whole or In part the Contractor's Change Order Request. If a Claim is not subject to the SP 24 OF 51 Change Order Procedures, the Claim arises when the Contractor discovers, or reasonably should discover, the condition or event giving rise to the Claim. 6 -11.2 Form A Claim must include the following: 1. A statement that it is a Claim and a request for a decision 2. A detailed description of the act, error, omission, unforeseen condition, event or other condition giving rise to the Claim. 3. If the Claim is subject to the Change Order procedures, a statement demonstrating that a Change Order Request was timely submitted and denied. 4. A detailed justification for any remedy or relief sought by the Claim, including to the extent applicable, the following: a) If the Claim involves extra work, a detailed cost breakdown claimed. The breakdown must be provided even if the costs claimed have not been incurred when the Claim is submitted. b) To the extent costs have been incurred when the Claim is submitted, the Claim must include actual cost records (including, without limitation, payroll records, material and rental invoices) demonstrating that costs claimed have actually been incurred. C) To the extent costs have not yet been incurred at the time the Claim is submitted, actual cost records must be submitted on a current basis not less than once a week during any periods costs are incurred. A cost record will be considered current if submitted within 7 days of the date the cost reflected in the record is incurred. At the Engineer's request, claimed extra costs may be subject to further verification procedures (such as having an inspector verify the performance of alleged extra work on a daily basis). 5. If the Claim involves an error or omission in the Contract Documents: a) An affirmative representation that the error or omission was not discovered before submitting a bid for the Contract: and b) A detailed statement demonstrating that the error or omission reasonably should not have been discovered by the Contractor, its SP 25 OF 51 Subcontractors and suppliers, before submitting a bid for the Contract. 6. If the Claim involves an extension of the Contract Time, written documentation demonstrating the Contractor's entitlement to a time extension. Only justified delays to the critical path will be considered. 7. If the Claim involves an adjustment of the Contract Sum for delay, written documentation demonstrating the Contractor's entitlement to such an adjustment. 8. A personal certification from the Contractor that reads as follows: "I, , BEING THE (MUST BE AN OFFICER) OF (CONTRACTOR NAME), DECLARE UNDER PENALTY OF PERJURY UNDER CALIFORNIA LAW, AND DO PERSONALLY CERTIFY AND ATTEST THAT 1 HAVE THOROUGHLY REVIEWED THE ATTACHED CLAIM FOR ADDITIONAL COMPENSATION OR EXTENSION OF TIME, AND KNOW ITS CONTENTS, AND SAID CLAIM IS MADE IN GOOD FAITH; THE SUPPORTING DATA IS TRUTHFUL AND ACCURATE, THAT THE AMOUNT REQUESTED ACCURATELY REFLECTS THE CONTRACT ADJUSTMENT FOR WHICH THE CONTRACTOR BELIEVES CITY IS LIABLE; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA PENAL CODE § 72 AND CALIFORNIA GOVERNMENT CODE § 12650, ET SEQ., PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND THAT SUBMITTING OR CERTIFYING A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT, AND OTHER SEVERE LEGAL CONSEQUENCES." 6 -11.3 Claims Submitted To Engineer The Contractor shall submit Notice of Potential Claim (NOPC) prior to proceeding with any work that will be subject to claim. Within 30 days after the circumstances giving rise to a Claim occur, the Contractor will submit its Claim to the Engineer for a decision. Regardless of any Claim submittal, or any dispute regarding a Claim, unless otherwise directed by the Engineer, the Contractor will not cause any delay, cessation, or termination of the Work, but will diligently proceed with the performing the Work in accordance with the Contract Documents. Except as otherwise provided, the City will continue to make payments in accordance with the Contract Documents. 6 -11.4 Claim is Prerequisite to Other Remedy The Contractor certifies that it is familiar with PCC § 10240.2 and understands and agrees that submitting a Claim in accordance with these Specifications is an SP 26 OF 51 express condition precedent to the Contractor's right to otherwise pursue a claim whether through alternative dispute resolution or by litigation. Should the Contractor fail to submit a claim in accordance with these Specifications, including the time limits set forth herein, it will waive any right to a remedy, whether in law or equity, it might otherwise have pursuant to the Contract Documents or applicable law. 6 -11.5 Decision on Claims The Engineer will promptly review Claims submitted by the Contractor in accordance with these Specifications. Should the Engineer require additional supporting evidence to evaluate the claim, the Engineer will request such additional information in writing. Any such requested data will be furnished not later than 10 days after the Contractor receives the Engineer's request. The Engineer will render a decision not later than 60 days after either receiving the Claim or the deadline for furnishing additional supporting data, whichever is later. If the Engineer fails to render a decision within the time period established herein, then the Claim will be deemed denied. The Engineer's decision will be final and binding unless appealed in accordance with these Specifications. The Engineer's decision on a Claim will include a statement substantially as follows: "This is a decision pursuant to the General Specifications of your contract. If you are dissatisfied with the decision, and have complied with the procedural requirements for asserting claims, you may have the right to alternative dispute resolution or litigation. Should you fail to take appropriate action within 30 days of the date of this decision, the decision will be come final and binding and not subject to further appeal." 6 -11.6 Appeal of Engineer's Decision Should the Contractor dispute the Engineer's decision, then the Contractor must appeal that decision to the City's Public Works Director within 30 days of receiving the Engineer's decision. The Public Works Director will address disputes or claims within 30 calendar days after receiving such request and all necessary supporting data. The Public Works Director's decision on the dispute or claim will be the City's final decision. If the Contractor disputes the Public Works Director's decision, then the Contractor must demand alternative dispute resolution in accordance with this Section and the PCC within 30 days of the City's final decision. SP 27 OF 51 6 -11.7 Median If the City and the Contractor agree, disputes between the parties may be submitted to non- binding mediation. If the parties cannot agree to an alternative form of mediation, then mediation will be administered by the American Arbitration Association ( "AAA ") under Its Construction Industry Mediation Rules, unless the use of such rules are waived by mutual stipulation of both parties. The parties may, but are not required to be, represented by counsel in mediation. The requirement for mediation will not alter or modify the time limitations otherwise provided for claims and no conduct or settlement negotiation during mediation will be considered a waiver of the City's right to assert that claim procedures were not followed. 6 -11.8 Arbitration If the City and Contractor do not agree to mediation, then a dispute will be submitted to neutral non - binding (except as provided herein) arbitration. Arbitration will be conducted in accordance with PCC § 10240.3. Any decision rendered by an arbitrator will be consistent with PCC § 10240.8. The exclusive venue for any arbitration will be in Los Angeles County. The expenses and fees of the arbitrators and the administrative fees, if any, will be divided among the parties equally. Each party will pay its own counsel fees, witness fees, and other expenses incurred for its own benefit. 6 -11.9 When Arbitration Decision Becomes Binding The decision rendered by the arbitrator will become binding upon the parties unless appealed to the Los Angeles County Superior Court pursuant to PCC § 10240.12 within 30 days of the decision. If subsequent litigation results in an award to the party appealing the arbitration that is less than or equal to that of the arbitration decision, or if the litigation results in a decision in favor of the nonappealing party, then the party appealing the arbitration will pay the nonappealing party's attorney's fees and court costs. 6 -11.10 Appeal to Superior Court; Waiver of Jury Trial Should a party timely object to the arbitration decision, It may file a petition with the Los Angeles County Superior Court in accordance with California Code of Civil Procedure ( "CCP ") §§ 1285, et seq. Notwithstanding the limitations set forth in CCP § 1286,2, the court may vacate, correct, or adjust an arbitration award, and enter judgment in accordance with CCP § 1287.4, for any legal or equitable SP 28 OF 51 basis including, without limitation, error of law. The court will apply the substantial evidence standard of review when considering the appeal of an objecting party. BY EXECUTING THESE CONTRACT DOCUMENTS, THE CONTRACTOR AGREES TO HAVE DISPUTES OR CONTROVERSY CONCERNING THE CONSTRUCTION, INTERPRETATION, PERFORMANCE, OR BREACH OF THESE CONTRACT DOCUMENTS, INCLUDING CLAIMS FOR BREACH OF CONTRACT OR ISSUES OF BAD FAITH DECIDED IN ACCORDANCE WITH THIS SECTION 6 -11. BOTH THE CITY AND THE CONTRACTOR WAIVE THEIR RIGHT TO A JURY TRIAL FOR THESE DISPUTES OR ISSUES. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Add to this section the following: The Contractor shall obtain and pay for all costs incurred for permits necessary for the work and the associated operations such as, but not limited to, State of California. Department of Transportation double permit (DP) building, utility and /or encroachment permits, those permits required for night work, overload, and demolition. The Caltrans Encroachment Permit is attached as Exhibit A of the Appendix for your reference. The Irvine Ranch Water District (IRWD) Application for Non - Residential Service (Application Number 130160) is attached as Exhibit B. For private contracts, the Contractor shall obtain all permits incidental to the work or made necessary by its operations, and pay all cost incurred by the permit requirements, including but not limited O.S.H. A. permits prior to excavation work. The Contractor shall pay all business taxes or license fees that are required for this work. 7.6 THE CONTRACTOR'S REPRESENTATIVE. Add the following: The Contractor's representative shall be trained in, and have equipment capable of communicating using electronic media (e.g. email, documents in electronic formats, etc.). Correspondence utilizing electronic media shall be considered proper notice, unless otherwise indicated by Law or in the Contract Documents. 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of City water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. SP 29 OF 51 A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operation Manager, at (949) 718 - 3402." The Contractor shall coordinate with manufacturers' representatives who shall be present during the turn -on for Traffic Signal Cabinets /Controllers, Emergency Vehicle Detection systems and Batter Backup systems. 7 -8 PROJECT SITE MAINTENANCE 7 -8.2 Air Pollution Control. Add the following to Subsection 7 -8.2 The Contractor shall comply by all existing rules and regulations of the SCAQMD (South Coast Air Quality Management District), including but not limited to those relating to all operations or equipment which discharge visible emissions or solid or liquid particles to the atmosphere. 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting. This wiring shall include operation of pedestrian push buttons. Exceptions shall be approved by the Engineer. 7 -8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." SP 30 OF 51 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeacca.gov /publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual and the Caltrans Special Provisions, herein. 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7 -8.6.3 Storm Water Pollution Prevention Plan (SWPPP). The Contractor shall shall prepare and implement a project specific Storm Water Pollution Prevention Plan. 7.10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with the Traffic Handling Plans, the Caltrans Special Provisions and Section 7 -10 of the Standard Specifications, the Work Area Traffic Control Handbook (WATCH) (published by Building News, Inc), herein. The Contractor shall maintain pedestrian access at all times during construction. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly SP 31 OF 51 during sidewalk and retaining wall construction activities. The Contractor shall maintain a safe temporary pedestrian walkway by furnishing and installing signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Contractor prepared Traffic Handling and Detour Plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. In addition, the Contractor shall provide three (3) changeable message boards (CMB) to be places at the construction site for the duration of the construction activities. The exact location and Information of the CMBs will be determined by the Engineer and are included in the various items of work. The traffic control system shall consist of closing traffic lanes in accordance with the details shown on the Traffic Handling Plans, the Caltrans Special Provisions and the provisions of Section 7 -10.3, "Street Closures, Detours, Barricades," of the Standard Specifications for Public Works Construction, herein. The provisions in this section will not relieve the Contractor from his responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section 7 -10, "Public Convenience and Safety." Each vehicle used to place and remove components of a traffic control system on multi- lane 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 said components. The sign(s) shall be controllable by the operator of the vehicle while the SP 32 OF 51 vehicle(s) is /are in motion. The flashing arrow sign(s) shall be in place before lane closure requiring its use is completed. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately replace said component and shall restore the component to its original location. 7 -10.4 Safety 7- 10.4.1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7- 10.4.5 Safety Plan and Safety Representative Safety Plan: A detailed, project specific safety plan and precautions demonstrating compliance with codes and regulations. Qualifications of Contractor's designated on -site safety representative must also be included in this submittal. Submit safety program prior to beginning Work and in a timely manner so it may be reviewed before the work starts. Plan will be reviewed and returned in not more than 5 working days. Work shall not begin until the plan had been approved. Furnish name and 24 -hour emergency contact numbers of safety representative assigned to this Project. Safety and health personnel: 1. Provide a full -time Safety Representative that shall be on site at any time employees of the Contractor or any subcontractor is on site. The Safety Representative shall not be replace without prior written approval of the City. 2. The Safety Representative shall be thoroughly familiar with the safety references covered in paragraph 1.02 A of this specification. 3. Safety Representative shall be assigned full -time to this Contract. 4. Safety Representative shall be responsible for overseeing safety procedures for work performed around any hazardous materials removal SP 33 OF 51 activities, structure demolition, excavations, traffic control, pedestrian safety, protection of the public, use of construction vehicles and equipment and all other aspects of the Work. 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach `Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Businesses and Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to businesses and residents within 500 feet of the project, describing the project and indicating the limits of construction. The written notices will be prepared by the City, but shall be distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule may require Contractor re- notification using an explanatory letter furnished by the City. 7 -10.8 Protection of the Public. It is part of the service required of the Contractor to make whatever provisions are necessary to protect the public. The Contractor will use foresight and will take such steps and precautions as his operations warrant to protect the public from danger, loss of life or loss of property, which would result from interruption or contamination of public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the Project which will require that immediate and unusual provisions be made to protect the public from danger or loss of life, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the Contractor's operations and when, in the opinion of the Engineer, immediate action will be considered necessary in order to protect the public or property due to the Contractor's operations under this contract.. the Engineer will order the Contractor to SP 34 OF 51 provide a remedy for the unsafe condition. If the Contractor fails to act on the situation immediately, the Engineer may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, will be borne by the Contractor. All expenses incurred by the City for emergency repairs will be deducted from the progress payments and the final payment due to the Contractor. Such remedial measures by the City will not relieve the Contractor from full responsibility for public safety. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" Contractor License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer of Record or City Inspector shall be documented on the "As- Built" drawings. The "As- Built" drawing shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 8 - -- FACILITIES FOR AGENCY PERSONNEL Add the following to section 8 -1 General A Class "A" Field office conforming to 8 -2.1 shall be provided for the City's exclusive use at or within '/4 mile of the project site. Field office will be in close proximity to Contractor's field office and shall have telephone service and high speed, T -1 internet access. Office shall be equipped with the following (new or like new): • One plan rack • One plan table • Two desks and desk chairs • Two 4- foot long folding tables and 8 folding chairs SP 35 OF 51 • Two — 4 drawer lateral file cabinets • One 6 foot high by 3 foot wide metal storage cabinet • One 3 foot by 4 foot white board, wall mounted • Office phone Agency field office and all items listed above shall fully deployed and operational prior to start of work. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: 'The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid Items included within the Proposal: Add the following to Subsection 9 -3.2 Partial and Final Payment: B. Items Required for Payment Processing The Construction Manager and/or the City may withhold payment or a portion thereof, at the Owner's sole discretion, until such time as all of the following are delivered in satisfactory format: 1. Certified payrolls for Contractor and all subcontractors. 2. Updated Contract Schedule in the form prescribed by these Contract Documents. Failure of the Contractor to submit an acceptable updated Contract Schedule will result in the City withholding partial payment, without liability to the City, until such an acceptable updated Contract Schedule is submitted. Nothing herein will allow the Contractor to suspend or slow progress of the Work. 3. Conditional Waiver and releases from Contractor, all 1st tier subcontractors and any liar subcontractor or supplier which has filed a 20 day preliminary notice for current payment request (progress and final). SP 36 OF 51 4. Unconditional Waiver and releases from Contractor, all 1ST tier subcontractors and any tier subcontractor or supplier that has filed a 20 -day preliminary notice for previous payments. 5. Contractor's detailed monthly request for progress payment with backup documentation for any approved extra work completed during the period, including but not limited to: a. Haul /Dump Tickets /Manifests b. Material Delivery Tickets C. Subcontractors /Suppliers Invoices 6. Any delinquent submittal or other document reasonably required by the Construction Manager and /or Owner to verify complete delivery and /or installation of items included on the payment request pursuant to the Specifications. 7. The closure date for the purpose of making partial progress payments will be the last working day of each month. The Contractor will prepare the partial payment invoice with measurement of the work performed through the closure date and submit it to the CITY for approval. Item No. 1 Clearing and Grubbing: Work under this item shall include all work required for clearing and grubbing as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 2 Develop Water Supply: Work under this item shall include all work required to develop water supply as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 3 Binder (Dust Palliative): Work under this item shall include all work required to furnish and applying a dust palliative as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 4 Roadway Excavation: Work under this item shall include all Earthwork involved in Roadway Excavation as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 5 Imported Borrow (Deletable Item): Work under this item shall include all imported borrow Earthwork and conform to the requirements as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 6 Remove Concrete Curb (Median): Work under this item shall include removing existing concrete curb, disposing of removed concrete, and all other work SP 37 OF 51 items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 7 Remove Concrete (Curb and Gutter): Work under this item shall include removing existing concrete curb and gutter, disposing of removed concrete, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 8 Remove Concrete Sidewalk: Work under this item shall include removing existing concrete sidewalk, including sawcutting of concrete, disposing of removed concrete, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 9 Remove Median ( Hardscape Area): Work under this item shall include removing existing median hardscape, disposing of removed hardscape, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 10 Remove Chain Link Fence: Work under this item shall include removing and disposing of existing chain link fence, including chain link fabric, posts and foundations, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 11 Remove Tree: Work under this item shall include removing and disposing of existing trees, including stump and roots, backfill, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 12 Remove Hand Rails: Work under this item shall include removing and disposing of existing hand rails, including posts and foundations, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No_ 13 Remove Concrete (Pad and Walls): Work under this item shall Include removing and disposing of concrete pad and walls and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. SP38OF51 Item No. 14 Remove Concrete (Side Gutter): Work under this item shall include removing and disposing of concrete side gutter and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 15 Remove Concrete Barrier and Fence: Work under this item shall include removing and disposing of concrete barrier and fence and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 16 Remove Concrete (Curb Ramp): Work under this item shall include removing and disposing of concrete curb ramp and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 17 Remove Metal Beam Guard Rail: Work under this item shall include removing and disposing of existing metal beam guard railing and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 18 Remove Top Seven (7) Rows of Block Wall: Work under this item shall include completely removing the top seven (7) rows of the block wall, including any rebar, as shown on. the plans. Also included is grouting, painting and finishing the newly exposed top of wall surface to match the existing block wall in texture and appearance, as shown on the plans, as specified in the Standard Specifications, and as directed by the Engineer and approved by the City. Item No. 19 Adjust Storm Drain Manhole to Grade and Install Traffic Rated Frame and Cover: Work under this item shall include adjustment of existing storm drain manhole system to finished surface elevation, including all necessary appurtenances, and installing an agency approved traffic rated manhole frame and cover, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 20 Adjust City Water Vault Frame and Cover to Grade: Work under this item shall include adjustment of existing City water vault frame and covers to finished surface elevation, including all necessary appurtenances, adjustment rings, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 21, Adjust Storm Drain Manhole to Grade: Work under this item shall include adjustment of existing storm drain manholes to finished surface elevation, SP39OF51 including all necessary appurtenances, adjustment rings, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer.. Item No. 22 Install 2" Air and Vacuum Release Per Irvine Ranch Water District (IRWD) Standard Drawing W -11: Work under this item shall include removing and /or adjusting all necessary appurtenances, and all other work items as required to complete the installation work, as shown on the plans, as specified by the IRWD Standard Plans, and as directed by the IRWD inspector or Engineer. Item No. 23 Remove and Replace Valve Box Per Irvine Ranch Water District (IRWD) Standard Drawing W -22: Work under this item shall include all work items as required to complete the removal and replacement of the IRWD valve boxes, as shown on the plans, as specified by the IRWD Standard Plans, and as directed by the IRWD inspector or Engineer Item No. 24 Class 2 Aggregate Subbase: Work under this item shall include hauling material to job site, placement, compaction, which are limited to lifts of 6- inches, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 25 Class 2 Aggregate Base: Work under this item shall include hauling material to job site, placement, compaction, which are limited to lifts of 6- inches, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 26 Hot Mix Asphalt Concrete (Type A) (3/4" Maximum Aggregate Size): Work under this item shall include hauling material to job site, construction asphalt concrete pavement, prime /tack coat, HMA compaction, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 27 Asphalt Concrete Base (Type A): Work under this item shall include hauling material to job site, construction asphalt concrete base, compaction, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 28 Liquid Asphalt (Prime Coat): Work under this item shall include all work items required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. SP 40 OF 51 Item No. 29 Tack Coat: Work under this item shall include all work items required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 30 Modified 8" Type C PCC Curb and Gutter: Work under this item shall include subgrade compaction, framing, joints, finishing, re- chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 31 8" Type A PCC Curb and Gutter: Work under this item shall include subgrade compaction, frarning, joints, finishing, re- chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 32 8" Type B PCC Curb: Work under this item shall include subgrade compaction, framing, joints, finishing, re- chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 33 Concrete Side Gutter: Work under this item shall include subgrade compaction, framing, joints, finishing, and all other work items as required to complete the work in place, as shown on the plans, as specified In the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 34 Concrete Retaining Curb and Gutter: Work under this item shall include subgrade compaction, framing, joints, finishing, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 35 Concrete Local Depression: Work under this item shall include subgrade compaction, framing, joints, finishing, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 36 Minor Concrete (Median Paving): Work under this item shall include subgrade compaction, framing, joints, finishing, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 37 Minor Concrete (Sidewalk): Work under this item shall include subgrade compaction, framing, joints, finishing, and all other work items as required to SP 41 OF 51 complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 38 Minor Concrete (Curb Ramp): Work under this item shall include subgrade compaction, framing, joints, finishing, detectable warning surface, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 39 Modified Concrete Barrier (Type 26A) and Chain Link Railing (Type 7): Work under this item shall include framing, joints, finishing, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 40 Portable Concrete Barrier (Type 60K): Work under this item shall include pacing, moving, removing, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 41 Type 6B Concrete Retaining Wall and Hand Railing: Work under this item shall include framing, joints, reinforcement, finishing, and all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, the Standard Plans and Specifications for Public Works Construction and as directed by the Engineer. Item No. 42 Concrete Stairway and Metal Hand Railing: Work under this item shall include framing, joints, reinforcement, finishing, all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, the Standard Plans and Specifications for Public Works Construction and as directed by the Engineer. Item No. 43 Remove Inlet: Work under this item shall include removal and disposal of concrete, backfill, all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 44 Ditch Excavation: Work under this item shall include all other work Items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 45 Minor Concrete (Minor Structure): Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. SP 42 OF 51 Item No. 46 Minor Concrete (Backfill): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions, and as directed by the Engineer. Item No. 47 18" Reinforced Concrete Pipe (RCP): Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 48 Miscellaneous Iron and Steel: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 49 Cap Inlet: Work under this item shall include all other work items as required to complete the work in place including salvaging the existing inlet frame and grate, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 50 Minor Concrete (Parkway Inlet): Work under this item shall include all other work items as required to complete the work in place including matching the existing parkway inlet design and using the salvaged frame and grate, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 51 Prepare Storm Water Pollution Prevention Plan (SWPPP) Work under this item shall include preparing the storm water pollution prevention plan and all other work required as specified in the Caltrans Special Provisions and the State Standard Specifications, and as required by Caltrans to maintain throughout the duration of the project. Item No. 52 Construction Site Management: Work under this item shall include all work required for Best Managament Practice (BMP) construction site management as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 53 Temporary Erosion Control Blanket: Work under this item shall include all other work items as required to complete the work In place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 54 Temporary Median Drainage Swale: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. SP 43 OF 51 Item No. 55 Temporary Fiber Roll: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 56 Temporary Gravel Bag Berm: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 57 Street Sweeping: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 58 Temporary Drainage Inlet Protection: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 59 Temporary Construction Entrance: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 60 Temporary Concrete Washout Facility: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 61 Water Pollution Control Maintenance Sharing: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 62 Storm Water Sampling and Analysis: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 63 Erosion Control (Hydroseed): Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. SP 44 OF 51 Item No. 64 Lead Compliance Plan: Work under this item shall include all work require to prepare and execute the lead compliance plan as specified in the Caltrans Special Provisions and the State Standard Specifications. Item No. 65 Transplant Palm Tree: Work under this item shall include all other work involved in transplanting palm trees, complete in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 66 Transplant Palm Tree (Back Bay Court): Work under this item shall include all other work involved in transplanting palm trees, complete in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the City, Back Bay Court and the Engineer. Item No. 67 Maintain Existing Planting (Caltrans and City): Work under this item shall include all work required to maintain existing planting in both Caltrans and City right of way throughout the entire duration of the project, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 68 Planting (Caltrans and City): Work under this item shall include all work install and maintain new planting in both Caltrans and City right of way, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 69 Plant Establishment Work (250 Days)(Caltrans R/W Only): Work under this item shall include all work items required to establish new plants, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 70 Plant Establishment Work (60 Days)(City RAN Only): Work under this item shall include all work items required to establish new plants, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 71 4" CHDPE Sleeve: Work under this item shall include all work items required to construct the CHDPE Sleeve, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No 72 4" CHDPE Pipe Conduit (Crossover): Work under this item shall include all work items required to construct the CHDPE pipe conduit crossover, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. SP 45 OF 51 Item No. 73 2" PVC Sleeve: Work under this item shall include all work items required to construct the PVC Sleeve, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 74 Moisture Barrier (18 "): Work under this item shall include all work items required to construct a moisture barrier, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 75 Remove Existing Trees (Median) (11 Small): Work under this item shall include all work items required to completely remove the existing trees and roots in the median, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 76 GSP Water Line and Conduit Under Bridge (2 Locations): Work under this Item shall include all items required to install a GSP water line and conduit under the bridge overcrossing in two locations and complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 77 Irrigation System: Work under this item shall include all other work items as required to complete the irrigation system work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 78 Water Meter (1 "): Work under this item shall include all work items as required to construct a 1" water meter in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 79 Relocate Back Bay Court Sign, Foundation and Lighting System (Location 1): Work under this item shall include removing and salvaging the sign, foundation and all lighting and electrical components. The sign and foundation shall be relocated to the new location, as shown on the plans, and all lighting and electrical elements shall be reestablished, in addition to all other work items required to complete the work in place, as specified in the Special Provisions, and as directed by the City and Engineer. Item No. 80 Relocate Back Bay Court Sign, Foundation and Lighting System (Location 2): Work under this item shall include removing and salvaging the sign, foundation and all lighting and electrical components. The sign and foundation shall be relocated to the new location, as shown on the plans, and all lighting and electrical elements shall be reestablished, in addition to all other work items required to complete the work in place, as specified in the Special Provisions, and as directed by the City and Engineer. SP 46 OF 51 Item No. 81 Mobilization: Work under this item shall include providing bonds, insurance and financing, associated permitting and licenses, coordination for approval of non -city facilities, distribute construction notices, establishing a field office, preparing the construction schedule, preparing implementing the BMP plan, water pollution control, demobilization, and all other related work as required by the Contract Documents and the Caltrans Special Provisions and the State Standard Specifications. Item No. 82 Construction Traffic Control System: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 83 Signal and Lighting Jamboree Road and Bristol Street: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions, the City of Newport Beach, Traffic Signal Special Provisions Supplemental titled, 'Traffic Signal Modernization Project, Jamboree Road Bridge Widening over State Route 73, C- 3724," and as directed by the Engineer. Item No. 84 Signal and Lighting Jamboree Road and Bristol Street North: Work under this item shall include all other work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions, the City of Newport Beach, Traffic Signal Special Provisions Supplemental titled, "Traffic Signal Modernization Project, Jamboree Road Bridge Widening over State Route 73, C- 3724," and as directed by the Engineer. Item No. 85 Fiber Optic /Communication: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions, the City of Newport Beach, Traffic Signal Special Provisions Supplemental titled, 'Traffic Signal Modernization Project, Jamboree Road Bridge Widening over State Route 73, C- 3724," and as directed by the Engineer. Item No, 86 Sign Illumination ( Caltrans): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 87 Lighting (City): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions, the City of Newport Beach, Traffic Signal Special Provisions Supplemental titled, 'Traffic Signal Modernization Project, Jamboree Road Bridge Widening over State Route 73, C- 3724," and as directed by the Engineer. Item No. 88 Pavement Delineation: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in SP 47 OF 51 the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 89 Remove Existing Striping: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 90 Modify Lighting (Bridge): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 91 Furnish and Install Bridge Mounted Overhead Sign: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 92 Roadway Signage: Work under this item shall include all other items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 93 Remove Bridge Mounted Overhead Sign: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 94 Remove Retaining Wall (Portion): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 95 Bridge Removal (Portion): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 96 Bridge Removal (Portion), Exist Column Flare Isolation: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No, 97 Structure Excavation (Bridge), Exist Column Flare Isolation: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State SP 48 OF 51 Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 98 Structure Excavation (Retaining Wall), Exist Column Flare Isolation: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 99 Structure Backfll (Bridge): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 100 Structure Backfill (Retaining Wall): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 101 Furnish Piling (Class 140): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P). Item No. 102 Drive Pile (Class 140): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Specialty Contractor Item (S) Item No. 103 Furnish Piling (Class 90): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P). Item No. 104 Drive Pile (Class 90): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Specialty Contractor Item (S) Item No. 105 Prestressing Cast -In -Place Concrete: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P) and Specialty Contractor Item (S). SP 49 OF 51 Item No. 106 Tieback Anchor: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P) and Specialty Contractor Item (S). Item No. 107 Structural Concrete, Bridge Footing: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 108 Structural Concrete, Bridge: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 109 Structural Concrete, Retaining Wall: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 110 Structural Concrete, Approach Slab (Type Eq): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 111 Structural Concrete, Approach Slab (Type R): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 112 Fractured Rib Texture: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Final Payment Item (F). Item No. 113 Drill And Bond Dowel: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 114 Refinish Bridge Deck: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. SP 50 OF 51 Item No. 115 Joint Seal (Type B - Mr 1 ''/2'): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P) and Specialty Contractor Item (S). Item No. 116 Bar Reinforcing Steel (Bridge): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P), Final Payment Item (F) and Specialty Contractor Item (S). Item No. 117 Bar Reinforcing Steel (Retaining Wall): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P), Final Payment Item (F) and Specialty Contractor Item (S). Item No. 118 Furnish Sign Structure (Bridge Mounted With Walkway): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Payment Item (F) and Specialty Contractor Item (S). Item No. 119 Install Sign Structure (Bridge Mounted With Walkway): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Payment Item (F) and Specialty Contractor Item (S). Item No. 120 Geocomposite Drain: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 121 Welded Steel Pipe Casing (Bridge): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. Item No. 122 Slope Paving (Concrete): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Payment Item (F). SP 51 OF 51 Item No. 123 Bridge Deck Drainage System: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P), Final Payment Item (F) and Specialty Contractor Item (S). Item No. 124 Chain Link Railing Type 6: Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Partial Payment Item (P), Final Payment Item (F) and Specialty Contractor Item (S). Item No. 125 Concrete Barrier Type 26 (Mod): Work under this item shall include all work items as required to complete the work in place, as shown on the plans, as specified in the Caltrans Special Provisions and the State Standard Specifications, and as directed by the Engineer. This is a Payment Item (F). Item No. 126 Provide As -Built Plans on CD: Payment for this item shall include providing plans required by these Contract Documents in Subsection 7 -16, Contractor's Records /As -Built Drawings. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." F Users \PBNASha red \Cenlracls \FY 10- 17Vamboree Rd Bridge Widening - SR73 C-3724�PS&EICHAPTER 'I-SPECS C- 3724.DOC SPECIAL PROVISIONS - APPENDIX EXHIBIT A CALTRANS ENCROACHMENT PERMIT Print Permit STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. 6/2000) In compliance with: 12- 10 —N —MC -0857 112- ORA -73 PM 24.8 ® Your application of 1 necember 27, 2010 ❑ NO General Provisions D Utility Notice No. of ONO Am :.Agreement No. 111-5,61 of tGomp.by Dyes ONO ❑ RM! Conlrod No. of Cindy Ouon, Dislnd Di"'J" M. Jnvahcmeshan, Cons(mchon M. Ravanipour. Sbod. Constructor. TO: CITY OF NEWPORT BEACH P.W.D. BV: C/O RBF CONSULTING ❑Yes ONO Review 17425 ALTON PARKWAY ONO IRVINE, CA 92618 Attn: DAVID P. BRANDT 949 -855 -5700 ,PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to 0.00 Page 3 ofd. construct improvements to Jamboree Road and the Jamboree Road bridge over SR -73 between Bayview Way and MacArthur Boulevard in Newport Beach. The proposed improvements will include an additional travel lane in each direction and the widening of the bridge across SR -73 on the northern side of Jamboree Road. See attached permit application for the detailed description of work within the State right of way. All performed work within the State right of way shall be in accordance with the latest Caltrans Standard Plans and Standard Specifications, the Encroachment Permits Manual, the California MUTCD, the attached Provisions, and Permit Plans and Specifications both stamp - dated December 27, 2010. Permittee shall contact State Representative MAJID JAVAHERNESHAN at 949 -289 -3551 and State Struct. Construction Representative &Ow2MMAn RAVANIPOUR at 909- 240 -6505 a minimum of five working days prior to the pre - construction meeting. Failure to comply with this THIS PERMIT IS NOT A PROPERTY RIGHT AND DOES NOT TRANSFER WITH THE PROPERTY TO A NEW OWNER. The following attachments are also included as part of [his permit (Check applicable): _March 31,_ 2012_ 0 Yes ❑ NO General Provisions PERMIT ENGINEER Alberto EEslraCa -- �- In addition to fee, the permiltee will Dyes ONO Utility Maintenance Provisions be billed actual costs for: Dyes ONO Storm Water Special Provisions Cindy Ouon, Dislnd Di"'J" M. Jnvahcmeshan, Cons(mchon M. Ravanipour. Sbod. Constructor. BV: ) I Shaken, for info Only ❑Yes ONO Review B Yes ONO Special Provisions !A RV MONTA AMI . P.E_ DislI Pnmil nineer Dyes El No Inspection Dyes ONO A Cal -OSHA permit, if required: Permit No. p Yes ONO Field Work D Yes ONO As -Buill Plans Submittal Route Slip for Locally Advertised Projects Yes 10 No Storm Water Pollution Prevention Plan / Water Pollution Control Plan (it any Cakrans effort expended) 0 Yes ONO The information in the environmental documentation has been reviewed and considered prior to approval of (his permit. This permit is void unless the work is completed before _March 31,_ 2012_ 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 the other necessary permits and the environmental clearances have been obtained. PERMIT ENGINEER Alberto EEslraCa -- �- APPROVED: COnIES TO "perrnlliee Fite; 100857 Cindy Ouon, Dislnd Di"'J" M. Jnvahcmeshan, Cons(mchon M. Ravanipour. Sbod. Constructor. BV: ) I Shaken, for info Only !A RV MONTA AMI . P.E_ DislI Pnmil nineer hltp : //cup 1 /cpciTniUbin /print _perinit.plip ?id= 129065 12/27/2010 CITY OF NEWPORT BEACH 1210 -NMC -0857 DEC. 27, 2010 requirement will result in the suspension of this permit. Permittee's Contractor shall furnish the State with a signed application requesting a separate FEE - EXEMPT Caltrans Encroachment Permit Called Double Permit (DP), authorizing the Contractor to perform the work within the State right of way on Permittee's behalf. Permiftee's Contractor shall submit with the DP application the following: 1. A copy of the performance and payment bonds executed by the Contractor in favor of the City of Newport Beach covering adequately the construction cost of the project and which shall be kept in full force and effect until the permitted work is completed and accepted by the City. (See item 24 of the General Provisions). 2. A policy of General Liability Insurance, including coverage of Bodily Injury Liability and Property Damage Liability In accordance with Section 7 -1.12 of the State Standard Specifications. Such policy shall contain an additional- insured endorsement naming the State, its Officers, and employees as additional- insured. Coverage shall be evidenced by a Certificate of Insurance and shall remain in effect through the duration of the permit. 3. A Water Pollution Control Program (WPCP) for review and approval of Caltrans prior to the issuance of the DP. In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: • In case of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. Permittee's Contractor shall contact the State Representative at least seven (7) days hours prior to the implementation of the temporary traffic control. • Whenever the work area is more than 6 feet away from the adjacent traffic lane but within a designated shoulder or parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. • All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of each work period. • Orange vests and hard hats shall be worn at all times while working within State right -of -way. • Unless otherwise approved by the State Representative, the full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. • Unless otherwise amended by the State Representative, no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, and between 3:00 PM and 6:30 PM. • Access through the work area shall be provided for bicyclists and pedestrians at all times, when required by the State Representative. • Permittee shall comply with the attached METS Requirements. Immediately following completion of the work permitted herein. Permittee shall submit 'AS-BUILT' PLANS (see #22 of the General Provisions) and the Work Completion Notice and Customer Service Questionnaire (fax to 949/724- 2265) to facilitate closure of the permit. Pape 2 of 2 /2)0m Hme-,- 6er7 NETS REQUIRE MLNTS Permittee shall require its contractor to submit to the Caltrans Materials Engineering and Testing Services (METS) Materials Administrator three copies of approved plans for overhead sign and /or pole structures, specifications, special provisions and the permit that reference the permit number including a completed form DC -CEM -3101 "Notice of Materials to be Used" to for all signal poles, sign poles, light poles, mast arms, BBS, LED's, overhead sign, and other items as specified by the State Representative. Materials identified on a TL- 608 "Notice of Materials to be Fiuuished" may require a minimum of six weeks for source inspection, testing, and approval. Materials identified on a TL -608 which are not inspected and approved by the State at the manufactures s /fabricator's plant will be rejected for use on the State highway system. The METS Materials Administrator can be reached via fax at 916 - 227 -7084, via e -mail at materials_adn-inistrator-METS@dot.ca.gov or the following mailing address: State of California Department of Transportation Division of Engineering Services Materials Engineering and Testing Services Materials Adm nistrator, MS #5 5900 Folsom Blvd., Room 517 Sacramento, CA 95819 -4612 Contractors or subcontractors performing welding operations for overhead sign and pole structures shall have successfully completed the Department's "Manufacturing Qualification ,audit for Overhead Sign and Pole Structures," and during welding operations must be listed as having a current audit. A current list of completed audits is available at: http: / /www.dot.ca. gov /bq /csc/Translab /OSM /SMB Aud its,bLm Field welding for Overhead Sign and Pole Structures is only acceptable for splicing of Pole Structures and must be approved by METS. A welding quality control plan and galvanizing repair procedure must be approved by METS prior to start of splicing. Copies of the audit form, and procedures for requesting and completing the audit, are available at the Transportation Laboratory or at: http://mtivw.dot.ca.gov/hq/esc/Trans[ab/OSM/smbresources.htm Contractors or subcontractors performing welding operations for overhead sign and pole structures shall comply with the requirements of the following special provisions: • 8 -3. WELDING http: / /www.dot.ca. gov /liq /ese /oe /specifications /SSPs /2006 - SSPs /Sec_08- Mtls /08- 3_Welding'S8-WO4_E_BO9 -01 - 06.doc . WELDING FOR OVERI-IFAD SIGN AND POLL-' STRUCTURES h ttp: / /wv,hv,do f.ca.gov /hq /ese /oe /speci fi cat i ons /SSPs /2006 -5 SPs /Sec_08_Mt I s /O8- 1 Wclding/S8- U'OS_E_BO9- 01- 06.doc • NONDI:STRUCTIVI TEST FOR OVERHEAD SIGN STRUCTURE: http: / /» ,\vw. dot. ca.gov /hq /csc /oc /specifications/ SSPs /2006- SSPsiScc_10 /49- 59/56 -010. E_B09- 21- 07.doc /�-7rA- -jq ii el T /A gt 3 W STATE OF CAI.IFORNIA- DEPARTMENT OF TRANSPORTATION NOTICE OF MATERIALS TO BE USED CEM -31D7 (REV 05 /2006) CTq 7541. 3511 -1 To (Res oen1 °_noineer): You are hereby notified that materials required for use under Contract Number (1) Us'. Co. ,+rill be obtained from the following Sources: Rte, ADA Notice For Indbiduals wqn sensory dlsabllilies, This documeor is avababte In attema.. tonnala. For Inlermalion call 1919) 654 -6410 or T00 (el6) 954 -3880 or write Records and Fom1a Management. 1120N Street MS-89, Sacramento, CA 95814, P.M. Date: Contract aid Ilem Number (—I Item Contract Item Code item Component I. (3) Oescnpllon (6) (4) Item Sub- Component (5) Manufaclurer /Provider Name(s) and Address(es) (6) I I ' I� ) i I L II is requested "hat you armnge for sampling. lesting and inspeclicn of materials prior to delivery in accordance wllh Section 6 of the Standard SpecWca0ons. It Is understood that source Inspection does nol relieve the prime conlrai:W of the full responsibility for Incorporating into the work, materials that comply in all respects with the contract plans and specifications. Nor does it preclude the subsequent rejection of maleria's found to be unsuitable. Yours Truly, teak, :.15 Adntr.lsuawr, seal Station 05 Malenal6 Engn"(1 p b TP.610ng SENT eS 5900 Folsom Blvd. Sacramento. OA 95919 Fas: alfi$22' 70e4 ConsWd'nn Seciot Engw,iw cowl=., Pie Otsl.4r Conswuion Officc c Address Phone Fax STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE OF MATERIALS TO BE USED CENF3101 (REV 10/1992) CT# 7541- 3511 -1 NOTICE OF MATERIALS TO BE USED INSTRUCTIONS TO CONTRACTOR Section 6 of the Standard Specifications states that the contractor shall furnish the resident engineer a list of the contractor's sources of materials and the locations at which those materials will be available for inspection. The list shall be submitted on a stale - furnished form and shall be furnished to the resident engineer in sufficient time to permit inspecting and testing of materials to be furnished from the listed sources in advance of their use. In order to avoid delay in approval of materials, the Department of Transportation must receive, in a timely manner, your faxed Form CEM -3101, "Notice of Materials to Be Used." When fling your Form CEM -3101, please comply with the following as closely as possible: The contract number and job limits should be the same as they appear on the special provisions. The column headed "Contract Bid Item Number" refers to the sequential item number of the comrract. The column headed "Item Code" refers to the number for which the material is to be used. It is a six -digit number. The column headed "Contract Item Description" refers to an item description of the material as described in the special provisions. The columns headed "item Component' and "Item Sub - Component" refer to the specific description of material to be used, not necessarily the name of the contract item. For Example: Contrar! I Item Contract Item Item Bid Item Code Item Component Sub Number (3) Description (5) Component (2) (4) (5) ._ 0) 1 520100 Bar reinforcing steal Coupler (service splice) !_ Service splice, C1P welded The column headed "Manufacturer /Provider" refers to the manifaclurer /fabricator of the item and the supplier /vendor of the item. List the name and address of the manufacturedfabricator. Also, list the name and address where inspection will occur, if different from the manufacturer /fabricator. Form CEM -3101, "Notice of Materials to Be Used," must be faxed to (916) 227 -7084, Attn: Materials Administrator or postal mail to: Material Engineering & Testing Services, 5900 Folsom Blvd., Sacramento, CA 95819. If the sources of all materials are not known at the beginning of a contract, report those known. Supplemental "Notice of Materials to Be Used" should be submitted for the others as soon as possible thereafter. Do not delay submitting the original notice until all information is known. All changes in kinds and sources of materials to be used should be reported on supplemental "Notices of Materials to Be Used" immediately. Retain your copy and mail al' olher copies to the resident engineer. Note, when placing orders for materials that required inspection prior to shipment, be sure to indicate on your order that state inspection is required. h GlhA -Tinl STATE OF CALIFORNIA• DEPARTMENT OFTRANSPORTATION Page 1of4 STANDARD ENCROACHMENT PERMIT APPLICATION Foqk;cAL•TRANS USE D TR -0100 (REV, 072007) PERMIT NO. ®/L %D _ VMC- ®O.f -7 Permission 3 requested to encroach on the Slate Highway dghf- of-way as follows: DIST /COIRTEAPM aP r r (Complete all BOXES [write N/A if not applicable]) 17. ,_'` -- Gl °- SIMPLEX STAMP lb .' b' This application is not complete until all requirements have been approved. 1. COUNTY ZROUTE 3. POSTMILE Orange 73 24.8 12 67lq _ 4. ADDRESS OR STREET NAME 6. CITY Route 73 at Jamboree Road Newporl Beach G. CROSS STR EET (Dipance, and direction from site) 7. POR TION Of R IG H T -OF -WAY DATE OF SIMPLEX STAMP 11 1 bb Jamboree Road Overcrossing Bridge Overcrossing 7 T. WORK TO BE PERFORMED BY S. EST. START DATE 10. EST. COMPLETION DATE ❑ OWN FORCES ® CONTRL I March 1, 2011 March 1, 2012 11. MAX.DEPTH AVG.DEPTH AVG. WIDTH LENGTH SURFACE TYPE EXCAVATION 5' 2• varies 2,000' Dirt, Asphalt 12, EST. COSTIN STATE HIGHWAY RIGHT -OP -WAY FUNDING SOURCE(S) $3,710,179.00 -� ❑FEDERAL STATE. 2] LOCAL ❑ PRIVATE VOLTAGE /PSIG 14.CALTRA NS PROJECT E.A. NUMBER 13. PRODUCT TYPE DIAMETER PIPES Concrete (RCP) 18" 12KV/460,44 psig OA9701 ` _ Coon kpv }} IZ 15. ❑ Double Permit Parent Permit Number Applicant's Reference Number I Utility Work Order Number 10- 104114.002 16, Have your plans been reviewed by another Callrans branch? ® NO ❑ YES (If "YES ") Who? 17. Completely describe work to be done within STATE highway right -obway Aram 6 complete sets of FOLDED plans (folded 8.5" x 11'), and any applicable specifications, calculalions, maps, etc. All dimensions shall be in U.S. Customary (English) Units. Requesting an encroachment permit to construct improvements to Jamboree Road and the Jamboree Road bridge over Route 73 (SR -73), between Bayview Way and MacArthur Boulevard. The proposed improvements will provide an additional travel lane in each direction and widen the bridge across SR -73 on the northern side of Jamboree Road. The roadway work will include modifications to the Bristol Street (South) and Bristol Street North traffic signals, electrical and CCTV systems, signal interconnect, pavement reconstruction, sidewalk, curb and gutter, retaining wall, pedestrian ramps, storm drain, irrigation and landscaping improvements. The bridge widening will include the construction of a new bridge Column in the SR -73 median, two bridge abutments and a cast -in- place, prestressed, concrete bridge section. Lane Closures addressed per traffic control plans. A duration of twelve (12) months is requested. 18. Is a city, county, or other agency involved in the, approval of this pro)ec17 17J YES (if "YES -. check type of project and attach environmental tlocume,r.lho and conditions of approval. ) ❑ COMMERCIAL DEVELOPMENTT//❑ BUILDING ❑ GRADING ❑ OTHER ❑CATEGORICALLYEXEMPT Eol NEGATNEDECLARATION ❑ E NVIR ONMENTAL IMPACT REPORT ❑OTHER ❑ NO (if 'NO', Please clack ills category below which beet describes the project, and comp)elo page P of 'his application.) ❑ DRIVEWAY OR ROAD APPROACH, RECONS'INUC110N, MAINTENANCE. OR RE SURFACING ❑ PUBLIC UTILITY MODIFICATIONS, EXTENSIONS, HOOKUPS ❑ Ft.AGS. SIGNS, BANNERS, DECORATIONS, PAHAnES AND CELEBRAT10N5 0 ❑ FENCE ❑ MAILBOX ❑ EROSION CONTROL ❑ LANDSCAPING 19. W':' this proje[I cause a sUbslanfol chanoe in the signilicance of a IkWoncal resuur. (45 yeas or nne,), G: culW lal resource? (If 'YE,', provide a da6t,l on) ❑ YF.S ® NO 20. I: this prolea on an existing high, ay or coast where the aClivily Involves rc(ro. a! of a 5croic resource including a sgniLranl Tree or stand of lees, a lack outcropping w a In stone building? ❑ YES 2 NO Of -YES'. orpelde a dcscriptbn) 21, Is walk being done on applicant's property? ❑ YES © NO if "YES', span` Situ and grading flans.) TD A N OTT CL: r • Individn1lr •. ilh lensoq d�mbatlin, dne donmlun is . ailebk in 1lnmle f mUtl. Fer Wil.7oaeen coal 1916) 65.1 n 10 ar 100 (916) 6543880 0• Runrdr and Flo", kLO`.gc'nan1, 100 N si,,C, MS -89, , CA 95614 rl -5("2, STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 07 /2007) 22. wit this proposed project require (he disturbance of son OYES �NO If 'YES. estimate the area wit t State Highway right -of -way in square leaf AND acres: 32,235 (h) AND 0.74 estimate the area outside of Stale Highway right-of-way ins uare feel AND acres: 24,395 g Y 9 _, (fi') AND 23. Wit this proposed projed require dewaledn99 YES 0 NO 0.55 Page 2 of 4 4P,7f acres) (acres) ff'YES eagreale total gallons AND aaltons/momh. _ (galloef)AND _ _(gal(onsrmonth) SOURCE': ❑STORMWATER nNON- STORMWATER ('Soe Caluane SWMP for definitions of non -storm water discharge: http7Aw .docca. govlhq /envisiofm'walerfindex.him ) 24. Haw will any storm water or ground water be disposed of from within or near the limits of this proposed project? i­_J Storm Orain System ❑ Combined Sewer / Storm System ❑ Storm Water Retention Basin 00(hegexplain): Stormwater will drain through construction site EMPs and then to the local MS4. PLEASE READT-TEFOLLO W lNG CLAUSES PRTOR TO SIGNING THIS ENCROACHMENTPER MIT APPLI CATION. The applicant, understands and herein agrees to that an encroachment permit can be denied, and /or a bond requiredfornon- payment ofpriororpresentencroachmentpermitfees. Encroachment Permitfeesmaysti llbe due when an application is withdrawn or denied, and that a denial maybe appealed, in accordance with the California Streets and Highways Code, Section 671.5, All work shall be done in accordance with Caltrans rules and regulations subject to inspection and approval. The applicant, understands and herein agrees to the general pro visions, special provisions and conditions of the encroachment permit, and to indemnify and hold harmless the Slate, its officers, directors, agents, employees and each of them (Indemnitees) from and against any and all claims, demands, causes of action, damages, costs, expenses, actual attorneys'fees, judgments, losses and liabilities ofeverykindandnaturewhatsoever (Claims) arising out of Grin connection with the issuance and /or use of this eneroachmentpermitand the placement and subsequent operation and maintenance of said encroachment for: 1) bodily injury and /or death to persons Including but not limited to the Applicant, the State and its officers, directors, agents and employees, the Indemnities, and the public; and2) damage to property ofanyone. Except as provided bylaw, the indemnification provisions stated above shall apply regardless of the existence ordegree of fault of Indemnities. The Applicant, however, shalt no f be obligated to indemnifylndemnities for Claims arising from the sole negligence and willful misconduct of State, its officers, directors, agents or employees. DISCHARGES OFSTORM WATER AND NON -STORM WATER: Work within State Highway right -of -way shall be conducted in compliance with all applicable requirements of the National Pollutant Discharge Elimination System ( NPDES) permit issued to the Department of Transportation (Department), to govern the discharge ofstorm waterand non -storm waterfrom its properties. Work shall also be in compliance with all otherapplicable Federal, State andLocallaws andregulations, and with the Department's EncroachmentPermits Man ualand encroachment permit. Compliance with the Departments NPDES permit requires amongst other things, the preparation and submission ofa Storm Water-Pollu tion Protection Plan (SWPPP), ora WaterPollution Control Program (WPCP), and the approval of same by the appropriate reviewing authority prior to the start of any work. Information on the requirements may also be reviewed on the Deparlment's Construction Website at http: //wmna. dof. ca.ao v/h a /cons truclstormwatedstortnwaterl.hfm 25. NAME of APPLICANT or ORGANIZATION (Ylinl of City of Newport Beach Public Works ADDRESS of APPLICANT or ORGANIZATION WHERE c/o David P. Brand(, RBF Consultinc rtment (Attention: Andy Tran) ATran @newporlbeachca.gov 5 Alton z PHONE NUMBER FAX NUMBER 949.855.5700 949.330.4130 28. NAME uf AUTHORIZED AGENT I ENGINEER(Priot or Type) ISLETTEROFAUTHDRIZATIDNATTACHED ?E- bIAILADORE.SS RBF Consulting (Attention: David Brandt) I M YES ❑ No dbrandl @rbf.com --- - -- AUURcSS of all'I'HUW2HU AGEN f I ENGINEER (;nclude Ciry and Z %F Co00) 14725 Alton Parkway, Irvine, CA 92618 _ PHONE NUMBER FAX NUMBER 949.855.5700 949.330.4130 H ZED AGENT 28. PRINT OR TYPE NAME — 29.TITLE 130 , DATE David P. Brandt Prolect Coordinator I oenember22.mto STATE OF CALIFORNIA- DEPARTMENT OF TRANSPORTATION Page 3 of STANDARD ENCROACHMENT PERMIT APPLICATION PERMTNO. TR -01DO (REV. 0712007) j'SC'6_,.. eFEE CALCULATION — FOR CALTRANS USE ❑ CASH ❑ CREDITCARD NAMEONCARD _ PHONENUMBER ❑ CHECK NUMBER NAMEONCHECK /y PHONENUMBER 9<EMPT PROJECT EA ��}!9 I o� ❑ DEFERRED BILLING(UMM CALCULATED BY (1) (2) REVIEW 1. HOURS @ $ 2. HOURS @ $ 1. FEE /DEPOSIT $ DATE 2. FEE /DEPOSIT S DATE TOTAL FEE / DEPOSIT $ $ INSPECTION 1. HOURS @ S. 2. HOURS @ $ 1. FEE I DEPOSIT S DATE 2. FEE I DEPOSIT $ DATE TOTAL FEE I DEPOSIT $ -- $ FIELDWORK HOURS @ $ $ S S EQUIPMENT &MATERIALS DFPOSIT $ DATE DEPOSIT $ DATE DEPOSIT S CASH DEPOSITIN LIEU OF BOND S $ $ TOTAL COLLECTED $ $ CASH IER'S INITIALS $ The cunenl hourly rate is set annually by Headquarters Accounting. District Office staff do not nova authority to modlly this refs. PERFORMANCEBOND DATE SMOUNT PAVMEN7BOND ^ J DATE ❑ YES ❑ NO AMOUNT AMOU'IT S LIABILITY INSURANCE REQUIRED? SPECIAL PROVISIONS - APPENDIX EXHIBIT B IRWD APPLICATION FOR NON - RESIDENTIAL SERVICE IRVJNI RANCH WATER DISTR1CJ.' APPLICATION FOR NON - RESIDENTIAL SERVICE yr� G -37u� THC UNDERSIGNED APPLICANT HEREBY REQUESTS WATER SEWER AND /OR RECYCLED WATER SERVICE AND AGREES TO PAY ALL BILLS RENDERED AT CURRENI RATES AND .ABIDE BY ALL RCGULATIONS OF DISTRICT. THIS APPLICATION SHALL AT ALL TIMES BE SUBJECT TO SUCH CHANCES OR MODIFICATIONS BY THE HOARD OF DIRECTORS OFT] [E IRVINE RANCH WATER DISTRICT, AS SAID BOARD MAY, PROM TIME TO TIME, DIRECT IN TI1E EXERCISE OF ITS JURISDICTION. CO NrACT PERSON: AL DYSON SITE PHONE: 949 -466 -1788 ON-SITE RECLAIMED ALT. PHONE: WATER SUPERVISOR: ANDY TRAN PHONE: 949- 644 -331,5 ALT PHONE: 949 -644 -3315 PROJECT INFOPMATrON/SITE LOCATION MONTHLY BILLING ADDRESS DOMESTIC WATER IRRIGATION METER CITY OP NEWPORT BEACH IRRIG AREA ON NEW MEDIAN BEING CONSTRUCT CIVIL STATION NO. 1844-50 3503.00 JAMBOREE ROAD 3300 NEWPORT BLVD. IRVINE NEWPORT BEACH CA 92663 Per Plan - Attached VILLAGE: ❑C WEST ZONE: Zone 1 Central TRACTNO: LOTNO: ACRES: 3925snn PRIVATEHYDRANTS: TYPE OF SERVICE: Imgation WATERSOURCE: POTABLE USAGE: Landscape Irrigation DATE PAID: 7/08/10 CHECK NO: 1006 & 1007 BACKFLOW PREVENTION DEVICES ON POTABLE SERVICES ARE REQUIRED AT CUSTOMER EXPENSE(1RWD RULES AND REGULATIONS, SEC.1V -J). BACKFLOW DEVICE IS TO BE SET IN PLACE AND CERTIFIED PR10R TO ANY USE OF \V.gTLR T14ROUGH SERVICE. BACKFLObV DEVICE REQUIRED: Yes TYPE: RPPD . IRWD REFERENCE CODE: 5453 SEWER INSPECTION REQUIRED: No SEWER ZONE :N/A DWELLING UNITS: — — SERVICE SIZE: I" METER SIZE: ["DISC JR F ✓D ROUTING 17S.00 (Dale a.d /nirinlmhcn METER ONLY (SERVICE INSTALLED BY APPLICANT) S Inspection 0'-Sita Griga6on Crosz Coo ncUion E.0 Tested Meter SLop l UFAL UNVIITTANCE s 175.00 C:,Vamer Service � APPLICANT'S SIGN.ATURi; DATE: - LJ r2- �� APPROVEDBY: CHARNAW .... ll TE: 7 /000 S1' PE SUPEJUNTENDGNC VERIFICATION OF METER LOCATION/PIIRPOSF. ---------------------------------------------------------------------------------------------------------------- FOR IRWD INTERNAL USE ONLY I.D. NO: 110 C.W,O: 1010IN REIMB. W.0: IRRIGATION P.C. NO: ACCOUNT NO:. BILLING CODE: SERIAL #: DATE OF INSTALLATION: SIZE: _ CODE: MAKE: WATER SERVICEC1iARGE: S6WERSBRVICECHAI2GF,; RI — INSPECTORS OK TO SET MF.'rL'1L: APPI c:A r10N No: 130160 *IT IS THE APPLICANTS UESVONSIBILITY TO NOTIi<Y I TNS.PECTIONT DEPT. .A (949) 453 -5614 WITH AT LEAST 48 HOURS NOTICE TO ACTIVA (Your Meter Will NOT Be Set Until You Call and Activate This Application) STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS Annexed to Contract No. 12- OA9701 "rhe work embraced herein shall conform to the provisions in the State Standard Specifications dated May 2006, Amendments to May 2006 State Standard Specifications see Appendix "C", (hereinafter referred to as State Standard Specifications) and the Standard Plans dated May 2006 (hereinafter referred to as State Standard Plans), of the Department of Transportation insofar as the same may apply, 2010 California Manual on Uniform Traffic Control Devices (MUCTD), the 2009 Standard Specifications for Public Works Construction, "Greenbook." (hereinafter referred to as Standard Specifications), and these special provisions. In case of conflict between the Standard Specifications and the State Standard Specifications, the State Standard Specifications shall take precedence over and shall be used in lieu of the conflicting portions. In case of conflict between the Standard Specifications, the State Standard Specifications and these special provisions, these special provisions shall take precedence over and shall be used in lieu of the conflicting portions. AMENDMENTS ISSUE DATE: 11 -30 -10 SECTION 0 GLOBAL REVISIONS (Issued 06- 05 -09) Global revisions arc chanves to connmci docnimcnts not specilic to a section ol'the Standard Speeilicadons. In each eonvau document at each occurrence, in(oiracl the titllomog tams as shomo: l'crm Interprelalion Conditions _ AC' I IMA I. Whcre AC' means asphalt concu'cle 2. 1'xucpt \chcrc eelsiing AC is dcscribcd Asphalt concrete I lol mix aspholl I:'scepl I\hcrc c.iuing asphalt wncrdc is _ dcscribcd Class I concrete Concrete containing not Icss -- th:m 675 pounds or WIVotltions 111ilm iJl p[I' Qubic \'a rd ('lass 2 concrete Concrete cnntain'mg not Icss -- Ann AAAAAAAAAAAAAAAAAAAAAAAAAAAAAA ^AAA AAA than 590 pounds of cementitious material per cubic yard Class 3 concrete Concrete containing not less than 505 pounds of cementitious material per cubic yard Class 4 concrete Concrete containing not less than 420 pounds of cementitious material per cubic yard Clause providing an option to use either a class Use minor concrete -- concrete or minor concrete Clause refeiTing to a delay as a right- of -vray Delay under Section 8-1.09- -- delay "Delays" Contact joint Constvction joint -- Controlling operation Controlling activity Engineer's Estimate Verified Bid stem List -- En ineering fabrics Geos nthetics -- Notice to Contractors Notice to Bidders -- Partial payments Progress payments Except in Section 9- 1.07D. "Mobilization" PCC pavement Concrete pavement Except where existing PCC pavement is described Portland cement concrete pavement Concrete pavement Except where existing porlland cement concrete pavement is described Project inla'malion _ Supplemental project Except in "Contract information Project Information Signs" Reference to a working day or non — working day Working day as defined in -- under Section 8 -1.06. "Time of Com lotion" Section 1 -4.02. "Glossar '" Section 9 -1.015 Section 9 -I.01C -- Section 86. "Signal. Lighting and Electrical Section 86. "Electrical Systems" S1 stems" Section 86 -2.07. "Traffic Pull Boxes" Section 86-2.06.-Tull BONGS" Section 86 -2.08. "Conductors" Section 86- 2.08. "Conductors and Cables" Section 86- 5.(IIA(5). "Installation Details" Section 86- 5.0tA(4). -- "Installation Details" Section 86 -6.05. "Sign Liehling Fixtures— Section 86 -6.05. "Induction Sign -- Mcrcury" Lighting fixtures" Dime extension due to an unanticipated ecew Non — \corking do\ not caused by either part or an issue imult inn it third part} under Section 8 -1.07. "Liquidated DamaCCs" 1'imc extension due m an act of the Uginco or Dime adjustment under Scetion -- ol'the Duparunent not contcmplated b\ the 8- 1.0911. "1 ime Adlustncnls" eonll' act Weakened plane joint C'nnu'aetion joint -- Ann AAAAAAAAAAAAAAAAAAAAAAAAAAAAAA ^AAA AAA SECTION 1 DEFINITIONS AND TERMS (Issued 11- 15 -10) Replace Section 1 with: SECTION 1 GENERAL 1 -1 GENERAL 1 -1.01 GENERAL Section I includes general rules of interpretation, The Department is gradually standardizing the style and language of the specifications. The new style and language includes: 1. Use of: I .I . Imperative mood L2. Introductory modifiers 1.3. Conditional clauses 2. 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. Sections I through 9 include general specifications applicable to every contract unless specified as applicable under certain conditions. Sections 10 through 15 include specifications for general construction applicable to every contract unless specified as applicable under certain conditions. The specifications are written to the Bidder before award and the Contractor after. Before award, interpret sentences written in the imperative snood as starting with "The Bidder must" and interpret "you" as "the Bidder" and "your" as "the Bidder's." Aher 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." Omission of "a." "an." and "the" is intentional. These articles have been omitted in some specifications fur streamlining purposes. Unless an object or activity is specified to be less than the total. the quantity or amount is all of the object or activity. A plural term includes the singular. , \II items in a list apply unless the items are specified as choices. Headings are included for the purposes of organization and referencing. Inclusion of a heading with no related content. "Reserved." or "Not Used" does not indicate that no specification exists for that subject applicable specifications may be covered in a general or relerenced specification. 1 -2 REFERENCES 1 -2.01 .REFERENCES Where Standard Specifications refer to the special provisions to describe the work, interpret the reference as a reference to the Bid Item List, the special provisions, or both. Interpret a reference to a section of the Standard Specifications as a reference to the Standard Specifications as revised by any amendment, special provision, or both. A reference within parentheses to a law or regulation is included in the contract for convenience only and is not a comprehensive listing of related laws and regulations. Lack of a reference does not indicate no related laws or regulations exist. Where the version of a referenced document is not specified, use the current version in effect on the date of Notice to Bidders. A reference to a subsection includes the section's general specifications of which the subsection is a part. A code not speci f ed as a Federal code is a California code. 1 -3 ABBREVIATIONS AND MEASUREMENT UNITS 1 -3.01 ABBREVIATIONS Abbreviations Abbreviation AAN _Meaning American Association of Nurses men AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMA archaeolo ical monitoring area ANSI American National Standards Institute APHA American Public Health Association API American Petroleum Institute AREMA American Railway Lngineering and Maintenance -of -Way Association ASMF. _ American Society of Mechanical Engineers ASTM American Society Ior Testing and Materials AWG American Wire Gape AWPA American Wood- Preservers'Association AWS American Wcldins Socicty AWWA American Water Works Association CIH _ Certified Industrial Hygienist DBE Disadvantaged Business Fntcrprise DVBF Disabled Veteran Business Fntcrprise LIA Electronic Industries Alliance ESA em ironmenmlls sensitise area ETL Flecirical Tcsun+ Laboratories Federal Iliehrcaq Administration �FHWA ILLF Instilutcol Electrical and Flccuonics Fneinects ITL Institute 01-1 rans ortation Engineers NFC Naional F.lecuical C'odc NF.TA National P.h:cnical Testing Association, Inc. NEMA National lilc it ical Manufacturers Association PLAC pei mit. license. agreement. cci tificalion. or anp combination of These RhI request lot information SSPC 1'he Socicty Ior Protective C'oatines TI time im au anal sis UI. Undcn titers' Labnralorics Inc. I -3.02 MEASUREMENT UNITS Measurement Units Symbols as used in the s ecifications Symbols as used in the Bid Item List Meaning A — amperes ACRE acre CF cubic foot CY cubic �ard -- EA each ram ksi -- kips per square inch GAL gallon h H hour LB pound -- LS Jump sum LF linear foot LNMI lane mile MFBM thousand too( board measure MI mile MSYD thousand station and S2 ohm Pet -- ounds per cubic foot s second STA 100 feet SQFT square foot SQYD square hard TAB tablet ton TON 2.000 pounds V vole W watt -- WDAY owkin day I -4 DEFINITIONS I -4.01 GENERAL Interpret terms as defined in the contract documents. A construction - industry term not defined in the contract documents has the meaning defined in Means Illusuated Construction Dictionary. Condensed Version. Second Edition. 1 -4.02 GLOSSARY aerially deposited lead: Lead primarily from vehicle emissions deposited within unpaved areas or rormerly unpaved areas. archaeological monitoring area: Area within. near. or straddling the project limits where access is allowed, but work is subject to archaeological monitoring. archaeological resources: Remains of past htnnan activity, including historic and prehistoric material (e.g., tools and tool fragments, hcafth and food remains, structural remains. and human remains). acceptance: Formal written acceptance by the Director of an entire contract that has been completed in all respects in accordance with the plans and specifications and any modifications to them previously approved. base: Layer of specified material of planned thickness placed immediately below the pavement or surfacing. basement material: Material in excavation or embankments underlying the lowest layer of subbase, base, pavement, surfacing, or other specified layer to be placed. bid item: Specific work unit for which the bidder provides a price. Bid Item List: List of bid items and the associated quantities. Bid Item List, verified: Bid Item List with verified prices_ The Contract Proposal of Low Bidder at the Department's Web site is the verified Bid Item List. bridge: Structure, with a bridge number, that carries a utility facility, or railroad, highway, pedestrian or other traffic, over a water course or over or under or around any obstruction. building- construction contract: Contract that has "building construction" on the cover of the Notice to Bidders and Special Provisions. business day: Day on the calendar except Saturday or holiday. 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. Certified Industrial Hygienist: Industrial hygienist certified in comprehensive practice by the American Board of Industrial Hygiene. conduit: Pipe or tube in which smaller pipes, tubes, or electrical conductors are inserted or are to be inserted. contract: Written and executed contract between the Department and the Contractor. contract bonds: Security for the payment of workers and suppliers furnishing materials, labor, and services and for guaranteeing the Contractor's work performance. contract item: Bid item. Contractor: Person or business or its legal representative entering into a contract with the Department for performance of the work. culvert: Structure. other than a bridge, that provides an opening under a roadway for drainage or other purposes. day: 24 consecutive hours running from midnight to midnight calendar day. deduction: Amount of money permanently taken from progress payment and final payment. Deductions are not retentions under Pub Cent Code § 7107. Department: Department of Transportation as defined in St & Hwy Code § 20 and authorized in St & Hwy Code § 90: its authorized representatives. detour: Temporary route for traffic around a closed road part. A passageway through a job site is not a detour. Director: Department's Director. Disabled Veteran Business Enterprise: Business certified as a DVBE by the Office of Small Business and DVBE Services. Deparunent of General Sei vices. divided highway: Highway with separated traveled ways f'or traffic, generally in opposite directions. Engineer: Department's Chief Engineer acting either directly or through properly authorized agents; the agents acting within the scope of the particular duties delegated to them. environmentally sensitive area: Area within, near, or straddling the project limits where access is prohibited or limited to protect environmental resources. Federal -aid contract: Contract that has a Federal -aid project number on the cover of the Notice to Bidders and Special Provisions. fixed costs: Labor, material, or equipment cost directly incurred by the Contractor as a result of performing or supplying a particular bid item that remains constant regardless of the item's quantity. frontage road: Local street or road auxiliary to and located generally on the side of an arterial highway for service to abutting property and adjacent areas and for control of access. grading plane: Basement material surface on which the lowest layer of subbase, base, pavement, surfacing, or other specified layer is placed. highway: Whole right of way or area that is reserved for and secured for use in constructing the roadway and its appurtenances. holiday: 1. Every Sunday 2. January I st, New Year's Day 3. 3rd Monday in January, Birthday of Mai-tin Luther King, Jr. 4. February 12th, Lincoln's Birthday S. 3rd Monday in February. Washington's Birthday 6. March 31 st, Cesar Chavez Day 7. Last Monday in May, Memorial Day 8. July 41h, Independence Day 9. Ist Monday in September, Labor Day 10. 2nd Monday in October, Columbus Day 1 I. November I Ith, Veterans Day 12 4th Thursday in November, Thanksgiving Day 13. Day after Thanksgiving Day 14. December 25th, Christmas Day If January 1st, February 12th, March 31st. July 41h, November I Ith, or December 25th falls on a Sunday. the Monday following is a holiday. If November 1 Ith falls on a Sartuday, the preceding Friday is a holiday. Interpret "legal holiday" as "holiday." idle equipment: Equipment: 1. On the job site at the start of a delay 2. Idled because ofthe delay 3. Not operated during the delay informal -bid contract: Contract that has "Informal Bid Authorized by Pub Cont Code § 10122" on the cover of the Notice to Bidders and Special Provisions. Information Handout: Supplemental project information furnished to bidders as a handout. laboratory: Laboratory authorized by the Department to test materials. liquidated damages: Amount prescribed in the specifications. pursuant to the 1011)0111) of Pub Cont Code § 10226, to be paid to the State or to be deducted for each da%'s delay in completing the whole or any specified portion of the work beyond the time allowed in the speci fications. listed species: Any species listed as threatened or endangered under ( 1 ) Federal Endangered Species Act of 1973, 16 USC §1531 et seq., (2) Cal ifomia Endangered Species Act, Fish & Game Code §§ 2050 -21 15.5, (3) or both. material shortage: Shortage of raw or produced material that is area -wide and caused by an unusual market condition, except if any of the following occurs: I. Shortage relates to a produced, nonstandard material 2. Supplier's and the Contractor's priority for filling an order differs 3. Event outside the U.S. for a material produced outside the U.S. median: Portion of a divided highway separating the traveled ways for traffic in opposite directions including inside shoulders. mobilization: Preparatory work that must be performed or costs incurred before starting work on the various items on the job site (Pub Cont Code § 10104). Notice to Bidders: Document that provides a general work description, bidder and bid specifications, and the time and location the Department receives bids. paleontological resources: Fossils and the deposits they are found in. Fossils are evidence of ancient life preserved in sediments and track. Examples of paleontological resources are remains of (1) animals, (2) animal tracks, (3) plants, and (4) other organisms. Archaeological resources are not paleontological and fossils found within an archaeological resource are generally considered archaeological resources, not paleontological resources. pavement: uppermost layer of material placed on the traveled way or shoulders. This term is used interchangeably with surfacing. permitted biological activities: Monitoring, surveying, or other practices that require a take permit and project specific permission from U.S. Fish and Wildlife Service or NOAA Fisheries or a take permit or Memorandum of Understanding with Department of Fish and Game. plans: Official project plans and Standard Plans. profiles, typical cross sections, working drawings and supplemental drawings. or reproductions thereof, approved by the Engineer, which show the location, character. dimensions and details of the work to be Performed. These documents are to be considered as a pair of the plans. In the above definition, the following terms are defined as follows: Standard Plans: Standard Plans issued by the Department. project plans: Specific details and dimensions peculiar to the work supplemented by the Standard Plans insofar as the same may apply. protective radius: Minimum distance between construction activities and regulated species. regulated species: Any species protected by one or any combination of the following: I. Federal Endangered Species Act of 1973. 16 USC §1531 et seq. 2. California Endangered Species Act, Fish & Game Code § §2050 -21 15.5 3. Fish & Game Code §§ 1600— 16 16 4. National Environmental Policy Act. 42 (IS(' §4321 el seq. >. California Environmental Qu, Act. Pub Res Code § 21000etscq. 6. Other law or regulation that governs activities that affect species or their habitats. roadbed: Area between the intersection of the upper surface of the roadway and the side slopes or curb lines_ The roadbed rises in elevation as each increment or layer of subbase, base, surfacing or pavement is placed. Where the medians are so wide as to include areas of undisturbed land, a divided highway is considered as including 2 separate roadbeds. roadway: Highway portion included between the outside lines of sidewalks, or curbs, slopes, ditches, channels, waterways, and including all the appertaining structures, and other features necessary to proper drainage and protection. routine biological activities: Biological monitoring, surveying, or other activity that does not require a take permit from the U.S. Fish and Wildlife Service orNOAA Fisheries or a take permit or Memorandum of Understanding with Department of Fish and Game. service - approved biologist: Biologist whose activities must be approved by a state or federal agency as provided in PLACs. shoulder: Roadway portion contiguous with the traveled way for accommodation of stopped vehicles, for emergency use, and for lateral support of base and surface courses. small tool: Tool or piece of equipment not listed in Labor Surcharge and Equipment Rental Rates that has a replacement value of $500 or less. special provisions: Specific clauses setting forth conditions or requirements peculiar to the work and supplementary to these Standard Specifications. The Department's publication titled "Labor Surcharge And Equipment Rental Rates" is part of the special provisions. specifications: Directions, provisions, and requirements contained in these Standard Specifications, Amendments to the Standard Specifications, and the special provisions. Where the term "these specifications" or "these Standard Specifications" is used in this book, it means the provisions set forth in this book. State: State of California, including its agencies. departments, or divisions, whose conduct or action is related to the work. Structure Design: Offices of Structure Design of the Department. subbase: Layer of specified material of planned thickness between a base and the basement material. subgrade: Roadbed portion on which pavement, sin facing, base, subbase, or a layer of any other material is placed. substructure: Bridge portions below the bridge seats, tops of piers, haunches of rigid frames, or below the spring lines of arches. Backwalls and parapets of abutments and wingwalls of bridges are portions of the subsnuciure. Superstructure: Bridge portion except the bridge subsuucture. supplemental project information: Information relevant to the project, specified as supplemental project information, and made available to bidders. surfacing: Uppermost layer of material placed on the traveled way, or shoulders. This term is used interchangeably with pavement. take: Legal definition regarding harm to listed species as defined in 16 USC § 1532 and Fish & Game Code § 86. take permit: Permit granted by the US Fish and Wildlife Service or by the NOAA Fisheries that allov.s take of' federal listed species under 16 (:SC §1539 or by the Department of Fish & Game that allows take of state listed species under to Fish & Game Code § 2081 . traffic lane: Portion of a traveled way for the movement of a single line of vehicles. traveled way: Portion of the roadway for the movement of vehicles, exclusive of shoulders. total bid: Sum of the item totals as verified by the Department; original contract price. withhold: Money temporarily or permanently taken from progress payment. Withholds are not retentions under Pub Cont Code § 7107. work: All the work specified, indicated, shown or contemplated in the contract to construct the improvement, including all alterations, amendments, or extensions to it made by contract change order or other written orders of the Engineer. working day; Time measure unit for work progress. A working day is any day except: Saturdays and holidays A day when you cannot perform work on the controlling activity for at least 50 percent of the day with at least 50 percent of the normal labor and equipment due to any of the following: 2.1. Adverse weather- related conditions that cause you to dismiss the crew 2.2. Maintaining traffic under the contract 2.3. The Engineer's direction to suspend the controlling activities for reasons unrelated to your performance 2.4. An unanticipated event not caused by either party such as: 2.4.1. Act of God (Pub Cont Code § 7105) 2.4.2. Act of public enemy 2.4.3. Epidemic 2.4.4. Fire 2.4.5. Flood 2.4.6. Governor - declared state of emergency 2.4.7. Landslide 2A.8. Quarantine restriction 2.5. An issue involving a third- party, including: 2.5.1. Industry or area -wide labor strike 2.5.2. Material shortage 2.5.3. Freightcmbargo 2.5.4. Jurisdictional requirement of a law enforcement agency 2.5.5. Workforce labor dispute 01'a utility or non- highway facility owner resulting in a utility or non- highway facility reconstruction not described and not solely for the Contractor's convenience 1 -5 DISTRICTS District Composition and Office Addresses District Counties Location Address Mailing Address ( Del Norte (ON). Humboldt (Hum), 1656 UNION ST PO BOX 3700 Lake (Lak), Mendocino (Men) EUREKA, CA EUREKA CA 95502 2 Lassen (Las), Modoc (Mod), Plumas 1657 RIVERSIDE DR PO BOX 496073 (Plu), Shasta (Sha). Siskiyou (Sis), REDDING, CA REDDING CA 96049 -6073 Tehama (Teh), Trinity (Tri) 3 Butte (But). Colusa (Col); El Dorado 703 B ST PO BOX 91 1 (ED). Glenn(Gle). Nevada (Nev). MARYSVILLE, CA IVIARYSVILLECA 95901 Placer (Pla), Sacramento (Sac), Sierra (Sic), Sutter (Sut), Yolo (Yol), Yuba Yub) 4 Alameda (Ala). Contra Costa (CC). I 1 I GRAND AVE PO BOX 23660 Malin (Mrn). Napa (Nap). San OAKLAND, CA OAKLAND CA 94623 -0660 Francisco (SF), San Mateo ISM). Santa Clara (SCI). Solano (Sol), Sonoma (Son) 5 Monterey (Mon). San Benito (SPt). 50 HIGLIERA ST 50 HIGUERA Sl' San Luis Obispo (SLO). Santa SAN LUIS OBISPO. CA SAN LUIS OBISPO CA 93401 - Bnrbara (SB). Saran Cruz (SCr) 5415 6 Fresno (Fre).Kern(Ker).Kings 1352 W.OI,IVLAVE POBOX12616 (Kin). Madera (Mad),I ulare ('I'ul) FRESNO. CA FRESNO CA 93728 -2616 7 Los Angeles (1,A), Ventura (Ven) 100 S. MAIN Sf 100 S MAIN ST LOS ANGELES LOS ANGELES CA 90012 8 Riverside (Rig). San Bernardino 464 W 4TH ST 464 W 4TH ST (SBd) SAN BERNARDINO. CA SAN RERNARDINO CA 92401 -1400 9 logo (In%). Mono (Mno) 500 S MAIN ST 500 S MAIN ST BISI ]OP. CA BISHOP CA 93514 -3423 10 Alpine (Alp). Amador(Ama). 1976 G C'1IARTER WAY _ PO BOX 2048 Colas eras (Cal). Mariposa (Mpa). STOCK] ON. CA SfOCKTON CA 95201 Ivierccd (Mer). San.loaquin Wt. Stanislaus (Sta). Tuolumne (fuo) I I Imperini (hnp). San Diego (SD) 4050 TAYLOR ST 4050 TAYLOR Sf SAN DIEGO. CA SAN DIEGO CA 92110 -2737 12 Orange (Ora) 3347 Ni fCI IELSUN UR 3347 MIC'I IF:1.ti0N UR S IT' 100 sit: 100 IRVINE CA 92612 -Ofi61 IRV1N1 C.\ A project wish work in District 1. 2. or 3 is a North Region project For Disn icts I, 2, and 3. interpret each reference to the district office as the North Region office. The Notth Region office address is the District 3 address. 1 -6 WEB SITES, ADDRESSES, AND TELEPHONE NUMBERS Web Sites, Addresses, and Telephone Numbers Agency, Department Web Site Address Telephone No. Unit, or Reference Bidders' Exchange I wvxvw.dot.ca.gos /hq /es MSC 26 (9 16) 227 -6259 c /oe /bidex BIDDERS' CXCHANGE DEPARTMENT OF TRANSPORTATION 1727 30TH ST SACRAMENTO CA 95816 -7005 Department w - w.dot.ca.gov Department of www.pd.dgs.ca.gov : s OFFICE OF SMALL BUSINiiSS AND (800) 559 -5529 General Services, mbus /defauk.him DVBE SERVICES (916)375 -4940 Office of Small DEPARTMENT OF GLNLRAL Business and DVBG SERVICES Services 707 3RD ST WEST SACRAMENTO CA 95605- 2911 _ Department of "�vw.dir.ca.gov Industrial Relations Department of 455 GOLDEN GATE AVENUE Industrial Relations, SAN FRANCISCO. C.\ 94102 Division of .Apprenticeship Standards Dis isinn of http: !%vw\�- dot.ca.gnx. MAJOR CONSTRUCTION PAYMENT (916) 227 -9013 Accounting; Office hq /ase:oap /pa,'ments/c .ENO INFORMATION UNIT ol'Umernal ontact.himpconpetsI OFFICL OP EXTLRNAL ACCOUNTS Accounts Payable PAYABLF. DIVISION 01' ACCOUNTING UI- :PARTMCNT OF I RANSPORTATION P.O. BOX 168043 SACRAMF.N "I'0. CA 95816-8043 Office Engineer MSC 43 OI :I ICE ENGINEER DF: PARTMLN'l OF T RANSVORTA'I ION 1727 30111 ST S 1CRAMF.NTO CA 95916 -7005 Office Lnglncel'— Verified Bid Results hq�cscA1e zwoidJbids um hunt /6k\cck list-lit nil. Offices of Structure MSC C 9 -4,'41 (9161227 -0716 Design. Documents DOCIIMI'.N I'S UNIT UFI'IChS 01: Unit S IRl `CFURF. I)LSIGN Of PAR IMF%1 OF ' I RANSPOR I A' I' 10N I X01 310 I'II S'I' SA( 'ItAMHN'1'0 CA 95816 -7000 Publication PUBLICATION UNIT Distribution Unit DEPARTMENT OF TRANSPORTATION 1900 ROYAL OAKS DRIVE SACRAMENTO CA 95815 -3800 Transportation MATERIALS AND ENGINEERING (9 16) 227 -7000 Laboratory TESTING SERVICES AND GEOTECHNICAL SERVICES DEPARTMENT OF TRANSPORTATION 5900 FOLSOM BI.VD SACRAMENTO CA 95819 -4612 Departments Pre- _ http: / /www.dot.ca.gok' Qualified Products hq /esc /approved_prod List ucts list AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 2 PROPOSAL REQUIREMENTS AND CONDITIONS (Issued 11- 15 -10) Replace Section 2 with: SECTION 2 BIDDING 2 -1.01 GENERAL Section 2, "Bidding," includes specifications related to bid eligibility and the bidding process. 2 -1.02 BID INELIGIBILITY A firm that has provided architectural or engineering services to the Deparunenl for this contract before bid submittal for This contract is prohibited from any of the following: I. Submit a bid 2. Subcontract for a part of the work 3. Supply materials 2 -1.03 BID DOCUMENTS 2 -1.03A General Standard Specifications and Standard Plans may be viewed at the Department's Web site and may be purchased at the Publication Distribution Unit. Special provisions. Amendments to the Standard Specifications, and project plans may be Viewed at the Bidders' Exchange. To obtain bid books. submit a request to the Bidders Exchange. For an informal -bid contract. you may also obtain special provisions, Amendments to the Standard Specifications. and project plans at the Bidders Exchange. 2 -1.03B Supplemental Project Information Logs of test borings attached to the project plans are supplemental project inlbrmation. The Department makes other supplemental information available as specilied in the special provisions. If an Information Handout is available, you may view it at: http://wevw.dot.ca.gov/hq/esc/oe/weekly_ads/index.php If rock cores are available for inspection, you may view them by sending a request to Coreroom @doi.ca.gov. If other supplemental project information is available for inspection, you may view it by phoning in a request. Make your request at least 7 days before viewing. Include in your request: I. District - County -Route 2. Contract number 3. Viewing date 4. Contact information, including telephone number. For rock cores, also include the bridge number in your request. If bridge as -built drawings are available: I. For a project in District I through 6 or 10, you may request them from the Office of Structure Maintenance and Investigations, fax (916) 227 -8357 2. For a project in District 7, 8, 9, 11, or i2, you may request them from the Office of Structure Maintenance and Investigations, fax (916) 227 -8357, and are available at the Office of Structure Maintenance and Investigations, Los Angeles, CA, telephone (213) 897 -0877 As -built drawings may not show existing dimensions and conditions. Where new construction dimensions are dependent on existing bridge dimensions, verify the field dimensions and adjust dimensions of the work to fit existing conditions. 2- 1.04 -2 -1.10 RESERVED 2 -1.11 JOB SITE AND DOCUMENT EXAMINATION Examine thejob site and bid documents. Bid submission is your acknowledgment that you have examined the job site and bid doctnnenis and are satisfied with: I. General and local conditions to be encountered 2. Character, quality, and scope of work to be performed 3. Quantities of materials to be furnished 4. Character, quality. and quantity Of Surface and subsurface materials or obstacles 5. Requirements of the contract 2 -1.12 BID DOCUMENT COMPLETION 2 -1.12A General Compleie forms In the Bid book. On the Subcontractor- list you may either submit each subcon[ncred bid item ntnnbcr and corresponding percenunLe with your bid or fax this information to (016) 227 -6282 within 14 hours after bid opening. If you fitil to submit this information within the time specified. your bid is nonrespoiwi c. G..Ncept for the bid item number and the perccniage of each item subcontracted. do not las submivals. 2 -1.12B Bid Item List and Bid Comparison Submit a bid based on the work item quantities the Department shows in the Bid Item List. For a lump sum based bid, the Department compares bids based on the total price. For a unit price based bid, the Department compares bids based on the sum of the item totals. For a cost plus time based bid, the Department compares bids based on the sum of the item totals and the total bid for time. If your bid for time exceeds the number of working days described in the Notice to Bidders, your bid is nonresponsive. 2 -1.12C Subcontractor List In the Subcontractor List, list each subcontractor to perform work in an amount in excess of 1/2 of I percent of the total bid or $10,000, whichever is greater (Pub Cont Code § 4100 et seq.) The Subcontractor List must show the name, address, and work portions to be performed by each subcontractor listed. Show work portion by bid item number, description, and percentage of each bid item subcontracted. 2 -1.13 BIDDER'S SECURITY Submit your bid with one of the following forms of bidder's security equal to at least 10 percent of the bid: I. Cash 2. Cashier's check 3. Certified check 4. Bidder's bond signed by a surety insurer who is licensed in California Make checks and bonds payable to the Department of Transportation. If using a bidder's bond, you may use the form in the Bid book. If you do not use the form in the Bid book, use a fonn containing the same information. 2 -1.14 BID SUBMITTAL Submit your bid: 1. Under sealed cover 2. Marked as a bid 3. Identifying, the contract number and the bid opening date II an agent other than the authorized corporation officer or a patinership member signs the bid, file a Powcr of Attorney with the Department either before opening bids or with the hid. Otherwise, the bid may be nonresponsive. 2 -1.15 BID WITHDRAWAL . \n atnhorized agent may withdraw a bid before the hid opening date and time by submiuin , a wi kien bid wiihdrawil request at the location where the bid tias submitted. Withdrawing a hid coes not prevent you from suhmitling a new bid. Atier the bid opening time. you cannot withdraw a bid. 2 -1.16 BID OPENING The Depaomcni publicly opens and reads bids at the time and place described in the Notice to Bidders. 2 -1.17 BID REJECTION The Department may reject: I. All bids 2. A nonresponsive bid 2 -1.18 BID RELIEF The Department may grant bid relief under Nub Com Code § 5100 et seq. Submit any request for bid relief to the Office Engineer. For Relief of Bid Request form. go to: http: / /www. dot .ca.gov /hq /esc /oe /contractor_in fo /re I ief. pdf 2 -1.19 SUBMITTAL FAILURE HISTORY The Department considers a bidder's past failure to submit documents required after bid opening in determining a bidder's responsibility. 2 -1.20 BID RIGGING Section 2 -1.20, "Bid Rigging," applies to a Federal -aid contract. The U.S. Department of Transportation (DOT) provides a toll -free hottine to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424 -9071. The service is available Monday through Friday between 11:00 a.m. and 8:00 p.m. and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. AAAAAAAAAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 3 AWARD AND EXECUTION OF CONTRACT (Issued 11- 15 -10) Replace Section 3 with: SECTION 3 CONTRACT AWARD AND EXECUTION 3 -1.01 SCOPE Section 3. "Contract Award and Eseanion." includes specifications related to contract award and execution. 3 -1.02 CONTRACT AWARD Submit any bid protest to the Office Engineer. If the Department awards the contact, the award is made to the lowest responsible bidder within the number of days shown in the lollowing table: Contract Award Period Days (after bid open in Project Estimated Cost shown in the Notice to Bidders 30 <$200 million 60 >_ $200 million The Department may extend the specified award period if the bidder agrees. 3 -1.03 CONTRACT BONDS (PUB CONT CODE §§ 10221 AND 10222) The successful bidder must furnish: I. Payment bond to secure the claim payments of laborers, workers, mechanics, or materialmen providing goods, labor, or services under the contract. This bond must be equal to at least 100 percent of the total bid. 2. Performance bond to guarantee the faithful performance of the contract. This bond must be equal to at least 50 percent of the total bid. The Department furnishes the successful bidder with the bond forms. 3 -1.04 CONTRACTOR LICENSE For a Federal -aid contract, the Bidder must be properly licensed (Pub Cont Code § 10 164) from contract award through contract acceptance. For a non - Federal -aid contact: I. The Bidder must be properly licensed from bid opening through contract acceptance (Bus & Prof Code § 7028,15) 2. Joint venture bidders must obtain ajoint venture license before contract award (Bus & Prof Code § 7029.1) 3 -1.05 INSURANCE POLICIES The successful bidder must submit: I. Copy of its commercial general liability policy and its excess policy or binder until such time as a policy is available. including the declarations page, applicable endorsements, riders. and other modifications in effect at the time of contract execution. Standard ISO form No. CG 0001 or similar exclusions are allowed if not inconsistent with Section 7- 1.12. "Indemnification and Insurance." Allowance of additional exclusions is at the discretion of the Department. 2. Certificate of insurance snowing all other required coverages. Certificates of insurance, as evidence of required insurance for the auto liability and any other required police. shall sct forth deductible amounts applicable to each policy and all exclusions that are added by endorsement to each policy. 1 h evidence of insurance shall provide that no cancellation. lapse. or reduction of coverage will occur without 10 da):c prior written notice to the Department. 3. A declaration under the penal[) of pci.jury b } a CPA certifying the accountant has applied GAAP euidelines conlirmine the successful bidder has sufficient funds and resources to cover am self - insured retentions if due self- insured retention is over $50,000. If the successful bidder uses any form of self - insurance for workers compensation in lieu of an insurance policy, it shall submit a certificate of consent to self - insure under Labor Code § 3700. 3- 1.06-3 -t.08 RESERVED 3 -1.09 CONTRACT EXECUTION The successful bidder must sign the contract and return it to the Office Engineer along with: 1. Contract bonds 2. Documents identified in Section 3 -1.05, "Insurance Policies" For an informal -bid contract, the Office Engineer must receive these documents before the 51h business day after the bidder receives the contract. For all other contracts, the Office Engineer most receive these documents before the 10th business day after the bidder receives the contract. The bidder's security may be forfeited for failure to execute the contact within the time specified (Pub Cont Code §§ 10 }81, 10182, and 10183). 'rhe following is a copy of the Contract form: STATE Of CALIFORNIA - OEPARTMENT OF TRANSPORTATION CONTRACT DES-OE-01 WA(REV DJRm D) [LVLWfi STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT NO. This contract is entered into between the Slate of California's Department of Transportation and the Contractor named below The parties agree to comply with the terms of the following exhibits that are by this reference made a part of this contracE Exhibit A - Sid book dated Exhibit E. Notl eto Bidders and Special Provisions dated Exhibit C - Projecl Plans approved Exhibit D - Standard SpeciflcalronS dated ExhibH E Standard Plans dated Exhibit F - Addenda Exhibits A. E, C. and F are those exhibits Identi lied with the same contract number as this contract. This contract has been executed by the following parties: CONTRACTOR [ONrtUCTOFS uN.tE IRA'ror xNn an netNUa4 >arexiwNa a rogore -.vn. panrcrshp 01) BY I.WNB¢etlSgnRVmf IDAIE S1C 80 rOo mi n, pf P.,., 0 liAi.rE AND 1111E OF GEf1]ON SIGNNO FEDERAIEMPTOYERiOEixffiFlDATONNUMBER uCETbE NUMBER DEPARTMENT OF TRANSPORTATION ax /AU.Mr tgnerurel y MrE SIGNEDIGu%Mpa) PRINTED NAME AND TITLE OF FERSON S4041 i This contract has been certified as complying with the State Contract Act: BY lwenomee59 ^arurel - W rE SIF.NEO Vee nd rypal GRINIEO N41.1E NAD TiIE Or PERSON SIC111NG AD4 NOli[e Fq InGIv,Mtlt m3b sentoy JVEeUft llus Epanenln availaNf in a9emae lormarx Grc lnlgm3pn [a'1151H 65a-6t 10 pr IW 191616SO]BtO V �nle ReapNt aM GCmfs MaruyCnV nl. 11]p N SlrlN MSB9 SaaamtNp. CA %01e, 3 -1.10 BIDDERS' SECURITIES The Department keeps the securities of the Ist, 2nd, and 3rd low bidders until the contract has been executed. The other bidders' securities, other than bidders' bonds, are returned upon determination of the 1st, 2nd, and 3rd low bidders, and their bidders' bonds are of no further effect (Pub Cent Code § 10184). AAAAAAAA.. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 4 SCOPE OF WORK (Issued 06- 05 -09) Add to Section 4 -1.01: Nothing in the specifications voids the Contractor's public safety responsibilities. Add: 4 -1.015 PROJECT DESCRIPTION Construct the work described in the special provisions and on project plans and by the bid items. The special provisions, project plans, and bid item descriptions set forth the specifications that apply. Replace Section 4 -1.03 with: 4 -1.03 CHANGES 4 -1.03A General The Department may make changes within the scope of work and add extra work. The Engineer describes the changes and extra work, the payment basis, and any time adjustment in a Contract Change Order. A Contract Change Order is approved when the Department signs the Contract Change Order. Submit detailed cost data for a payment adjustment for: 1. Request for a payment adjustment for a bid item 2. Payment adjustment resulting from a change of more than 25 percent in the bid item's quantity if requested If ordered. start the work before receipt of an approved Contract Grange Order. You may protest a Contract Change Order. 4 -1.0313 Increased or Decreased Quantities The Deparment adjusts payment for changed quantities and eliminated items under Section 9 -1.05, "Changed Quantity Payment Adjusnnents." 4 -1.03C Changes in Character of Work the Department adjusts payment for an item if: I. An ordered plan or specification change materially changes the character ol'a war: item Irom that on which the bid price was based 2. The unit cost of the changed item differs when compared to the unit cost of that item under the original plans and specifications 3. No approved Contract Change Order addresses the payment The Department adjusts the payment under Section 9 -1.06, "Work- Character Changes. 4 -1.03D Extra Work The Department classes new and unforeseen work as extra work if the Engineer determines that the work is not covered by any of the various items for which there is a bid price or by combinations of those items. If portions of this work are covered by some of the various items for which there is a bid price or combinations of those items, the remaining portion of the work will be classed as extra work. Extra work also includes work specifically designated as extra work in the plans or specifications. := 4 -1.035 VALUE ENGINEERING 4- 1.035A General Reserved 4- 1.035B Value Engineering Change Proposal You may submit a VECP to reduce any of the following: 1. Total cost of construction 2. Construction activity duration 3. Traffic congestion Before preparing a VECP, meet with the Engineer to discuss: I. Proposal concept 2. Permit issues 3. Impact on other projects 4. Project impacts, including Traffic, schedule, and later stages S. Peer reviews 6. Overall proposal merits 7. Review times required by the Department and other agencies The VECP must not impair the project's essential functions or characteristics, such as: 1. Service life 2. Operation economy 3. Maintenance ease 4. Desired appearance S. Design and safely The VECP must include: I. Description of the contract specifications and drawing details for performing the work and the proposed changes. 2. Itemization of contract specifications and drawing details that would be changed. 3. Detailed cost estimate for performing the work under the existing contract and under the proposed change. Determine the estimates under Section 4 -1.03, "Force Account Payment." 4. Deadline for the Engineer to decide on the changes. 5. Bid items affected and resulting quantity changes. The Department is not required to consider a VECP. If a VECP is similar to a change in the plans or specifications being considered by the Department at the time the proposal is submitted or if the proposal is based on or similar to drawings or specifications adopted by the Department before Contract award, the Department does not accept the VECP and may make these changes without VECP payments. Until the Department approves a change order incorporating the VECP or parts of it, continue to perform the work under the contract. If the Department does not approve a change order before the deadline stated in the VECP or other date you subsequently stated in writing, the VECP is rejected. The Department does not adjust time or payment for a rejected VECP. The Department decides whether to accept a VECP and the estimated net construction -cost savings from adopting the VECP or parts of it. The Department may require you to accept a share of the investigation cost as a condition of reviewing a VECP. After written acceptance, the Department considers the VECP and deducts the agreed cost. If the Department accepts the VECP or parts of it, the Department issues a change order that: I. Incorporates changes in the contract necessary to implement the VECP or the parts adopted 2. Includes the Department's acceptance conditions 3. States the estimated net construction -cost savings resulting from the VECP 4. Obligates the Department to pay you 50 percent of the estimated net savings In determining the estimated net construction -cost savings, the Department excludes your VECP preparation cost and the Department's VECP investigation cost, including parts paid by you. If a VECP providing for a reduction in working days is accepted by the Department, 50 percent of the reduction is deducted from contract time. If a VECP providing for a reduction in traffic congestion or avoiding traffic congestion is accepted by the Department, the Department pays 60 percent of the estimated net savings in construction costs attributable to the VECP. Submit detailed traffic handling comparisons between the existing contract and the proposed chance- including estimates of the traffic volumes and congestion. The Department may apph an accepted VECP for general use on other conu acts. If an accepted VECP is adopted for general use. the Department pays only the contractor who fist submitted the VECP and only to the contracts awarded to that contractor before the submission of the accepted VECP. If the Department does not adopt a general -use VECP. an identical or similar submitted proposal is eligible for acceptance. 4- 1.035C Value Analysis Workshop Section 4- 1.0350. "Value Analysis Workshop." applies to a non - building -work contract with a total bid ol'over $5 million. You may request a value anal} sis workshop by submitting a request afier contract approval. The Department offers a value analysis workshop to: I . Identify value enhancing opportunities 2. Consider changes to the contract that will reduce the total cost of construction, construction activity duration, or traffic congestion without impairing the essential functions specified for a VECP in Section 4- 1.035B, "Value Engineering Change Proposal." If the request is authorized, you and the Engineer: 1. Schedule a value analysis workshop 2. Select a facilitator and workshop site 3. Agree to other workshop administrative details The workshop must be conducted under the methods described in the Department's Value Analysis Team Guide available at: http://www.dot.ca.gov/hq/oppd/valtie/ The facilitator must be a certified value specialist as recognized by the Society of American Value Engineers. The Department reimburses you for 1/2 of the workshop cost. The workshop cost is the sum of the workshop- facilitator cost and the workshop -site cost. The Department determines the workshop cost based on the facilitator and workshop -site invoice prices minus any available or offered discounts. The Department does not pay you for any other associated costs. AAAAAAAAAn AAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 5 CONTROL OF WORK (Issued 06- 10 -I0) Add: 5 -1.005 GENERAL Failure to comply with any specification part is a waiver of your right to an adjustment of time and payment related to that pan. After contract approval. submit dOClmenls and direct questions to the Engineer. Orders, approvals. authorizations, and requests to the Contractor are b} the Engineer. The Engineer furnishes the following in writing: I. Approvals 2. Authorizations 3. Certifications 4. Decisions 5. Notifications 6. Orders 7. Responses The Contractor must furnish the follo�\ins in ��riline: I. Assignments 2. Notifications 3. Proposals 4. Reports 5. Requests, including RFIs, sequentially numbered E Subcontracts 7. 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. Add to 5 -1.01: Failure to enforce a contract provision does not waive enforcement of any contract provision. Add: 5 -1.011 PROTESTS You may protest an Engineer's decision by submitting an RFI under Section 5- 1.145, "Requests for Information." Add: 5 -1.012 PARTNERING 5- 1.012A General The Department strives to work cooperatively with all contractors; partnering is our way of doing business. The Department encourages project partnering among the project team, made up of significant contributors from the Department and the Contractor. and their invited stakeholders. For a project with a total bid greater than $1 million, professionally facilitated project partnering is encouraged. For a project with a total bid greater than $10 million, professionally facilitated project partnering is required, In implementing project partnering, you and the Engineer manage the contract by: I. Using early and regular communication with involved parties 2. Establishing and maintaining a relationship of shared trust. equity. and commitment 3. Identifying, quantifying. and supporting attainment of mutual coals 4. Developing strategies for using risk management concepts 5. Implementing timely communication and decision mal:inL, 6. Resolving potential problems at the lowest possible level to avoid negative impacts 7. Holding periodic partnering meetings and workshops as appropriate to maintain partnering relationships and benefits throughout the lile of the project 8. Establishing periodic joint evaluations of the partnering process and attainment of mutual goals Partnering does not void any contract part. The Department's "Field Guide to Partnering on Caltrans Construction Projects" current at the time of bid is available to the project team as reference. This guide provides structure, context, and clarity to the partnering process requirements. This guide is available at the Department's Partnering Program website: hitp://www.dot.ca.gov/hq/coiistrL[c/partnering.himl In implementing project partnering, the project team must: I. Create a partnering charter that includes: l.1. Mutual goals, including core project goals and may also include project- specific goals and mutually supported individual goals. 1.2. Partnering maintenance and close -out plan. 1.3. Dispute resolution plan that includes a dispute resolution ladder and may also include use of facilitated dispute resolution sessions. 1.4. Team commitment statement and signatures. 2. Participate in monthly partnering evaluation surveys to measure progress on mutual goals and may also measure short-tern key issues as they arise. 3. Evaluate the partnering facilitator on Forms CEM -5501 and CEM -5502. The Engineer provides the evaluation forms to the project team and collects the results. The Department makes evaluation results available upon request. Facilitator evaluations must be completed: 11. At the end of the initial partnering workshop on Form CEM -5501 . 3.2. At the end of the project close -out partnering workshop on Form CEM -5502. 4. Conduct a project close -out partnering workshop. 5. Document lessons learned before contract acceptance. 5- 1.0126 Partnering Facilitator, Workshops, and Monthly Evaluation Surveys The Engineer sends you a written invitation to enter into a partnering relationship after contract approval. Respond within 15 days to accept the invitation and request the initial and additional partnering workshops. After the Engineer receives the request. you and the Engineer cooperatively: I. Select a partnering facilitator that oflers the service of a monthly partnering evaluation survey with a 5 -point rating and agrees to follow the Department's "Partnering Facilitator Standards and Expectations" available at the Department's Partnering Program website 2. Schedule initial partnering vorkshop 3. Determine initial workshop site and duration 4. Agree to other workshop administrative details Additional partnering workshops and sessions are encouraged throughout the life of the project as determined necessary by you and the Engineer, recommended quarterly. 5- 1.012C Training in Partnering Skills Development For a project with a total bid of $25 million or greater, trainine in partnering skills development is required. For a project with a total bid between $10 million and $25 million, training in partnering skills is optional. You and the Engineer cooperatively schedule the training session and select a professional trainer; training site, and I to 4 topics from the following list to be covered in the training: I. Active Listening 2. Building Teams 3. Change Management 4. Communication 5. Conflict Resolution 6. Cultural Diversity 7. Dealing with Difficult People 8. Decision Making 9. Effective Escalation Ladders 10. Emotional Intelligence 11. Empathy 12. Ethics 13. Facilitation Skills 14. Leadership 15. Partnering Process and Concepts 16. Project Management 17. Project Organization 18. Problem Solving 19. Running Effective Meetings 20. Time Management 21, Win -Win Negotiation Before the initial partnering workshop, the vainer conducts a 1 -day training session in partnering skills development for the Contractor's and the Engineer's representatives. This training session must be a separate session from the initial partnering workshop and must be conducted locally. The training session must be consistent with the partnering principles under the Depar ment's "Field Guide to Partnering on Caltans Construction Projects." Send at least 2 representatives to the training session. One of these must be your assigned representative as specified in Section 5 -1.06, "Superintendence," of the Standard Specifications. 5- 1.012D Payment The Department pays you for: I. 1/2 ofparinerine workshops and sessions based on facilitator and workshop site cost 2. 1/2 of monthly partnering evaluation sun•cy service cost 3. Partnering skills development traincrand gaining site cost The Department determines the costs based on invoice prices minus any available or offered discounts. The Department does not pay markups on these costs. The Department does not pay for wages, travel expenses, or other costs associated with the partnering workshops and sessions, monthly partnering evaluation surveys, and training in partnering skills development. Add: 5 -1.015 RECORDS 5- 1.015A General Reserved 5- 1.015B Record Retention Retain project records from bid preparation through: I. Final payment 2. Resolution of claims, if any For at least 3 years after the later of these, retain cost records, including records of: 1. Bid preparation 2. Overhead 3. Payrolls 4. Payments to suppliers and subcontractors 5. Cost accounting Maintain the records in an organized way in the original format, electronic and hard copy, conducive to professional review and audit. 5- 1.015C Record lnspec6on, Copying, and Auditing Make your records mailable for inspection, copying, and auditing by State representatives for the same time frame specified under Section 5- 1.015B, "Record Retention." The records of subcontractors and suppliers must be made available for inspection, copying, and auditing by State representatives for the same period. Before contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier 5 business 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. 5- 1.015D Cost Accounting Records Maintain cost accounting records for the project distinguishing between the following work cost categories: I. Work performed based on bid item prices 2. Wort: performed by change order other than extra work. Distinguish this work by: 2J. Bid item prices 2.2. Force account, 2.3. Agreed price 3. Extra work. Distinguish extra work by: 3.1. Bid item prices 3.2. Force account 3.3. Agreed price 3.4. Specialist billing 4. Work performed under potential claim records 5. Overhead 6. Subcontractors, suppliers, owner- operators, and professional services Cost accounting records must include: I . Final cost code lists and definitions 2. Itemization of the materials used and corresponding vendor's invoice copies 3. Direct cost of labor 4. Equipment rental charges S. Workers' certified payrolls 6. Equipment: 6.1. Size 6.2. Type 6.3. Identification number 6.4. Hours operated 5- 1.015E Extra Work Bills Maintain separate records for costs of work performed by change order. Within 7 days after performing the work, submit extra work bills using the Department's Internet extra work billing system. The Contractor submitting and the Engineer approving an extra work bill using the Internet force account work billing system is the same as each party signing the bill. The Department provides billing system: I. Training within 30 days of your written request 2. Accounts and user identification to your assigned representatives after a representative has received training Each representative must maintain a unique password. Replace Section 5 -1.04 with: 5 -1.04 CONTRACT COMPONENTS A component in one contract part applies as if appearing in each. "fhe parts are complementary and describe and provide for a complete work. If a discrepancy exists: I . The governing ranking of contract parts in descending order is: I.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. Supplernental project information 2. Written numbers and notes on a drawing govern over graphics 3. A detail drawing governs over a general drawing 4. A detail specification governs over a general specification 5. A specification in a section governs over a specification referenced by that section If a discrepancy is found or confusion arises, request correction or clarification. Add: 5 -1.055 SUBCONTRACTING 5- 1.055A General No subcontract releases you from the contract or relieves you of yotu responsibility for a subcontractor's work. If you violate Pub Cont Code § 4100 et seq., the Department may exercise the remedies provided under Pub Cont Code § 4110. The Department may refer the violation to the Contractors State License Board as provided under Pub Cont Code § 4 t 1 I. Except for a building- construction non - federal -aid contract, perform work equaling at least 30 percent of the value of the original total bid with your employees and with equipment owned o rented by you, with or without operators. Each subcontract must comply with the contract. The Department encourages you to include a dispute resolution process in each subcontract. Each subcontractor must have an active and valid State contractor's license with a classification appropriate for the work to be performed (Bus & Prof Code, § 7000 et seq.). Submit copies of subcontracts upon request. Before subconnacted work starts, submit a Subcontracting Request form. Do not use a debarred contractor; a current list of debarred contractors is available at the Department of Industrial Relations' web site. Upon request, immediately remove and not aeain use a subcontractor who fails 10 prosecute the work satisfactorily. Replace Section 5 -1.07 with: 5 -1.07 LINES AND GRADES The Engineer places stakes and marks under Chapmr 12. "Construction Surreys." of the Depatunent's Surveys Manual. Submit your request for Department -tin nishcd stakes: I. On a Request for Construction Stakes firm. 13nsure: [ A. 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. Replace Section 5 -1.10 with: 5 -1.10 EQUIPMENT Clearly stencil or stamp at a clearly visible location on each piece of equipment except hand tools an identifying number and: 1. On compacting equipment, its make, model number, and empty gross weight that is either the producer's rated weight or the scale weight 2. On meters and on the load- receiving element and indicators of each scale, the make, model, serial number, and producer's rated capacity Submit a list I. Describing each piece of equipment 2. Showing its identifying number Upon request, submit producer's information that designates portable vehicle scale capacities. For proportioning materials, use measuring devices, material plant controllers, and undersupports complying with Section 9 -1.01 B, "Weighing Equipment and Procedures." Measuring devices must be tested and approved tinder California Test 109 in the Department's presence by any of the following: 1. County Sealer of Weights and Measures 2. Scale Service Agency 3. Division of Measurement Standards Official The indicator over -ua\el must be at least 1!3 of the loading navel. The indicators must be enclosed against moisttne and dust. Group measming system dials such that the smallest increment for each indicator can be read from the location at which proportioning is controlled, Replace Section 5 -1.1 I6 with: 5 -1.116 DIFFERING SITE CONDITIONS (23 CFR 635.109) 5- t.116A Contractor's Notification Promptly notitj (he Engineer if you find either of the following: 1. Physical conditions difhcring materially from either of the following: I.]. Contract documents 1.2. Job site examination Physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract Include details explaining the information you relied on and the material differences you discovered. If you fail to notify the Engineer promptly, you waive the differing site condition claim for the period between your discovery of the differing site condition and your notification to the Engineer. If you disturb the site after discovery and before the Engineer's investigation, you waive the differing site condition claim. 5- 1.1166 Engineer's Investigation and Decision Upon your notification, the Engineer investigatesjob site conditions and: 1. Notifies you whether to resume affected work 2. Decides whether the condition differs materially and is cause for an adjustment of time, payment, or both You may protest the Engineer's decision. Replace Section 5 -1.14 with: 5 -1.14 COST REDUCTION INCENTIVE Comply with Section 4- L.035B, "Value Engineering Change Proposal." Add: 5 -1.145 REQUESTS FOR INFORMATION Submit an RFI upon recognition of any event or question of fact arising under the Contract. The Engineer responds to the RFI within 5 business days. Proceed with the work unless otherwise ordered. You may protest the Engineer's response by: I. Submitting an Initial Potential Claim Record within 5 business days after receipt of the Engineer's response 2. Complying with Section 5 -1 .146. "Potential Claims and Dispute Resolution" Add: 5 -1.146 POTENTIAL CLAIMS AND DISPUTE RESOLUTION 5- 1.146A General Minimize and mitigate impacts of potentially claimed work or event. For each potential claim. assign an identilication number determined by chronological sequencing and the Ist date ofthe potential claim. Use the identification number for each potential claim on the: I. Initial Potential Claim Record 2. Supplemental Potential Claim Record 3. Full and Final Potential Claim Record Failure to comply with this procedure is: 1. Waiver of the potential claim and a waiver of the right to a corresponding claim for the disputed work in the administrative claim procedure 2. Bar to arbitration (Pub Com Code § 102402) 5- 1.146B Initial Potential Claim Record Submit an Initial Potential Claim Record within 5 business days of the Engineer's response to tite RFf. The Initial Potential Claim Record establishes the claim nature and circumstances. The claim nature and circumstances must remain consistent. The Engineer responds within 5 business days of the date of the Initial Potential Claim Record. Proceed with the potentially claimed work unless ordered. Within 20 days of a request, provide access to the project records determined necessary by the Engineer to evaluate the potential claim. 5- 1.146C Supplemental Potential Claim Record Within 15 days of submitting the Initial Potential Claim Record, submit a Supplemental Potential Claim Record including: I. Complete nature and circumstances causing the potential claim or event 2. Contract specifications supporting the basis of a claim 3. Estimated claim cost and an itemized breakdown of individual costs stating how the estimate was determined 4. T1A The Engineer evaluates the Supplemental Potential Claim Record and furnishes you a response within 20 days of submittal. If the estimated cost or effect on the scheduled completion date changes, update the Supplemental Potential Claim Record information as soon as the change is recognized and submit this information. 5- 1.146D Full and Final Potential Claim Record Notify the Engineer within 10 days of the completion date of the potentially claimed work. The Engineer approves this completion date or notifies you of a revised date. Within 30 days of the completion of the potentially claimed work, submit a Full and Final Potential Claim Record including: A detailed factual account of the events causing the potential claim. including: I.I. Necessary dates 1.2. Locations 1.3. Work items affected b� the potential claim 2. The Contract documents supporting, the potential claim and a statement of the reasons these parts support entitlement 3. If a payment adjustment is requested, an itemized cost breakdown. Segregate costs into the following categories: 3.1. Labor, including: 3.1.1. Individuals 3.1.2. Classifications 3.1.3. Regular and overtime hours worked 3.1.4. Dates worked 3.2. Materials, including: 3.2.1. Invoices 3.2.2. Purchase orders 3.2.3. Location of materials either stored or incorporated into the work 3.2,4. Dates materials were transported to the job site or incorporated into the work 33. Equipment, including: 3.31. Detailed descriptions, including make, model, and serial number 3.3.2. Hours of use 3.3.3. Dates of use 3.3.4. Equipment rates at the rental rate listed in Labor Surcharge and Equipment Rental Rates in effect when the affected work related to the claim was performed 4. if a time adjustment is requested: 4.1. Dates for the requested time. 4.2. Reasons for a time adjustment. 4.3. Contract documentation supporting the requested time adjustment. 4.4. TIA. The TIA must demonstrate entitlement to a time adjustment. 5. Identification and copies of your documents and copies of communications supporting the potential claim, including certified payrolls, bills, cancelled checks, job cost reports, payment records, and rental agreements 6. Relevant information, references, and arguments that support the potential claim The Department does not consider a Full and Final Potential Claim Record that does not have the same nature, circumstances, and basis of claim as those specified on the Initial Potential Claim Record and Supplemental Potential Claim Record. The Engineer evaluates the information presented in the Full and Final Potential Claim Record and furnishes you a response within 30 days of its receipt unless the Full and Final Potential Claim Record is submitted after Contract acceptance; in which case. a response may not be furnished. The Engineer's receipt of the Full and Final Potential Claint Record nwst be evidenced by postal return receipt or the Engineer's written receipt iNclivered by hand. 5- 1.146E Dispute Resolution Comply with Section 5 -1.15, "Dispute Resolution." Add: 5 -1.15 DISPUTE RESOLUTION 5 -1.15A General Section 5 -1.15, "Dispute Resolution," applies to a contract with 100 or more working days. The dispute resolution process is not a substitute for filing an RF1 and complying with the requirements of Section 5- 1.146, "Potential Claims and Dispute Resolution." 5 -1.156 Dispute Resolution Advisor Section 5- 1.158, "Dispute Resolution Advisor;' applies to a contract with a total bid from $3 million to $10 million. A dispute resolution advisor, hereinafter referred to as "DRA," is chosen by the Department and the Contractor to assist in the resolution of disputes. The DRA shall be established by the Department and the Contractor within 30 days of contract approval. The Department and the Contractor shall each propose 3 potential DRA candidates. Each potential candidate shall provide the Department and the Contractor with their disclosure statement. The disclosure statement shall include a resume of the potential candidate's experience and a declaration statement describing past, present, anticipated, and planned relationships with all parties involved in this contract. The Department and the Contractor shall select one of the 6 nominees to be the DRA. If the Department and the Contractor cannot agree on one candidate, the Department and the Contractor shall each choose one of the 3 nominated by the other. The Final selection of the DRA will be decided by a coin toss between the two candidates. The Department and the Contractor shall complete and adhere to the Dispute Resolution Advisor Agreement. No DRA meeting shall take place until the Dispute Resolution Advisor Agreement has been signed by all parties, unless all parties agree to sign it at the first meeting. If DRA needs outside technical services, technical services shall be preapproved by boll) the Departmenr and the Contractor. DRA recommendations are nonbinding. I he Contractor shall not use the DRA for disputes between subcontractors or suppliers that have no grounds for a lawsuit against the Department. DRA replacement is selected in the same manner as the original selection. The appointment of a replacement URA will begin promptly upon determination of the need for replacement. The Dispute Resolution Advisor Agreement shall be amended to reflect the change of the DRA. Failtne of the Contactor to participate in selecting DRA will result in the withhold of 25 percent ()('the estimated value 01' all work performed during each estimate period that the Contractor fails to comply. DRA withholds will be released for payment on the next monthly progress payment following the date that the Contractor has provided assistance in choosing the DRA and no interest will be due the Contactor. The State and the Contractor shall bear the costs and expenses of the DRA equally. ']'be DRA shall he compensated at an agreed rate of $1.500 per day for time spent per meeting either at the slant of the project or I'or a dispute. A member sucing on more than one State DRA or Dispute Resolution Board. regardless the number of meetings per day shall not be paid more than the agreed rate per day. The agreed rate shall be considered full compensation for on -site time. travel expenses. transportation, loclging, time for travel, and incidentals for each clay or portion (hereof that the DRA i� at an aulha'ized DRA nreetine. No additional compensation will be made for time spent by the DRA to review and research activities outside the official DRA meetings unless that time, such as time spent evaluating and preparing recommendations on specific issues presented to the DRA, has been specifically agreed to in advance by the State and Contractor. Time away from the project that has been specifically agreed to in advance by the Department and the Contractor will be compensated at an agreed rate of $150 per hour. The agreed amount of $150 per hour shall include all incidentals including expenses for telephone, fax, and computer services. The State will provide conference facilities for DRA meetings at no cost to the Contractor. The Contractor shall make direct payments to the DRA for participation in authorized meetings and approved hourly rate charges from invoices submitted. The State will reimburse the Contractor for the State's share of the costs. There will be no markups applied to expenses associated with the DRA, either by the DRA or by the Contractor when requesting payment of the State's share of DRA expenses. Regardless of the DRA recommendation, neither party will be entitled to reimbursement of DRA costs from the other party. The Contractor shall submit extra work bills and include invoices with original supporting documents for reimbursement of the State's share. The cost of technical services will be borne equally by the State and Contractor. There will be no markups for these costs. A copy of the "Dispute Resolution Advisor Agreement" to be executed by the Contractor, State and the DRA is as follows: Form CEM 6206 Rev (04- 06 -07) DISPUTE RESOLUTION ADVISOR AGREEMENT (Contract Identification) Contract No. THIS DISPUTE RESOLUTION ADVISOR AGREEMENT, hereinafter called "AGREEMENT ", made and entered into this day of I , between the State of California, acting through the California Department of Transportation and the Director of Transportation, hereinafter called the "STATE," hereinafter called the "CONTRACTOR," and ... , the Dispute Resolution Advisor, hereinafter called the "DRA." WITNESSETH, that WHEREAS, the STATE and the CONTRACTOR, hereinafter called the "parties," are now engaged in the construction on the State Highway project referenced above; and WHEREAS, the Standard Specifications for the above referenced contract provides for the establishment and operation of the DRA to assist in resolving disputes; and WHEREAS, the DRA is composed of one person, chosen by the CONTRACTOR and the S I'ATE; NOW THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, of attached and incorporated and made a part hereof, the STATE, the CONTRACTOR, and the DRA hereto agree as follows: SECTION I DESCRIPTION OF WORK To assist in the timely resolution of disputes between the parties, the contract provides for the establishment and the operation of 1he DRA. The DRA is to fairly and impartially consider disputes placed before it and provide recommendations for resolution of these disputes to the parties. The DRA shall provide recommendations based on the fans related to the dispute, the contract and applicable laws and regulations. The DRA shall perform the services necessary to participate in the DRA's actions as designated in Scction III. Scope of Work. SECTION II DRA QUALIFICATIONS The DRA shall be knowledgeable in the type of construction and contract documents anticipated by the contract and shall have completed training through the Dispute Review Board Foundation. In addition, it is desirable for the DRA to have served on several State Dispute Resolution Boards (DRB). No DRA shall have prior direct involvement in this contract. No DRA shall have a financial interest in this contact or parries thereat. including but not limited to the CONTRACTOR, subcontractors. suppliers. consultants. and Icgal and business services. within a period 6 months prior m award and during this contract, Exceptions to ahove are compensation for services on this or other DRAB and DRBs or retirement payments or pensions received horn a party that are not tied to. dependent on or allecled by the net worth of the party. The DRA shrill rulh disclose all direct or indirect professional or personal relationships with all key members 01,11-re contact. SECTION III SCOPE OF WORK The Scope of Work of the DRA includes, but is not limited to, the following: A. PROCEDURES The DRA shall meet with the parties at the start of the project to establish procedures that will govern the conduct of its business and reporting procedures in conformance with the requirements of the contract and the terms of this AGREEMENT. The DRA established procedures shall only be implemented upon approval by the parties. Subsequent meetings shall be held only to hear disputes between the parties. The DRA shall not meet with, or discuss contract issues with individual parties. The State shall provide the DRA with the contract and all written correspondence regarding the dispute between the parties and, if available, the Contractor's supplemental potential claim record, and the Engineer's response to the supplemental potential claim record. The parties shall not call the DRA who served on this contract as a witness in arbitration proceedings, which may arise from this contract. The DRA shall have no claim against the STATE or the CONTRACTOR, or both, from claimed harm arising out of the parties' evaluations of the DRA's opinions. B. DISPUTE MEETING The term "dispute meeting" as used in this subsection shall refer to both the informal and traditional dispute meeting processes, unless otherwise noted. If the CONTRACTOR requests a dispute meeting with the DRA, the Contractor must simultaneously notify the STATE. Upon being notified of the need for a dispute meeting, the DRA shall review and consider the dispute. The DRA shall determine the time and location of the dispute meeting with due consideration for the needs and preferences of the parties, while recognizing the importance of a speedy resolution to the dispute. Dispute meetings shall be conducted at any location that would be convenient and provide required facilities and access to necessary documentation. Only the STATE's Area Construction Engineer, Resident Engineer, and Structure Representative and the CONTRACTOR's or subcontractor's, Superintendent or Project Manager may present information at a dispute meeting. There shall be no participation of persons who are not directly involved in the contract or who do not have direct knowledge of the dispute. The exception to this is technical services, as described below: The DRA, with approval of the parties, may obtain technical services necessary to adequately review the disputes presented. including audit, geotechnical, schedule analysis and other services. The parties' technical staff may supply those services as appropriate. The cost of technical services. as agreed to by the parties, shall be borne equally by the two parties as specified in an approved contract change order. The CONTRACTOR shall not be entitled to markups for the payments made for these services. At the dispute meeting the DRA may ask questions. seek clarification, and request further clarification of data presented by either of the parties as may be necessary to assist in making a filly informed recommendation. However. the DRA shall refrain from expressing opinions on the merits of statements on matters under dispute during the parties' presentations. Each party will be given ample time to fully present its position. make rebuttals. provide relevant documents_ and respond to DRA questions and i'eq ucSts. There shall be no testimony under oath or cross- examination, during DRA dispute meetings. There shall be no reporting of the procedures by a shorthand reporter or by electronic means. Documents and verbal statements shall be received by the DRA in conformance with the rules and regulations established at the first meeting between the DRA and parties. These established rules and regulations need not comply with prescribed legal laws of evidence. Failure to attend a dispute meeting by either of the parties shall be conclusively considered by the DRA as indication that the non - attending party considers all written documents and correspondence submitted as their entire and complete argument. The claimant shall discuss the dispute, followed by the other party. Each party shall then be allowed one or more rebuttals at the meeting until all aspects of the dispute are thoroughly covered. I. TRADITIONAL DISPUTE MEETING: The following procedure shall be used for the traditional dispute meeting: a. Within 5 days after receiving the STATE's written response to the CONTRACTOR's supplemental potential claim record, the CONTRACTOR shall refer the dispute to the DRA, if the CONTRACTOR wishes to further pursue the dispute. The CONTRACTOR shall make the referral in writing to the DRA, simultaneously copied to the STATE. The written dispute referral shall describe the disputed matter in individual discrete segments, so that it will be clear to both parties and the DRA what discrete elements of the dispute have been resolved, and which remain unresolved, and shall include an estimate of the cost of the affected work and impacts, if any, on project completion. b. The parties shall each be afforded an opportunity to be present and to be heard by the DRA, and to offer evidence. Either party furnishing written evidence or documentation to the DRA must furnish copies of such information to the other party a minimum of 10 days prior to the date the DRA is scheduled to convene the meeting for the dispute. Either party shall produce such additional evidence as the DRA may deem necessary to reach an understanding and a determination of the dispute. The party furnishing additional evidence shall furnish copies of such additional evidence to the other party at the same time the evidence is provided to the DRA. The DRA shall nor consider evidence not furnished in conformance with the terms specified herein. c. Upon receipt by the DRA of a written referral of a dispute, the DRA shall convene to review and consider the dispute. The dispute meeting shall be held no later than 25 days after receipt of the written referral unless otherwise agreed to by all parties. d. The DRA shall furnish a written report to both parties. The DRA may request clarifying information of either party within 5 days after the DRA dispute meeting. Requested information shall be submitted to the DRA within 5 days of the DRA request. The DRA shall complete its report and submit it to the parties within 10 days of the DRA dispute meeting. except that time extensions may be granted at the request of the DRA with the written concurrence of both parties. The report shall summarize the facts considered_ the contract language, law or regulation viewed by the DRA as pertinent to the dispute. and the DRA's interpretation and philosophy in arriving it its conclusions and recommendations and, if appropriate. recommends guidelines for determining compensation. The DRA's written opinion shall stand on its own, without attachments or appendices. e. Within 10 days after receiving the DRA's report, both parties shall respond to the DRA in writing signifying that the dispute is either resolved or remains unresolved. Failure to provide the written response within the time specified, or a written rejection of the DRA's recommendation or response to a request for reconsideration presented in the report by either party, shall conclusively indicate that the party(s) failing to respond accepts the DRA recommendation. Immediately after responses have been received from both parties, the DRA shall provide copies of both responses to the parties simultaneously. Either party may request clarification of elements of the DRA's report from the DRA prior to responding to the report. The DRA shall consider any clarification request only if submitted within 5 days of receipt of the DRA's report, and if submitted simultaneously in writing to both the DRA and the other party. Each party may submit only one request for clarification for any individual DRA report. The DRA shall respond, in writing, to requests for clarification within 5 days of receipt of such requests. f. Either party may seek a reconsideration of the DRA's recommendation. The DRA shall only grant reconsideration based upon submission of new evidence and if the request is submitted within the 10 day time limit specified for response to the DRA's written report. Each party may submit only one request for reconsideration regarding an individual DRA recommendation. g. if the parties are able to settle their dispute with the aid of the DRA's report, the STATE and CONTRACTOR shall promptly accept and implement the settlement of the parties. If the parties cannot agree on compensation within 30 days of the acceptance by both parties of the settlement, either party may request the DRA to make a recommendation regarding compensation. 2. INFORMAL DISPUTE MEETING An informal dispute meeting shall be convened, only if, the parties and the DRA agree that this dispute resolution process is appropriate to senle the dispute. The following procedure shall be used for the informal dispute meeting: a. The parties shall furnish the DRA with one copy of pertinent documents requested by the DRA that are or may become necessary for the DRA to perform its function. The party furnishing documents shall furnish such documents to the other party at the same time the document is provided to the DRA. b. A fter the dispute meeting has concluded, the DRA shall deliberate in private the same day. until a response to the parties is reached or as otherwise agreed to by the parties. c. The DRA then verbally delivers its recommendation with findings to the parties. d. Mier the recommendation is presented. the parties may ask for clarifications. e. Occasionally the DRA., on complex issues, may be unable to formulate a recommendation based on the information given at a dispute meeting. However, the DRA may provide the parties with advice on strengths and weaknesses of their prospective positions, in the hope of the parties reaching settlement. f. If the parties are able to settle ilich dispute with the aid of the DRA's opinion, the S A "TE and CONTRACTOR shall promptly accept and implement the settlement of llte parties. I he DRA will not he bound by its oral reconu»endmion in the event that a dispute is later heard by the DRA in a traditional dispute meeting. Unless the dispute is settled, use of the informal dispute meeting does not relieve the parties of their responsibilities under Section 5- 1.15B, "Dispute Resolution Advisor," of the Standard Specifications or Subsection, "Traditional Dispute Meeting," of this AGREEMENT. There will be no extension of time allowed for the process to permit the use of the informal dispute meeting, unless otherwise agreed to by the parties. SECTION IV TIME FOR BEGINNING AND COMPLETION Once established, the DRA shall be in operation until the day the Director accepts the contract. The DRA shall not begin work under the terms of this AGREEMENT until authorized in writing by the STATE or as agreed to by the parties. SECTION V PAYMENT The DRA shall be compensated at an agreed rate of $1,500 per day for time spent per meeting, either at the start of the project or for a dispute. A member serving on more than one State DRA or DRB, regardless the number of meetings per day, shall not be paid more than the agreed rate per day. The agreed rate shall be considered full compensation for onsite time, travel expenses, transportation, lodging, time for travel and incidentals for each day, or portion thereof that the DRA is at an authorized DRA meeting. No additional compensation will be made for time spent by the DRA to review and research activities outside the official DRA meetings unless that time, (such as time spent evaluating and preparing recommendations on specific issues presented to the DRA), has been specifically agreed to in advance by the parties. Time away from the project, which has been specifically agreed to in advance by the patties, will be compensated at an agreed rate of $150 per hour. The agreed amount of $150 per hour shall include all incidentals including expenses for telephone, fax, and computer services. The State will provide administrative services such as conference facilities to the DRA. A. PAYMENT PROCESSING The CONTRACTOR shall make direct payments to the DRA for their participation in authorized meetings and approved hourly rate charges, from invoices submitted by the DRA, and technical services. The DRA may submit invoices to the CONTRACTOR for partial payment for work performed and services rendered for their participation in authorized meetings not more often than once per month during the progress of the work. The invoices shall be in a format approved by the parties and accompanied by a general description of activities performed during that billing period. Payment for hourly fees, at the agreed rate, shall not be paid to the DRA until the amount and extent of those fees are approved by the STATE and CONTRACTOR. B. INSPECTION OF COSTS RECORDS The DRA and the C'ONT'RACTOR shall keep available for Inspection by representaii\es of the SPATE and the United States. for a period of 3 years afler final payment, the cost records and aeWUmIS pertaining to this AGREEMENT. If any litigation, claim, or audit arising out of in connection with, or related to this contract is initiated before the expiration of the 3 -year period. the cost records and accounts shall he retained until such litigation, claim, or audit involving the records is completed. SECTION VI ASSIGNMENT OF TASKS OF WORK The DRA shall not assign the work of this AGREEMLN "I'. SECTION VII TERMINATION OF DRA The DRA ma. resign alter providing not less than I5 bays written notice of the resignation to the S FATE and CONTRACTOR. The DRA may be terminated by either parts. lot failing to fully complc at all times with all required employment or financial disclosure conditions of DRA membership in conformance with the terms of the contract and this AGREEMENT. Each party shall document the need for replacement and substantiate the replacement request in writing to the other party and the DRA. SECTION VIII LEGAL RELATIONS The parties hereto mutually understand and agree that the DRA in the performance of duties is acting in the capacity of an independent agent and not as an employee of either party. No party to this AGREEMENT shall bear a greater responsibility for damages or personal injury than is normally provided by Federal or State of California Law. Notwithstanding the provisions of this contract that require the CONTRACTOR to indemnify and hold harmless the STATE, the parties shall jointly indemnify and hold harmless the DRA from and against all claims, damages, losses, and expenses, including but not limited to attorney's fees, arising out of and resulting from the findings and recommendations of the DRA. SECTION IX CONFIDENTIALITV The parties hereto mutually understand and agree that all documents and records provided by the parties in reference to issues brought before the DRA, which documents and records are marked "Confidential - for use by the DRA only," shall be kept in confidence and used only for the purpose of resolution of subject disputes, and for assisting in development of DRA findings and recommendations, that such documents and records will not be utilized or revealed to others, except to officials of the parties who are authorized to act on the subject disputes, for any purposes, during the life of this AGREEMENT. Upon termination of this AGREEMENT, said confidential documents and records, and all copies thereof. shall be returned to the parties who furnished them to the DRA. However, the parties understand that such documents may be subsequently discoverable and admissible in court or arbitration proceedings unless a protective order has been obtained by the party seeking fwther confidentiality. SECTION X DISPUTES Disputes between the parties arising out of the work or other terns of this AGREEMENT that cannot be resolved by negotiation and mutual concurrence between the patties or through the administrative process provided in the contract shall be resolved by arbitration as provided in Section 9 -1.10, "Arbitration," of the Standard Specifications. Disputes between the DRA and the parties that cannot be resolved by negotiation and mutual concurrence shall be resolved in the appropriate forum. SECTION XI VENUE, APPLICABLE LAW, AND PERSONAL JURISDICTION In the event that any party, including the DRA. deems it necessary to institute arbitration proceedings to enforce any right or obligation under this AGREEMENT. the parties hereto agree that such action shall be initiated in the Office of Administrative Hearings of the State of California. The parties hereto agree that all questions shall be resolved by arbitration by application of California law and that the parties to such arbitration shall have the right of appeal from such decisions to the Superior Court in conformance with the laws of the State of California. Venue for the arbitration shall be Sacramento or any other location as agreed to by the patties. SECTION XII FEDERAL REVIEW AND REQUIREMENTS On Federal -Aid contracts, the Federal High %.ay Administration shall have the right to review the cork of the DRA in progress. except for private meetings or deliberations ofthe DRA. Other Federal requirements in this agreement shall only apply to Federal -Aid contracts. SECTION XIII CERTIFICATION OF CONTRACTOR, DRA, AND STATE IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT as of the day and year first above written. DRA Z Title: CONTRACTOR By: By: Title: Title: CALIFORNIA DEPARTMENT OF TRANSPORTATION 5 -1.15C Dispute Resolution Board Section 5- 1.15C, "Dispute Resolution Board," applies to a contract with a total bid of over $10 mil lion. The Dispute Resolution Board, hereinafter referred to as "DRB," is a three member board established by the Department and Contractor to assist in the resolution of disputes. The DRB shall be established by the Department and the Contractor within 45 days after contract approval. The DRB shall consist of one member selected by the Department and approved by the Contractor, one member selected by the Contractor and approved by the Department, and a third member selected by the first 2 members and approved by both the Department and the Contractor. The Department and Contractor shall provide the other written notification for approval of the name of their DRB nominee along with the nominee's disclosure statement. Disclosure statements shall include a resume of the nominee's experience and a declaration statement describing past, present, anticipated, and planned relationships with all parties involved in this contract. Objections to nominees shall be based on a specific breach or violation of nominee responsibilities or on nominee qualifications. The Department or the Contractor may, on a one -time basis, object to the other's nominee without specifying a reason and this person shall not be selected for the DRB. Another person shall then be nominated within 15 days. The 2 DRB members shall proceed with the selection of the third DRB member immediately after receiving written notification from the Department of their selection. The 2 DRB members shall provide their recommendation simultaneously to the parties within 15 days. The third member shall provide disclosure statement to the first 2 DRB members, to the Department, and the Contractor. The professional experience of the third DRB member shall complement that of the first 2 DRB members. The third DRB member shall be subject to mutual approval of the Department and the Contractor. If the 2 DRB members cannot agree on the third nominee, the; shall submit a list of nominees to the Department and the Contractor for final selection and approval. If the Department and the Contractor cannot agree on the third DRB member, or it' the first 2 DRB members are unable to agree upon a recommendation, the Department and the Contractor shall select 6 names from the current list of arbitrators certified by the Public Works Contract Arbitration Committee created by Article 7.2 of the State Contract Act. The 2 DRB members shall then select one of the 6 names by a blind draw. The 3 DRB members shall appoint one member as a chairperson to provide leadership for the DRB's activities. The chairperson shall be approved by the Department and the Contractor. In the event of an impasse, the third DRB member shall become the chairperson. The Department and Contractor shall complete and adhere to the Dispute Resolution Board Agreement. No DRB meeting shall take place until the Dispute Resolution Board Agreement has been signed by all parties, unless all parties agree to sign it at the first meeting. If the DRB needs outside technical services, technical services shall be preapproved by both the Department and the Contractor. DRB recoinmendations are nonbinding. The Contractor shall not use the DRB for disputes between the subcontractors or suppliers that have no ,rounds for a lawsuit against the Department. DRB member replacements are selected in the same manner as the original selection. 'fhe appoinurtenl of a replacement DRB member will begin promptly upon determination of the need I'or replacement. The Dispute Resolution Board Agreement shall be amended to reflect the change in the DRB. Failure of the Contractor to participate in establishing the DRB will reuli in the withholding of 25 percent of the estimated value of all work performed during each estimate period that the Contractor fails to comply, DRB withholds will be released for payment on the next monthl} progress payment Following the date that the Contractor has provided assistance in establishing the DRB and no interest will be due the Contractor, The Department and the Contractor shall bear the costs and expenses of the DRB equally. Each DRB member shall be compensated at an agreed rate of $1,500 per day for time spent per meeting either at the start of the project, for scheduled progress, or dispute meetings. A member serving on more than one Department DRB or Dispute Resolution Advisor (DRA), regardless of the number of meetings per day shall not be paid more than the agreed rate per day. The agreed rate shall be considered full compensation for on -site time, travel expenses, transportation, lodging, time for travel, and incidentals for each day or portion thereof that the DRB member is at an authorized DRB meeting. No additional compensation will be made for time spent by DRB members in review and research activities outside the official DRB meetings unless that time, such as time spent evaluating and preparing recommendations on specific issues presented to the DRB, has been specifically agreed to in advance by the Department and Contractor. Time away from the project, which has been specifically agreed to in advance by the Department and Contractor, will be compensated at an agreed rate of $150 per hour. The agreed amount of $150 per hour shall include all incidentals including expenses for telephone, fax, and computer services. The Department will provide conference facilities for DRB meetings at no cost to the Contractor. The Contractor shall make direct payments to each DRS member for their participation in authorized meetings and approved hourly rate charges from invoices submitted by each DRB member. The Department will reimburse the Contractor for the Department's share of the costs. There will be no markups applied to expenses connected with the DRB, either by the DRS members or by the Contractor when requesting payment of the Department's share of DRB expenses. Regardless of the DRB recommendation, neither party shall be entitled to reimbursement of DRB costs from the other party. The Contractor shall submit extra work bills and include evidence of every payment to each DRB member in the form of a cancelled check or bank statement within 30 days of payment. The cost of technical services requested by the DRB will be borne equally by the State and Contractor. There will be no markups for these costs. A copy of the "Dispute Resolution Board Agreement" to be executed by the Department, Contractor, and the 3 DRB members after approval of the contract follows: Fonn CEM 6202 Rev (1022/2008) DISPUTE RESOLUTION BOARD AGREEMENT (C'omrw Identilicamion) Contract No. THIS DISPUTE RESOLUTION BOARD AGREEMENT, hereinafter called "AGREEMENT'' made and entered into this day of I _, between the State of California, acting through the California Department of Transportation and the Director of Transportation, hereinafter called the "STATE," hereinafter called the "CONTRACTOR," and the Dispute Resolution Board, hereinafter called the "DRB" consisting of the following members: (ORB Member) and (D R11 Ch.,Wmon) W ITN ESSETH, that WHEREAS, the STATE and the CONTRACTOR, hereinafter called the "parties," are now engaged in the construction on the State Highway project referenced above; and WHEREAS. the Standard Specifications for the above referenced contract provides for the establishment and operation oflhc DRB to assist in resolving disputes; and WHEREAS, the DRB is composed of three members, one selected by the STATE, one selected by the CONTRACTOR. and the third member selected by the other two members and approved by the parties; and NOW THEREFORE. in consideration of the terms, conditions, covenants. and performance contained herein. or attached and incorporated and made a pall hereof, the STATE, the CON] RAC I OR, and the DRB members her clo a_ree as follows: SECTION I DESCRIPTION OF WORK To assist in the Timely resolwion of disputes between the parties. the connact provides for the establishment and the operation of the DRB. The DRB is to fairly and impartially consicici disputes placed before it and provide recommendations for resolution of these disputes to the parties. The DRB shall provide recommendations based on the fans related to the dispute. the contract and applicable Imes and regulations. The DRB shall perform the services necessary to participate in the DRB's actions as designated In Section III. Scope of Work. SECTION II DRB QUALIFICATIONS DRB members shall be knowledgeable in the type of construction and contract documents anticipated by the contract and shall have completed training through the Dispute Review Board Foundation. No DRB member shall have prior direct involvement in this contract. No DRB member shall have a financial interest in this contract or parties thereto, including but not limited to the CONTRACTOR, subcontractors, suppliers, consultants, and legal and business services, within a period 6 months prior to award and during this contract. Exceptions to above are compensation for services on this or other DRBs and DRAB or retirement payments or pensions received from a party that are not tied to, dependent on or affected by the net worth of the party. DRB members shall fully disclose all direct or indirect professional or personal relationships with all key members of the contract. SECTION III SCOPE OF WORK The scope of work ofthe DRB includes, but is not limited lo, the following: A. PROCEDURES The DRB shall establish procedures that will govern the conduct of its business and reporting procedures in conformance with the requirements of the contract and the terms of this AGREEMENT. The DRB established procedures shall only be implemented upon approval of the parties. The DRB Chairperson shall schedule progress and dispute meetings and any other DRB activities. The parties shall not call on any of the DRB members, who served on this contract, as a witness in arbitration proceedings, which may arise from this contract. DRB members shall have no claim against the STATE or the CONTRACTOR, or both, from claimed harm arising out of the parties' evaluations of the DRB's opinions. During progress or dispute meetings, DRB members shall refiain from expressing opinions on the merits of statements on matters under dispute or potential disputes Opinions of DRB members expressed in private sessions shall be kept strictly confidential. Individual DRB members shall not meet with, or discuss contract issues with individual parties. Discussions regarding the project between the DRB members and the parties shall be in the presence of all three members and both patties. Individual DRB members shall not undertake independent investigations of any kind pertaining to disputes or potential disputes, except with the knowledge of both parties and as expressly directed by the DRB Chairperson. B. PROGRESS MEETINGS DRB members shall visit the project site and meet with representatives of the parties to keep abreast of construction activities and to develop familiaritc with the work in progress. Scheduled progress meetings shall be held at or near the project site. The DRB shall meet at least once at the start of the project, and at least once every 4 months thereafter. The frequency. exact time, and duration of additional site visits and progress meetings shall be as recommended by the DRB and approved by the parties consistent with the construction activities or matlers under consideration and dispute. Scheduled progress meetings may be waived, if the panics are in agreement, when the only �,ork remaining is plant establishment work. Each meeting shall consist of a round table discussion and a held inspection of the work being performed on the contract. if necessary. Each meeting shall be amended by mpresentalives of both parties. The agenda shall generally he as follows: I. Meeting opened by the DRB Chairperson. 2. Remarks by the S"iA rC's representative. 3. ,� description by the CONTRACTOR's representative of work accomplished since the last meeting: the current schedule status of the work: and a lixecnst for the coming period. 4. An outline by the STATE's representative of the status of the work as the STATE views it. 5. An outline by the CONTRACTOR's representative of potential problems and a description of proposed solutions. 6. A brief description by the CONTRACTOR's and the STATE's representative of potential claims and disputes that have surfaced since the last meeting. 7. A summary by the STATE's representative, the CONTRACTOR's representative; or the DRB of the status of past potential claims and disputes. The STATE's representative will prepare minutes of all progress meetings and circulate them for revision and approval by all concerned within 10 days of the meeting. C. DISPUTE MEETING The term "dispute meeting" as used in this subsection shall refer to both the informal and traditional dispute meeting processes, unless otherwise noted. Either the STATE or the CONTRACTOR may request a dispute meeting with the DRB. The requesting party shall simultaneously notify the other party of each dispute meeting request. Upon being notified of the need for a dispute meeting, the DRB shall review and consider the dispute. The DRB shall determine the time and location of the dispute meeting with due consideration for the needs and preferences of the parties, while recognizing the importance of a speedy resolution to the dispute. Dispute meetings shall be conducted at any location that would be convenient and provide required facilities and access to necessary documentation. No DRB dispute meeting shall take place later than 30 days prior to acceptance of the contract. Only the STATE's Area Construction Engineer, Resident Engineer, and Struchue Representative and the CONTRACTOR's or subcontractor's, Superintendent or Project Manager may present information at a dispute meeting. There shall be no participation of persons who are not directly involved in the contract or who do not have direct knowledge of the dispute. The exception to this is technical services. as described below; The DRB, with approval of the parties. may obtain technical services necessary to adequately review the disputes presented, including audit, geotechnical, schedule analysis and other services. The parties' technical staff may supply those services as appropriate. The cost of technical services, as agreed to by the parties, shall be borne equally by the two parties as specified in an approved contract change order. The CONTRACTOR shall not be entitled to markups for the payments made for these services. At the dispute meeting the DRB ntay ask questions. seek clarification, and request further clarification of data presented by either of the parties as ma% be necessary to assist in making a fully informed recommendation. However. the DRB shall refrain from eNpressing opinions on the merits of statements on matters under dispute during the parties' presentations. "I he claimant shall discuss the dispute. followed by the other patty. Each party shall then be allowed one or more rebuttals at the meeting trail all aspects of the dispute are thoroughly covered. Lach party will he riven ample rime to filly present its position. make rebuttals.. provide relevant documents. and respond to DRB questions and requests. There shall be no testimony under oath or cross- e\antination. din ing DRB dispute meetings. There shall be no reporting ol'the procedures by a shorthand reponer or by clecuonic means. Documents and verbal statements shall be received by the DRB in conformmnce with the procedures established at the first meeting between the DRB and the parties. These established procedures need not comply with prescribed legal laws of evidence. Failure to attend a dispute meeting by either of the parties shall be conclusively considered by the DRB as indication that the non - attending party considers all written documents and correspondence submitted as their entire and complete argument. After dispute meetings are concluded, the DRB shall meet in private and reach a conclusion supported by two or more members. Private sessions of the DRB may be held at a location other than thejob site or by electronic conferencing as deemed appropriate, in order to expedite the process. The DRB shall make every effort to reach a unanimous decision. I. TRADITIONAL DISPUTE MEETING: The following procedure shall be used for the traditional dispute meeting: a. Within 21 days after receiving the STATE's written response to the CONfRACTOR's supplemental potential claim record, the CONTRACTOR shall refer the dispute to the DRB if the CONTRACTOR wishes to further pursue the dispute. The CONTRACTOR shall make the referral in writing to the DRB, simultaneously copied to the STATE. The written dispute referral shall describe the disputed matter in individual discrete segments, so that it will be clear to both parties and the DRB what discrete elements of the dispute have been resolved, and which remain unresolved, and shall include an estimate of the cost of the affected work and impacts, if any, on project completion. b. The parties shall each be afforded an opportunity to be present and to be heard by the DRB, and to offer evidence. Either party furnishing written evidence or documentation to the DRB must furnish copies of such information to the other party a minimum of 15 days prior to the date the DRB is scheduled to convene the meeting for the dispute. Either party shall produce such additional evidence as the DRB may deem necessary to reach an understanding and a determination of the dispute. The party furnishing additional evidence shall furnish copies of such additional evidence to the other party at the same time the evidence is provided to the DRB. The DRB shall not consider evidence not furnished in conformance with the terms specified herein. c. Upon receipt by the DRB of a written referral of a dispute. the DRB shall convene to review and consider the dispute. The dispute meeting shall be held no earlier than 30 days and no later than 60 days after receipt of the written referral unless otherwise agreed to by all parties. d. The DRB may request clarifying information of either party within 10 days after the dispute meeting. Requested information shall be submitted to the DRB within 10 days of the DRB request. e. The DRB shall furnish a written report to the parties with its conclusions) and recommendation(s). The DRB shall complete its report. including minority opinion, if any, and submit it to the parties within 30 days of the dispute meeting, except that time extensions may be granted at the request of the DRB with the written concurrence of the parties. The report shall summarize the [acts considered. the contract language. law or regulation viewed by the DRB as pertinent to the dispute. and the DRB's interpretation and reasoning in arriving at its conclusion(s) and recommendation(s) and. if' appropriate. recommends guidelines for determining compensation. The DRB's wriuen opinion shall stand on its own, without attachments or appendices. The DRB Chairperson shall furnish a copy of the written recommendation report to the DRB Coordinator, Division of Construction, MS 44, P.O. Box 942874, Sacramento, CA 94274. f. Within 30 days after receiving the DRB's report, the parties shall respond to the DRB in writing signifying that the dispute is either resolved or remains unresolved. Failure to provide the written response within the time specified, or a written rejection of the DRB's recommendation or a written response requesting the DRB reconsider their recommendation, shall conclusively indicate that the party(s) failing to respond accepts the DRB recommendation. Immediately after responses have been received from both parties, the DRB shall provide copies of both responses to the patties simultaneously. Either party may request clarification of elements of the DRB's report from the DRB prior to responding to the report. The DRB shall consider any clarification request only if Submitted within 10 days of receipt of the DRB's report, and if submitted simultaneously in writing to both the DRB and the other party. Each party may submit only one request for clarification for any individual DRB report. The DRB shall respond, in writing, to requests for clarification within 10 days of receipt of such requests. g. Either party may seek a reconsideration of the DRB's recommendation. The DRB shall only grant reconsideration based upon submission of new evidence and if the request is submitted within the 30 day time limit specified for response to the DRB's written report. Each party may submit only one request for reconsideration regarding an individual DRB recommendation. h. if the parties are able to settle their dispute with the aid of the DRB's report.. the STATE and the CONTRACTOR shall promptly accept and implement the settlement of the parties. If the parties cannot agree on compensation within 60 days of the acceptance by both parties of the settlement, either party may request the DRB to make a recommendation regarding compensation. 2. INFORMAL DISPUTE MEETING An informal dispute meeting shall be convened, only if, the parties and the DRB agree that this dispute resolution process is appropriate to settle the dispute. The following procedure shall be used for the informal dispute meeting: a. The parties shall furnish the DRB with one copy of pertinent documents requested by the DRB chat are or may become necessary for the DRB to perform its function. The party furnishing documents shall furnish such documents to the other party at the same time the document is provided to the DRB. b. After the dispute meeting has concluded. the DRB members shall deliberate in private the same day until a response to the parties is reached or as otherwise agreed to by the parties. c. The DRB then verbally delivers its recommendation with findings. including minority opinion. iI any. to the parties. d. After the recommendation is presented. the parties may ask for clarifications. e. Occasionally the DRB may be unable to formulate a recommendation !)aced on the information uk en at a dispute meeting. However, the DRB may provide the parties with advice on su'en-)ihs and weaknesses of their prospective positions. in the hope of the parties reaching senlement. f. If the parties are able to settle their dispute with the aid of the DRB's opinion, the STATE and the CONTRACTOR shall promptly accept and implement the settlement of the parties. g. The DRB will not be bound by its verbal recommendation in the event that a dispute is later heard by the DRB in a traditional dispute meeting. Unless the dispute is settled, use of the informal dispute meeting does not relieve the parties of their responsibilities under Section 5- 1.15C, "Dispute Resolution Board," of the Standard Specifications or subsection, "Traditional Dispute Meeting," of this AGREEMENT. There will be no extension of time allowed for the process to permit the use of the informal dispute meeting, unless otherwise agreed to by the parties. SECTION IV TIME FOR BEGINNING AND COMPLETION DRB members shall not begin work under the terms of this AGREEMENT, until authorized in writing by the STATE or as agreed to by the parties. Once established, the DRB shall be in operation until the Director accepts the contract. If the contract is terminated in accordance with Section 8 -1.08, "Termination of Control," of the Standard Specifications, the DRB will be dissolved. SECTION V PAYMENT Each DRS member shall be compensated at an agreed rate of $1,500 per day for time spent per meeting, either at start of project, or a scheduled progress or a dispute meeting. A member serving on more than one State DRB or DRA, regardless of the number or meetings per day, shall not be paid more than the agreed rare per day. The agreed rate shall be considered full compensation for on site time, travel expenses, transportation, lodging, time for travel and incidentals for each day, or portion thereof that the DRB member is at an authorized DRB meeting. No additional compensation will be made For time spent by DRS member to review and research activities outside the official DRB meetings unless that time, such as time spent evaluating and preparing recommendations on specific issues presented to the DRB, has been specifically agreed to in advance by the parties. Time away fiom the project, which has been specifically agreed to in advance by the parties. will be compensated at an agreed rate of $150 per hour. The agreed amount of $150 per hour shall include all incidentals including expenses for telephone, fax, and computer services. The State will provide administrative services such as conference facilities to the DRB. A. PAYMENT PROCESSING The CONTRACTOR shall make direct payments to each DRB member for their participation in authorized meetings and approved hourly rate charges, from invoices submitted by each DRS member, and technical services. DRS members may submit invoices to the CONTRACTOR for partial payment for work performed and services rende ed foi their participation in authorized meetings not snore often than once per month during the progress of the work. The invoices shall be in a format approved by the parties and accompanied by a general description of activities performed durine that billing period. Payment for hourly fees. at the agreed rate. shall not be paid to a DR13 member until the amount and extent of those fees are app m ed by the STAI E and the CON- RACTOR. B. INSPECTION OF COSTS RECORDS DRB members and the CONTRACTOR shall keep available for inspection by represenianves of the STATE and the United States federal government, for a period of 3 years after final payment, the cost records and accounts pertaining to this AGRF.F.MIiN l Ifam liti_ation. claim. a audit arising out of. in connection wi!h. or related to this contract is ini mted belixe the c\piration of the 3 -year period. the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. SECTION VI ASSIGNMENT OF TASKS OF WORK ORB members shall not assign the work of this AGREEMENT. SECTION VII TERMINATION OF A DRB MEMBER ORB members may resign after providing not less than IS days written notice of their resignation to the STATE and the CONTRACTOR. A ORB member may be terminated, by either party, for failing to comply at all times with all required employment or financial disclosure conditions of ORB membership in conformance with the terms of the contract and this AGREEMENT. Service of a ORB member may be tenninated at any time with not less than 15 days notice as follows: A. The State may terminate service of the State appointed member. B. The Contractor may terminate service of the Contractor appointed member. C. Upon the written recommendation of the State and Contractor appointed members for the removal of the third member. D. Upon resignation of a member. When a member of the ORB is replaced, the replacement member shall be appointed in the same manner as the replaced member was appointed. The appointment of a replacement ORB member will begin promptly upon determination of the need for replacement and shall be completed within 15 days. Changes in either of the ORB members chosen by the 2 parties will not require re- selection of the third member, unless both parties agree to such re- selection in writing. The Dispute Resolution Board Agreement shall be amended to reflect the change of a ORB member. Each party shall document the need for replacement and substantiate the replacement request in writing to the other party and ORB members. SECTION VIII LEGAL RELATIONS The parties hereto mutually understand and agree That each ORB member in the performance of duties is acting in the capacity of an independent agent and not as an employee of either party. No party to this AGREEMENT shall bear a greater responsibility for damages or personal injury than is normally provided by Federal or State of California Law. Notwithstanding the provisions of this contract that require the CONTRACTOR to indemnify and hold harmless the STATE. the patsies shall jointly indemnify and hold harmless the ORB members from and against all claims. damages. losses. and expenses. including but not limited to attorney's fees. arising out ofand resulting hom the findings and recommendations of the ORB. SECTION IX CONFIDENTIALITY The parties hereto mutually understand and agree thai all documents and records provided by the parties in reference to issues hroueht before the DRB. which documents and records are marked "Confidential - For use by the DRB only.` shall be kept in confidence and used Oily for the purpose of resolution of subject disputes. and for assisling in development of ORB findings and recommendations; that such documents and records will not be utilized or revealed to others. e\.cept to officials of the parties who are authO ized to act ()it the subject disputes. I'or any purposes. durin u Olt life of this AGRELMFNI . Upon termination of .his AGREEMENT. said confidential documents and records. and all copies thereof, shall he rettn'ncd to the parties who furnished them to the DRB. Ho�rever. the panles under4and that such documents mad he subsequently discoverable and admissible in coon or arbivation proceedings unless a prutcctiae order has been obtained by the party seeking flrnhcr confidentiality. SECTION X DISPUTES Disputes between the parties arising out of the work or other terms of this AGREEMENT, which cannot be resolved by negotiation and mutual concurrence between the parties, or through the administrative process provided in the contract, shall be resolved by arbitration as provided in Section 9- 1.10, "Arbitration," of the Standard Specifications. Disputes between the DRB and either party, which cannot be resolved by negotiation and mutual concurrence, shall be resolved in the appropriate forum. SECTION XI VENUE, APPLICABLE LAW, AND PERSONAL JURISDICTION In the event that any party deems it necessary to institute arbitration proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that such action shall be initiated in the Office of Administrative Hearings of the State of California. The parties hereto agree that all questions shall be resolved by arbitration by application of California law and that the parties to such arbitration shall have the right of appeal from such decisions to the Superior Court in conformance with the laws of the State of California. Venue for the arbitration shall be Sacramento or any other location as agreed to by the parties. SECTION XII FEDERAL REVIEW AND REQUIREMENTS On Federal -Aid contracts, the Federal Highway Administration shall have the right to review the work of the DRB in progress, except for private meetings or deliberations of the DRB that do not become part of (lie project records. Other Federal requirements in this agreement shall only apply to Federal -Aid contracts. SECTION XIII CERTIFICATION OF CONTRACTOR, DRB, AND STATE IN WITNESS WHEREOF. the parties hereto have executed this AGREEMENT as of the day and year first above written. DRB MEMBER Title: DRB CHAIRPERSON : Title : 0 DRB MEMBER Title : CONTRACTOR La m Title: Title: Add: 5- 1.16 -5 -17 (BLANK) CALIFORNIA DEPARTMENT OF TRANSPORTATION Add: 5 -1.18 PROPERTY AND FACILITY PRESERVATION 5 -1.18A General Preserve property and facilities, including: I. Adjacent property 2. Department's instrumentation 3. ESAs 4. Lands administered by other agencies S. Railroads and railroad equipment 6. Roadside vegetation not to be removed 7. Utilities 8. Waterways Immediately report damage to the Engineer. If you cause damage, you are responsible. Install sheet piling, cribbing, bulkheads. shores, or other supports necessary to support existing facilities or support material carrying the facilities. Dispose of temporary facilities when they are no longer needed. If you damage plants not to he removed: I. Dispose of them outside the right of way unless the Engineer allows y'ou to reduce them to chips and spread the chips within the highway at locations designated by the Engineer 1 Replace them Replace plants with plants of the same species. Replace trees with 24- 111ch -b0.\ frees. Replace shrubs with No. 15 container shrubs. Replace ground co\ cr plants mith plants from flats. Replace Carpobl'uRis ground cover plants with plants h Om etrtlings. Plant ground coyer plants I fool on center. If a plant establishment period is specified. replace plants before the start of the plant establishment period; otherwise. replace plants at lead 30 days before Contract acceptance. Water each plant immediately after planting and saturate the backfill soil around and below the roots or ball of earth around the roots of each plant. Water as necessary to maintain plants in a healthy condition until Contract acceptance. The Department may make a temporary repair to restore service to a damaged facility. If working on or adjacent to railroad property, do not interfere with railroad operations. For an excavation on or affecting railroad property, submit work plans showing the system to be used to protect railroad facilities. Allow 65 days for the Engineer's review of the plans. Do not perform work based on the plans until the Engineer notifies you they are accepted. 5 -1.188 Nonhighway Facilities (Including Utilities) The Department may rearrange a nonhighway facility during the Contract. Rearrangement of a nonhighway facility includes installation, relocation, alteration, or removal of the fac'.ity.The Department may authorize facility owners and their agents to enter the highway to perform rearrangement work for their facilities or to make connections or repairs to their property. Coordinate activities to avoid delays. Notify the Engineer at least 3 business days before you contact the regional notification center under Govt Code § 4216 et seq. Failure to contact the notification center prohibits excavation. Before starting work that could damage or interfere with underground infrastructure, locate the infrastructure described in the Contract, including laterals and other appurtenances, and determine the presence of other underground infrastructure inferred from visible facilities such as buildings, meters. or junction boxes. Notify the Engineer if the infi-astructure described in the Contract cannot be found. If after giving the notice, you find the infrastructure in a substantially different location than described. finding the infrastructure is paid for as extra work as specified in Section 4- 1.03D, "Extra Work." Underground infrastructure described in the Contract may be in different locations than described, and additional infrastructure may exist. Upon discovering an underground main or trunk line not described in the Contract, immediately notify the Engineer and the infrastructure owner. The Engineer orders the locating and protecting of the infrastructure. The locating and protecting is paid for as extra work as specified in Section 4- 1.03D. " Fxtra Work." If ordered, repair infrastructure damage. If the damage is not due to your negligence, the repair is paid for as extra work as specified in Section 4- 1.03D, "Extra Work." If necessary underground infrashucture rearrangement is not described in the Contract. the Engineer may order you to perform the work. The rearrangement is paid for as extra work as specified in Section 4- 1.03D, "Extra Weil(," Ifyou want infrasuucttue rearrangement different from that described in the Contract I, Notify the Engineer 2, Make an arrangement with the infrastructure owner 3, Obtain authorization for the rearrangement 4. The Department does not adjust time o payment for rearrangement different from the Contract 5. Pay the infi'astt'ucture owner any additional cost Immediately notify the Engineer of a delay due to the presence of main line underground inhasuvcture not described in the Contract or in a substantially different location or due to rearrangement different from the Contract. The Department pays for one of these delays in the same manner as specified for a right of way delay in Section 8 -1.09. "Right of Way Delays." nn nnnnn nnnnn nnnnnnnnnnnnnnnnnnnnnnnnnnnn SECTION 6 CONTROL OF MATERIALS (Issued 05- 01 -09) Replace Section 6 -1.05 with: 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: I. Follows Contract award 2. Allows 30 days for review 3. Causes no delay Include substantiating data with the substitution request that proves the substitution: I. Is of equal or better quality and suitability 2. Causes no delay in product delivery and installation Add: 64.075 GUARANTEE Guarantee the work remains free from substantial defects for I year after contract acceptance except for work parts for which you were relieved of maintenance and protection. Guarantee each of these relieved work parts for 1 year after the relief date. The guarantee excludes damage or displacement caused by an event outside your control including: 1. Normal wear and tear 2. Improper operation 3. Insufficient maintenance 4. Abuse 5. Unauthorized change 6. Act of God During the guarantee period. repair or replace each work portion having a substantial defect. The Department does not pay for corrective work. During corrective work activities, provide insurance coverage specified for coverage before contract acceptance. The contract bonds must be io full force and effect until the later of: I. Expiration of guarantee period 2. Completion ofconeciive work If a warranty specification conflicts with Section 6- 1.075. "Guarantee." comply with the +carraniy specification. Daring the guarantee period. the Engineer monitor the completed v ork. If the Fnuinecr finds work having a suhstantial detect. the Engineer lists work parts and furnishes you the list. Within 10 days of receipt of the list, submit for authorization a detailed plan for correcting the work. Include a schedule that includes: 1. Start and completion dates 2. List of labor, equipment, materials, and any special services you plan to use 3. Work related to the corrective work, including traffic control and temporary and permanent pavement markings The Engineer notifies you when the plan is authorized. Start corrective work and related work within 15 days of notice. If the Engineer determines corrective work is urgently required to prevent injury or property damage: 1. The Engineer furnishes you a request to start emergency repair work and a list of parts requiring corrective work 2. Mobilize within 24 hours and start work 3. Submit a corrective work plan within 5 days of starting emergency repair work If you fail to perform work as specified, the Department may perform the work and bill you. In Section 6 -1.08 delete the 2nd paragraph. Add: 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. L 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: f. 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 ufsteel and iron materials For steel and it materials to be incorporated into die work, submit a Certificate of Compliance under Section 6 -1.07. "Certificates of Compliance." of the Standard Specifications that cerifies all production processes occurred in the United States except lit the above exceptions. Add: 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- L07, "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. In Section 6 -2.01 delete the 4th paragraph. In Section 6 -2.01 replace the 7th paragraph with: Upon the Contractors written request, the Department tests materials from an untested local source. If satisfactory material from that source is used in the work, the Department does not charge the Contractor for the tests; otherwise, the Department deducts the test cost. In Section 6 -2.01 delete the 8th paragraph. In Section 6 -2.02 delete the 3rd paragraph. In Section 6 -2.02 in the 7th paragraph, replace the 2nd sentence with: The Department deducts the charges for the removed material. In Section 6 -2.03 in the 3rd paragraph, replace the Sth sentence with: No allowance or additional compensation will be made for lost time or for delay in completing the work due to moving the Contractor's plant from the designated mandatory source to the alternative mandatory source, other than a rime adjustment as specified in Section 8 -1.09. "Delays." In Section 6 -3.01 delete the 4th paragraph. In Section 6 -3.01 in the 6th paragraph, delete the 1st sentence. In Section 6 -3.01 add: As used in Section 6 -3.01. "Testing." tests are tests to assure the quality and to determine the acccptabilily ofthe evork. 'The Department deducts costs ortesting work found to be noncompliant. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 7 LEGAL RELATIONS AND RESPONSIBILITY (Issued 09- 25 -09) Replace Section 7 -1.01 with: 7 -1.01 LAWS TO BE OBSERVED Comply with laws, regulations, orders, decrees, and PLACs applicable to the project. Indemnify and defend the State against any claim or liability arising from the violation of a law, regulation, order, decree, or PLAC by you oryour employees. Immediately report to the Engineer in writing a discrepancy or inconsistency between the contract and a law, regulation, order, decree, or PLAC. In Section 7 -1,01A replace the 1st clause with: Work on the job site must comply with Labor Code §§ 1727 and 1770 -1815 and 8 CA Code of Regs § 16000 et seq. Work includes roadside production and processing of materials. In Section 7- 1.01A(2) in the 1st paragraph, replace item 3 with: 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. In Section 7- 1.01A(2), replace the 2nd paragraph with: Puruam to Section 1775 of the Labor Code, the Division of Labor Standards Enforcement must notify the Contracror on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of 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 Gnforcemem 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 oc.ed under the general prevailing rate of per diem wages, the Conuactor 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 resohed. If notice of the resolution of the wage complaint has not been received by the Contractor within 180 days of the filing of a valid notice of'completion or acceptance of the public works project. whichever occurs later. the Contractor must pay all moneys withheld from the subcontractor to the Department. The Department withholds these moneys pending the final decision of an enforcemew action. In Section 7- 1.OIA(2) replace 7th paragraph with: Changes in general prevailing wage determinations apply to the contract when the Director of Industrial Relations has issued them at least 10 days before advertisement (Labor Code § 1773.6 and 8 CA Code of Regs 16204). In Section 7- 1.OIA(3) replace the 2nd paragraph with: The Department withholds the penalties specified in subdivision (g) of Labor Code § 1776 for noncompliance with the requirements in Section 1776. In Section 7- 1.0IA(3) replace the 4th paragraph with: 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 151h day for the period ending on or before (he 1st of that month, the Department withholds 10 percent of the monthly progress estimate, exclusive of mobilization. The Department does not withhold more than $10,000 or less than $1,000. In Section 7- 1.01A(3) delete the 5th paragraph. Replace Section 7- 1.OlA(6) with: 7-1.0]A(6) (Blank) Replace Section 7 -1.01 A(7) with: 7- 1.0IA(7) (Blank) Replace Section 7 -1.01F with: 7 -1.011 Environmental Stewardship Comply with Section 14. Replace Section 7 -1.011 with: 7 -1.011 (Blank) In Section 7 -1.02 in the 2nd paragraph, replace the 4th sentence with: Trucks used w haul treated base, portland cement concrete. or hot mix asphalt shall ewer onto the base to dump el the neared practical entry point ahead of spreading equipment. In Section 7 -1.02 between the 4th and 5th paragraphs, add: Loads imposed on existin-g. nekr. or partially completed Snucnoes shall not e.Nceed the load carrying capacily 01':he str'ucttue or any punion of the structure as detn'mined b> AASI110 LRFD with interims and California Amendments, Design Strength Limit State 11. The compressive strength of concrete (f,) to be used in computing the load carrying capacity shall be the smaller of the following: I. Actual compressive strength at the time of loading 2. Value of f, shown on the plans for that portion of the structure or 2.5 times the value of f, (extreme fiber compressive stress in concrete at service loads) shown on the plans for portions of the structure where no f, is shown Replace Section 7 -1.04 with: 7 -1.04 PERMITS, LICENSES, AGREEMENTS, AND CERTIFICATIONS 7 -1.04A General Comply with PLACs. The Department makes PLAC changes under Section 4 -1.03, "Changes." 7 -1.04B Before Award To make a change to a PLAC made available to you before award, submit the proposed change. The Department sends the proposed change to the appropriate authority for consideration. 7 -1.04C After Award Confirm with the Engineer which after -award PLACs are obtained by the Department and which are obtained by the Contractor. To make a change to an after -award PLAC obtained by the Department, submit the proposed change. The Department sends the proposed change to the appropriate authority for consideration. Obtain those PLACs to be issued to you and pay fees and costs associated with obtaining them. Submit copies of Contractor-obtained after -award PLACs for review. In Section 7 -1.06 in the 1st paragraph, add: The Contractor's Injury and Illness Prevention Program shall be submitted to the Engineer. The program shall address the use of personal and company issued electronic devices during work. The use of entertainment and personal communication devices in the work zone shall not be allowed. Workers may use a communication device for business purposes in the wort, area. at a location where their safety and the safety of other workers and the traveling public is not compromised. Replace Section 7 -1.07 with: 7 -1.07 Lead Compliance Plan Section 7 -1.07 applies if bid item for a lead compliance plan is included in the Contract. Prepare a work plan to prevent or minimize worker exposure to lead while mana0m, and handling earth materials, paint system debris traffic stripe residue, and pavement marking residue containing lead. Regulations containing specific Cal /OSHA requirements when working with lead include 8 CA Code of Regs § 1 332.1. The plan must contain the items listed in 8 CA Code of Rees § 1532.1(e)(2)(B). Belivc sthmittal. a CIH must sign and seal the plan. Submit the plan at least 7 days belbic starting any activity that presents the potential far lead exposure. The Engineer notifies you of the acceptability of (lie plan 6thin 4 business days of receipt. Before starting any activity that presents the potential lot' lead exposure to employees who hayc no prior naming, including State employees. provide a safety training program to these employees That complies with 8 CA Code of Regs § 1X32.1 and your Icad cumpliaitce pt'ogrent. Submit copies of air monitoring orjob site inspection reports made by or under the direction of the CIH under 8 CA Code of Regs § 1532.1 within 10 days after the date of monitoring or inspection. Supply personal protective equipment, training, and washing facilities required by your lead compliance plan for 5 State employees. The contract lump sum price paid for lead compliance plan includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in preparing anc implementing the plan as specified in this section. Replace Section 7 -1.08 with: 7 -1.08 PUBLIC CONVENIENCE Compliance with the provisions of this section does not relieve you of your responsibility for public safety. Construction activities must not inconvenience the public or abutting property owners. Schedule and conduct work to avoid unnecessary inconvenience to the public and abutting property owners. Avoid undue delay in construction activities to reduce the public's exposure to construction. Where possible, route traffic on new or existing paved surfaces. Maintain convenient access to driveways, houses, and buildings. When the abutting property owner's access across the right of way line is to be eliminated or replaced under the contract, the existing access must not be closed until the replacement access facilities are usable. Construct temporary approaches to crossings and intersecting highways. Provide a reasonably smooth and even surface for use by traffic at all time during excavation of roadways and construction of embankments. Before otter grading activities, place fill at culverts and bridges to allow traffic to cross. If ordered, excavate roadway cuts in layers and construct embankments in partial widths at a time alternating construction from one side to the other and routing traffic over the side opposite the one under construction. Install or construct culverts on only 1/2 the width of the traveled way at a time; keep the traveled way portion being used by traffic open and unobstructed until the opposite side of the traveled way is ready for use by traffic. Upon completion of rough grading or placing any subsequent layer. bring the surface of the roadbed to a smooth and even condition. free of humps and depressions and satisfactory for the use of the public. After subgrade preparation for a specified layer of material has been completed, repair any damage to the roadbed or completed subgrade. including damage due to use by the public. While subgrade and paving activities are iindeiway, allow the public to use the shoulders. If half -width paving methods are used. allow the public to use the side of the roadbed opposite the one under construction. If enough width is available, keep open a passageway wide enough to accommodate at least 2 lanes of traffic at locations where subgrade and paving activities are ❑ndenkay. Shape shoulders of reshape subgrade as necessary to accommodate traffic during subgrade preparation and paving activities. Apple water or dust palliative for the prevention of alleviation ordust nuisance. Install signs, lights. Flares. temporary railing (Type Q, barricades and other facilities to direct traffic. Furnish flaggers whenever necessary to direct the movement of the public through or around the work. You % ill be required to pay the cost of replacing of repairing all facilities installed under extra work for the convenience or direction or warning of the public which are lost while in your custody. or are damaged by your operations to such an event as to require replacement or repair. The Engineer may order or consent to your request to open a completed section of surfacing. pavement. or structure roadway surface for public use. You will not he compensated for any delay to vour construction activities caused by the public. This does not relieve you from ❑ny other contractual responsibility. Replace Section 7 -1.09 with: 7 -1.09 PUBLIC SAFETY You are responsible to provide for public safety. Do not construct a temporary facility that interferes with the safe passage of traffic. Control dust resulting from the work, inside and outside the right -of -way. Move workers, equipment, and materials without endangering traffic. Whenever your operations create a condition hazardous to the public, furnish, erect and maintain those fences, temporary railing, barricades, lights, signs, and other devices and take any other necessary protective measures to prevent damage or injury to the public. Any fences, temporary railing, barricades, lights, signs, or other devices furnished, erected and maintained by you are in addition to those for which payment is provided elsewhere in the specifications. Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work zone. Except as ordered, at locations where traffic is being routed through construction under one -way controls, move your equipment in compliance with the one -way controls. Use of signs, lights, flags, or other protective devices must conform with the California MUTCD and as ordered. Signs, lights, flags or other protective devices must not obscure the visibility of, nor conflict in intent, meaning and function of either existing signs, lights and traffic control devices or any construction area signs or traffic control devices. Keep existing traffic signals and highway lighting in operation. Other entities perform routine maintenance of these facilities during the work. Cover signs that direct traffic to a closed area. Providing. maintaining, and removing the covers on construction area signs is paid as extra work under Section 4- 1.03D. "Extra Work." Instal) temporary illumination in a manner which the illumination and the illumination equipment does not interfere with public safety. The installation of general roadway illumination does not relieve you from furnishing and maintaining any protective devices. Equipment must enter and leave the highway via existing ramps and crossovers and must move in the direction of public traffic. All movements of workmen and construction equipment on or across lanes open to public traffic must be performed in a manner that will not endanger the public. Your vehicles or other mobile equipment leaving an open traffic lane to enter the construction area, must slow down gradually in advance of the location of the turnoff to give traffic following an opponunity to slow down. When leaving a work area and entering a roadway carrying public traffic, your vehicles and equipment must yield to public traffic. Immediately remove hauling spillage from roadway lanes of shoulders open to trafllc. When hauling on roadways. trim loads and remove material from shelf areas to minimize spillage. Notify the Engineer not less than 20 days and not more than 90 days before the anticipated start of an activity that will change the vertical or horizontal clearance available to public traffic, including shoulders. If vertical clearance is temporarily reduced to 15.5 feet of less. place tow clearance wamina signs in accordance xrith the California MUTCD and as ordered. Signs must comply with the dimensions, color, and legend requirements of the California MUTCD and these specifications except that the signs must have black Icners and numbers on an orange renoreflective background. W12 -2P signs must be illuminated so that the signs are clearly visible. Pave or provide full width continuous and cleared wood walks for pedestrian openings through lalsewoik. Protect pedestrians from falling objects and curing water for concrete. Extend o�enccad protection for pedestrians not less than 4 feet beyond the edge of the bridge deck. Illuminate all pedestrian openings thrmrgh falsework. Temporary pedestrian facilities must Compl} With the American xxiih Disabilities Act of 1990 (A DA). Do not store vehicles. material. of equipment in a way (hat: I. Creates a hazard to the public 2. Obstructs traffic control devices Do not install or place temporary facilities used to perform the work which interfere with the free and safe passage of public traffic. If you appear to be neglectful or negligent in furnishing warning devices and taking protective measures, the Engineer may direct your attention to the existence of a hazard and the necessary warning devices must be furnished and installed and protective measures taken by you. If the Engineer points out the inadequacy of warning devices and protective measures, that action on the part of the Engineer does not relieve you from your responsibility for public safety or abrogate the obligation to furnish and pay for these devices and measures. Install temporary railing (Type K) or other approved protection system under the following conditions: I. Excavations: Where the near edge of the excavation is within 15 feet from the edge of an open traffic lane 2. Temporarily Unprotected Pennanent Obstacles: When the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and you elect to install the obstacle before installing the protective system; or you, for your convenience and as authorized, remove a portion of an existing protective railing at an obstacle and do not replace such railing completely the same day 3. Storage Areas: When material or equipment is stored within 15 feet of the edge of an open traffic lane and the storage is not otherwise prohibited by the provisions of these Standard Specifications and the special provisions 4. Height Differentials: When construction operations create a height differential greater than 0.15 feet within 15 feet of the edge of traffic lane Temporary railing (Type K) does not need to be installed where excavations within 15 feet from edge of an open traffic lane are: I. Covered with steel plates or concrete covers of adequate thickness to prevent accidental entry by traffic or the public 2. In side slopes, where the downhill slope is 4:1 (horizontal:vertical) or less unless a naturally occurring condition 3. Protected by existing barrier or railing Offset the approach end of temporary railing (Type K) a minimum of 15 feet from the edge of an open traffic lane. Install the temporary railing on a skev, toward the edge of the uaffic lane of not more than one foot transversely to 10 feel longitudinally with respect to the edee of the traffic lane. If' the 15 -foot IninImLIM offset cannot be achieved, the temporary railing must be installed on the 10 to 1 skew to obtain the maximum mailable offset between the approach end of the railing and the edge of the trafllc lane. and an array of temporary crash cushion modules must be installed at the approach end of the temporary railing. Secure in place temporary railing (Type K) belore startin, work for which the remporary railing is required. Where 2 or more lanes in the same direction are adjacent to the area where the work is being performed, including shouldei:s. the adjacent lane must be closed under anp of the following conditions: I. Work is orf the it way but within 6 lee( of the edee of it way. and approach speed is greater than 45 miles per hour 2. Work is off the traveled way but within 3 feet of the edge of traveled way, and approach speed is less than 45 miles per hour Closure of the adjacent traffic lane is not required when: 1. Performing work behind a barrier 2. Paving, grinding, or grooving 3. Installing, maintaining, or removing traffic control devices except temporary railing (Type K) Do not reduce an open traffic lane width to less than 10 feet. When traffic cones or delineators are used for temporary edge delineation, the line of cones or delineators is considered the edge of the traveled way. If a traffic lane is closed with channelizers for excavation work, move the devices to the adjacent edge of the traveled way when not excavating. Space the devices the same as specified for the lane closure. Do not move or temporarily suspend anything over a traffic lane open to the public unless the public is protected. Replace Section 7 -1.11 with: 7 -1.11 PRESERVATION OF PROPERTY Comply with Section 5 -1.18, "Property and Facility Prese)-vation." Replace Section 7 -1.12 with: 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 -1.05. "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 Contr actor's perfon>7ance of this contract for: Bodily injury including, but not limited to, bodily injury. sickness or disease. emotional in of death to persons, including. but not limited m, the public. any employees or agents ofthe Contractor. the State, or any other conuractor; and 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 or fault or the State. The Contractor is not obligated to indemnify the State for Claims arising from conduct delineated in Civil Code Section 2782 turd to Claims arising from any detective or subsiandard condition 01-the highway that existed at or before the Stan 01'work. unless this condition has been changed by the work or the scope of the work requires the Contractor to maintain existing high"ay facilities and the Claim arises from the Contractor's failure to maintain. The Contractors 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 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 -1.126 Insurance 7- 1.126(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 -patty beneficiary for any of these insurance specifications. 7 -1- 126(2) Casualty Insurance The Contactor shall procure and maintain insurance on all of its operations with coin panics acceptable to the State as follows: 1 . The Contactor 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 Contactor 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 foith in Code of Civil Procedure Section 337.1. 7- 1.126(3) Workers' Compensation and Employer's Liability Insurance In accordance with Labot Code Section 1860, the Contractor shall secure the payment of \corker's compensation in accodance with Labor Code Section 3700. In accordance with Labor Code Section 1861. the Contractor shall submit to the Department the follov ine 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 commencin g the performance of the work of this contact. Contact execution constitutel ccrtilicalion submittal. The Contractor sha11 provide Employer's Liability Insurance in amounts not less than: 1. $1,000,000 for each accident for bodily injury by accident 2. $1,000,000 policy limit for bodily injury by disease 3. $1,000,000 for each employee for bodily injury by disease Ifthere is an exposure of injury to the Contractor's employees under the U.S. Longshoremen's and Harbor Workers' Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime employees, coverage shall be included for such injuries or claims. 7- 1.12B(4) Liability Insurance 7- 1.12B(4)(a) General The Contractor shall carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf of the Contractor providing insurance for bodily injury liability and property damage liability for the following limits and including coverage for: I. 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 beat least the amounts shown in the following table: Total 13 id For Cach Aggregate for General Umbrella or Occurrence PfoducLi /Completed Aggregam' Cxcess Liability' Operation :$1.00(1.000 $1.000.000 $2.000.000 $2.000.000 $5.000.000 $1.000.000 :11 0.000.000 $1.000.000 $2.000.000 $2.000.000 $10.0()0.()00 $10.000.000 323.000.000 $2.000.000 $2.000.000 $+.000.000 $ 1 5.000.000 $25.000.000 $2.000.000 $2.000.000 $4.000.006 $25.000.000 I. Combined single limit tur bodily idtu'y and property damage. 2. This limit shall apply separately to the Conn actor's %pork under this contract. S. The umbrella or excess policy shall contain a clause stating that it takes effect (drops dmkn) in the c�cia the rimzr limits arc I . mip aired ur oshmistcd. 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 subcontractor's of any tier may be less than those limits specified in the table. For Small Business subcondacts. `(oral Bid" shall be interpreted as the amount oi'subcontracted work to a certil'ied Small Business. The State, includin L its officers. directors, agents (esc)udin` agents who are design professionals). and employees. shall he named as additional insureds under the General Linbilip and Umbrella Liability Policies with respect to liability arising out of or connected with work or operations performed by or' on behalf of the C'onunctor under this contact. Coverage I'm such additional insureds does not extend to liability: I. Arisine from any defective or substandard condition of the ruaduka\ \chich 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 1 1580.04 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 51,000,000 combined single hinit each accident for bodily injury and property damage. The umbrella or excess liability coverage required under Section 7- 1.128(4)(6) also applies to automobile liability. 7- 1.I2B(6) Policy Forms, Endorsements, and Certifiicotes The Contactor 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- 1.126(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 was that the coverage provided to the State is in accordance with Section 7- 1.128, "Insurance." 7- 1.12B(8) Enforcement The Department may assure the Contractor's compliance with its insurance obligations. Ten days before an insurance policy lapses or is canceled during the contract period. the Contactor shall submit to the Deparment evidence of renewal or replacement of the policy. If the Contractor Pails to maintain any required insurance coveraee. the Department may maintain this coverage and withhold or charge the expense to the Contractor or terminate the Contactor's conmol 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. det'end. and hold harmless the Slate, its officers, agents, and employees by the Department's acceptance of insurance policies and cetti hates. h1inimu111 insurance coverage amounts do not relieve the Contactor for liability in excess of such coverage. not do they preclude the State from taking oilier actions mailable 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. Replace Section 7 -1.125 with: 7 -1.125 Legal Actions Against the Department If legal action is brought against the Department over compliance with a State or Federal law, rule, or regulation applicable to highway work, then: I. If the Department, in complying with a court order, prohibits you from performing work, the resulting delay is a suspension related to your performance, unless the Department terminates the contract. 2. If a court order other than an order to show cause or the final judgment in the action prohibits the Department from requiring you to perform work, the Department may delete the prohibited work or terminate the contract. In Section 7 -1.13 delete the 5th and 6th paragraphs. Add: 7 -1.50 FEDERAL LAWS FOR FEDERAL -AID CONTRACTS 7 -1.SDA General Section 7 -1.50. "Federal Laws for Federal -Aid Contacts." includes specifications required in a Federal - aid construction contract and applies to a Federal -aid contract. Form FHWA -1273 is included in the contract in Seclion 7- 1.508, "FHWA - 1271" Some contact terms on the lorm are different than those used in other contract parts as shown in the following table: FHWA -1273 Terms and DeipartmenI Equivalencies FI I WA -1273 'I crnl I'LlIm alent'Ferns Used in Usher Gull h':Ill Val'I$ SI'IA Oepail])Wlit MIA Cnllll "aelin^ oll -Iccl 1.1naillucl SIIA resident cneinccr I:n^_incel' 7 -LSOQ FHWA -1273 1 :11 %% A -1273 Flecuvnie \ cl:sinn -- March 10. 199,1 %01) rc� iscd ScUiun V 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General 11. Nondiscrimination III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls VL Record of Materials, Supplies, and Labor V1I. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension. Ineligibility, and Voluntary Exclusion XH. Certification Regarding Use of Contract Funds for Lobbying ATTACHNLENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 1. GENERAL I. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 1 Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in an) lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV. paragraphs 1. 2. 3, 4, and 7: Section V, paragraphs I and 2a through 2g. 5. Disputes arising out of the labor standards provisions oi'Scction IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6. and 7. Dispute; within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the comractinz agency. the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $ 10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take 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 Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60 -4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et .req.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his /her activities under the contract. b. The contractor will accept as his operating policy the folloti ing statement: "It is the policy of this Company to assure that applicants are employed. and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer: recruitment or recruitment advertising; layoff or termination: rates of pay or other forms of compensation, and selection for training, including apprenticeship, preapprenticeship, and /or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff %eho are authorized to hire, supervise. promote, and discharge employees. or who recommend such action, or who are substantially involved in such action, gill be made fully cognizant of- and will implement. the contractor's EEO policy and contractual responsibilities to provide CEO in each grade and classification of employment. "I 'o ensure that the above agreement will be met. the following actions will be taken as a minimum: Li. Periodic meetings of supervisory and personnel office employees will be conducted before the stan of work and then not less often than once every sN months. at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees. and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 1 1246, as amended.} c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered. and personnel actions of every type. including hiring, upgrading, promotion. transfer. demotion, layoff. and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence ofdiscriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the -job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training, In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contactor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in pan upon unions as a source of employees, the contractor will use his /her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acling as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate nn LEO clause into each union agreement to the end that such union � +ill he contractually bound to refer applicants Without regard to their race. color. religion. sex. national origin. age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that 10 the e.etent such information is within the CClusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; malting full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these specifications, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his /her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contactor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FH WA. a. The records kept by the contractor shall document the following: I. The number of minority and nun - minority group members and women employed in each �\ork ciassilication on the project: 2. The progress and efforts being made in cooperation with unions. when applicable, to increase employ men( opportunities for minorities and women: 3. The progress and efforts being made in locating. hiring. training, qualifying . and upgrading minority and female employees: and 4. The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FH WA -1391. If on- the -job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder. Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom. or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contactor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10.000 or more and that it will retain such certifications in its tiles. V. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related Subcontracts. except for projects located on roadways classified as local roads or rural minor collectors. which are exempt.) I. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued b } the Sccretary of Labor under the Copeland Acx (40 U.S C. 276c)] the full amounts of \\ages and bona fide fringe beneliv, (or cash equivalents thereof) due at 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 is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I (b) (2) of the Davis - Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 31b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, Funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided; that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR I. 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a. The SHA conttactins officer shall require that any class of laborers of mechanics employed under the contract. which is not listed in the wage determination. shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the follo%.ing criteria have been met: I. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; 2. the additional classification is utilized in the area by the construction industry: 3. the proposed wage rate, including any bona fide fringe benefits. bears a reasonable relationship to the wage rates contained in the wage determination: and 4. with respect to helpers. when such a classification prevails in the area in which the N\ork is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210, The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, Will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract 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 as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person. he/she may consider as a part of the wages of any laborer or mechanic the amount of an% costs reasonably anticipated in providing bona tide Fringe benefits under a plan or prograin, provided. that the Secretary of Labor has found. upon the written request of the contractor. that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the C.S. DOL) and Helpers: a. Apprentices: I. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. 2. The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman - level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. 1 Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification. hinges shall be paid in accordance with that determination. 4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau. withdraws approval of an apprenticeship program. the contractor or subcontractor kill no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: I. Except as provided in 29 CFR 5.16. trainees will not be permitted to "ork at less than the predetermined rate for the work performed unless ihey are employed pursuant to and individually registered in a progmm which has received prior approval. evidenced by formal certification by the DOL. Employment and Training Administration. 2. The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. in addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. 3. Every trainee must be paid at not less than the rate specified in the approved program for his /her level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. 4. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under an approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting ELO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The suaight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and n'ainees tojourneymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized rcpreseniative of the DOL �%ifhhold. or cause to be withheld, from the contactor or subcontncnx under this enniract or any other Federal contract with the .same prime contractor, or any other Federally - assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to 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. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and S above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and - one -half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above. the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his. her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) For liquidated damages. Such liquidated damages shall be computed with respect to each individual labourer, mechanic, watchman. or guard employed in violation of the clause set Forth in paragraph 7, in the stun of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime cages required by the clause set Forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SH,a shall upon its own action or upon written request of any authorized represcnrative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or an} other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to the contract Work Hours and Safety Standards Act. which is held by the same prime contractor. such sums as may be determined to be necessary to satisfy any liabilitiesofsuch contractor orsubconn'actor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Fecleral -aid construction contracts exceeding $2.000 and to all related subcontracts. except for projects located on roadways classified as local roads or rural collectors. which are exempt.) 1. Compliance with Copeland Regulations (29 CPR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section I(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not. normally reside in the labor area as defined in Attachment A, paragraph I. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 31b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section I (b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is Financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and ma) be purchased from the Superintendent of Documents (Federal stock number 029- 005 - 0014 -1), U.S. Government Printing Office, Washington, D.C. 20402. The prime coitracto is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his /her agent µho pays or supervises the payment of the persons employed under the contract and shall certify the following: that the payroll for the payroll period contains the information required to be maintained under paragraph 21b of this Section V and that such information is correct and complete: 2. that such laborer or mechanic (including each helper, 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 ao deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CPR 3; 3. that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. if the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor., sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance. 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. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR (As of May 22, 2007, Form FHWA -47 is no longer required.) VII. SUBLETTING OR ASSIGNING THE CONTRACT I. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty netts designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contact price before computing- the amount of work required to be performed by the contractor's o�%n organization (23 CPR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee. or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized kno�rledue. abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph I of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION I. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SFIA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract. to work in surroundings or under conditions which are unsanitary. hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3. it is a condition of this contract that the Secretary of Labor or authorized representative thereof. shall have right of entry to any site of contract performance to inspect or investigate the matter of' compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high dc�,ree of reliability on statements and representations made by Engineers, contractors. suppliers. and uorkcrs on Fcderal -aid highway projects. it is essential that all persons concerned with the project perform their Functions as carefully. thoroughly. and honesty as possible. U illful falsification. distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be tined not more that $10.000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder. Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: L That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act. as amended (42 U.S.C. 1857 et seq.. as amended by PLIb.L. 91 -604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 er seq.. as amended by Pub.L. 92 -500). Executive Ordc) 11738. and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contraci award, on the P.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of an3 Communication horn the Director. Oflice of Federal Activities. EPA. indicating that a facility that is or gill be utilized for the contract is under consideration to be listed on the EPA List of V iolating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph I through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. X1. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or 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 may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debased," "suspended," "ineligible." "lower tier covered transaction," "participant," "person." "primary covered transaction." "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the deparhnent or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred. suspended. declared ineligible, or voluntarily excluded from participation in this covered transaction. unless authorized by the department or agency entering into this uansaciion. g The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment. Suspension. Ineligibility and VOluntary Exchisiun- Lower Tier Covered Transaction." provided by the depaivnent or agency entering into this covered transaction. \\ ithOUt modification. in all lower tier covered transactions and in all solicitations for kmer tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or 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 eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment. declared ineligible, OF voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining. attempting to obtain, or performing a public (Federal. State or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, then, forgery. bribery, falsification or destruction of records. making false statements, or receiving stolen property: c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal. State or local) with commission of any of the offenses enumerated in paragraph lb ofthisccrtilication: and d. Ha\e not within a 3 -year period preceding this application /proposal had one or more public transactions (Federal. State or local) terminated for cause or default. 2. Where the prospective primar\ participant is unable to certif\ to am of the statements in this certification. such prospective participant shall attach an explanation to this proposal. xx�_K 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective 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 was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 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 and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into and lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification. in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A pa ticipant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred. suspended, ineligible. or 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 eligibility of its principals. Each participant may. but is not required to. check the Nonprocurement List. h. Nothing contained In the foregoing shall be construed to require establishment of a s)stan of records in order to render in good faith the certiticadon required by this clause. The knowledge and information of participant is not required to exceed that \\ hich is normalh possessed by a prudent person in the ordinan course of business clealines. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. k A A } z Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion— Lower Tier Covered Transactions: I. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 1 Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. xKkK* XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) L The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf ofthe undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress. or an employee of a Member of Congress in connection with the awarding of any Federal contract. the making of any Federal grant, the making of any federal loan. the entering into ofany cooperative agreement, and the extension, continuation. renev +al, amendment, or modification of any Federal contract, grant. loan, or cooperative agreement. b. Ifany funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency. a Member of Congress. an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract. grant. loan. or cooperative agreement: the undersigned shall complete and submit Standard Form -111.. "Disclosure Form to Repoo Lobbying." in accordance \ %ith its inStrn C110n S. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.$.C. 1352. 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. 3. 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 recipients shall certify and disclose accordingly. 7 -1.50C Female and Minority Goals To comply with Section II, "Nondiscrimination," of 'Required Contract Provisions Federal -Aid Construction Contracts," the Department is including in Section 7- 1.50C, "Female and Minority Goals," Female and minority utilization goals for Federal -aid construction contracts and subcontracts that exceed $10,000. The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization (45 Fed Reg 65984 (10/3/1980)] are as follows: Minority Utilization Goals Economic Area Goal (Percent) 174 Redding CA: Non -SMSA Counties: 6.8 CA Lassen; CA Madre: CA Plumas: CA Shasta: CA Siskiyou; CA Tehema 175 Eureka, CA Non -SMSA Counties: 6.6 CA Del Norte; CA Humboldt: CA Trinit , 176 San Francisco- Oakland -San Jose, CA: SMSA Counties: 7120 Salinas- Seaside - Monterey, CA 28.9 CA Monterey 7360 San Francisco - Oakland 25.6 CA Alameda; CA Contra Costa: CA Marini CA San Francisco; CA San Mateo 7400 San Jose. CA CA Santa Clara; CA 19.6 7485 Santa Cruz. CA CA Santa Cruz 14.9 7500 Santa Rosa CA Sonoma 9.1 8720 Vallejo- Fairrield -Napa. CA C,\ Napa; CA Solano 17.1 Non -SMSA Counties: CA Lake; CA Mendocino: CA San Benito 23.2 177 Sacramento. CA: SMSA Counties: 6920 Sacramento. CA 16.1 CA Placer: CA Sacramento: CA Yolo Non -SMSA Counties 14.3 CA Butte: CA Colusa: CA LI Dorado: CA Glenn: CA Nevada: CA Sierra: CA Sutler: C\ Yuba 178 Stockton - Modesto. C\: SMSA Counties: 5170 8lodesto. CA 12.3 CA SLanislaus 8120 Stockton. CA 24.3 CA San Joaquin Nun -SMSA COnntiCS 19.8 CA Alpine: CA Amador: CA Calacems: CA Maripoma: CA Merced: CA'Foulumnc 179 Fresno- Rakcrslield. CA SMSA Counties: 0680 Rakerslicld. CA 19.1 CA Kcrn 1840 Fresno. CA 26.1 CA Fresno Nun -SMSA Counties: 23.6 CA Kings: CA Modern: C'A Tulare 190 Los,Angelcs_ CA: SNISA Counties: 0360 Anaheim -Santa Ana- (iordcn Gro\c. CA 11.9 CA Orange 4480 Los \ngelcs -Lone lirneh. CA 28.3 CA Los .Aneeles For each July during which work is performed under the contract, you and each non - material- supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR -1391 (Appendix C to 23 CFR 230). Submit the forms by August 1 S. 7 -1.50D Training Section 7 -L50D, "Training," applies if a number of trainees or apprentices is specified in the special provisions. As part of your equal opportunity affirmative action program, provide on- the -job training to develop full journeymen in the types of trades orjob classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in your subcontract. Where feasible. 25 percent of apprentices or trainees in each occupation must be in their Ist year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability ofjourneymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the Depattmem: I. Number of apprentices or trainees to be trained for each classification 2. Training program to be used 3. Training starting date for each classification Obtain the Departinent's approval for this submitted information before you Stan work. The Department credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program. The primary objective of Section 7 -1.50D. "Training." is to train and upgrade minorilies and women toward journeymen status. Make every effort to enroll minority and women apprentices or Trainees. such as conducting systematic and direct recruitment through public and private sources likely to yield minority and Tyumen apprentices or trainees. to the extent They are available within a reasonable recruitment area. Show that you have made the efforts. In making These el'I'orts. do not discriminate against any applicanT for training. Do not employ as an apprentice or trainee an employee: 6000 Oxnard -Simi Valley- Ventura, CA 21.5 CA Ventura 6780 Riverside -San Bernardino - Ontario, CA 19.0 CA Riverside; CA San Bernardino 7480 Santa Barbara -Santa Maria - Lompoc, CA 19.7 CA Santa Barbara Non -SMSA Counties 24.6 CA Inyo; CA Mono; CA San Luis Obispo 181 San Diego, CA: _ SMSA Counties 7320 San Diego. CA 16.9 CA San Diego Non -SMSA Counties 18.2 CA Imperial For each July during which work is performed under the contract, you and each non - material- supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR -1391 (Appendix C to 23 CFR 230). Submit the forms by August 1 S. 7 -1.50D Training Section 7 -L50D, "Training," applies if a number of trainees or apprentices is specified in the special provisions. As part of your equal opportunity affirmative action program, provide on- the -job training to develop full journeymen in the types of trades orjob classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in your subcontract. Where feasible. 25 percent of apprentices or trainees in each occupation must be in their Ist year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability ofjourneymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the Depattmem: I. Number of apprentices or trainees to be trained for each classification 2. Training program to be used 3. Training starting date for each classification Obtain the Departinent's approval for this submitted information before you Stan work. The Department credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program. The primary objective of Section 7 -1.50D. "Training." is to train and upgrade minorilies and women toward journeymen status. Make every effort to enroll minority and women apprentices or Trainees. such as conducting systematic and direct recruitment through public and private sources likely to yield minority and Tyumen apprentices or trainees. to the extent They are available within a reasonable recruitment area. Show that you have made the efforts. In making These el'I'orts. do not discriminate against any applicanT for training. Do not employ as an apprentice or trainee an employee: I. In any classification in which the employee has successfully completed a training course leading to joumeyman status or in which the employee has been employed as a journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions. In your training program, establish the minimum length and training type for each classification. The Department and FFI WA approves a program if one of the following is met: L It is calculated to: I.1. Meet the your equal employment opportunity responsibilities 1.2. Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period 2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training and it is administered in a way consistent with the equal employment responsibilities of federal -aid highway construction contracts Obtain the State's approval for your training program before you start work involving the classification covered by the program. Provide training in the construction crafts, not in clerk - typist or secretarial -type positions. Training is allowed in lower level management positions such as office engineers. estimators. and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off -site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The Department reimburses you 80 cents per hour of training given an employee on this contract under an approved training program: I. For on -site training 2. For off-site training if the apprentice or trainee is currently employed on a federal -aid project and you do at least one of the following: 2.1. Contribute to the cost of the training 2.2. Provide the instruction to the apprentice or trainee 23. Pay the apprentice's or trainee's wages during the offsite training period �. Ifyou comply with Section 7- 1.501). "Training' Each apprentice or trainee must: 1. Beizin training on the project as soon as feasible aher the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee: I. Copy of the program you will comply with in providing the training 2. Certification showing the type and length of training satisfactorily completed Maintain records and submit reports documenting your performance under Section 7- 1.50D, "Training." AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 8 PROSECUTION AND PROGRESS (Issued 06- 05 -09) Replace Section 8 with: SECTION 8 PROSECUTION AND PROGRESS 8 -1.01 (BLANK) 8 -1.02 ASSIGNMENT No third -party agreement relieves you or your surety of your responsibility to complete the work. Do not sell, transfer, or otherwise dispose of any contact part without prior written consent from the Department. If you assign he right to receive contract payments, the Department accepts the assignment upon the Engineer's receipt of a notice. Assigned payments remain subject to dedodions and withholds described in the contract. The Department may use withheld payments for work completion whether payments are assigned or not. 8 -1.025 PRECONSTRUCTION CONFERENCE Auend a preconstruction conference with key personnel. including your assigned representative. at a time and location determined by the Engineer. Submit documents as required before the preconstruction conference. You may begin work before the preconstruction conference. Be prepared to discuss the following topics and documents: Topics _ Document Potential claim and dispute resolution Potential claim forms Assignment of Contractor's representative Contractor's representation DBE and DVBE Final utilization reports E uipment Equipment list Labor compliance and equal cm loyment opportunity Job site posters and benefit and payroll reports Material inspection Notice ol''Materials to be Used Materials on hand Request for Payment for Materials on Hand M_misurements Partnering Field Guide to Partnerin on Caltrans Construction Projects Quality control QC plans Safety Injury and Illness Prevention Program and job site posters Schedule Baseline schedule and Weekly Statement of Working Days Subcontracting Subcontracting Request surveying sur%lcying Survey Request Traffic control Traffic contingency Ian and trallic control plans Utility work Weigh( limitations Water pollution control SWPPPOrWPCP Work restrluions PI.ACs Workin drawin s -- 8 -1.03 BEGINNING OF WORK Begin work within 15 days after receiving notice that the contract has been approved by the Attorney General or the anorney appointed and authorized to represent the Department. Submit a written notice 72 hours before beginning work. If the project has more than one location of work, submit a separate notice for each location. You may begin work before receiving the notice of contract approval ifyou: Deliver the signed contract. bonds, and evidence of insurance to the Department Submit 72 -hour notice Obtain an encroachment permit from the Department Are authorized by the Department to begin Perform work at vow own risk Perform work under the contract The Engineer does not count working days for days worked before contract approval. If the contract is approved, work already performed that complies with The contract is authorized. If the contract does not gel approved, leave the job site in a neat condition. If a facility has been changed, restore it to its former or equivalent condition at your expense. The Deparuncnl does not adjust time for beginning before the approval date. 8 -1.04 PROGRESS SCHEDULE 8 -1.04A General Reserved 8 -1.046 Critical Path Method Schedule I'hc lollowing dchnnions aph'q to critical path method schedules: activity: Task, event, or other project element on a schedule that contributes to completing the project. Activities have a, description, start date, finish date, duration, and one or more logic ties. baseline schedule: The initial schedule showing the original work plan beginning on the date of contract approval. This schedule shows no completed work to date and no negative float or negative lag to any activity. controlling activity: Construction activity that extends the scheduled completion date if delayed. critical path: Longest continuous chain of activities for the project that has the least amount of total float of all chains. In general, a delay on the critical path extends the scheduled completion date. critical path method (CPM): Network based planning technique using activity durations and relationships between activities to calculate a schedule for the entire project. revised schedule: Schedule that incorporates a proposed or past change to logic or activity durations. scheduled completion date: Planned project completion date shown on the current schedule. updated schedule: Current schedule developed from the accepted baseline and any subsequent accepted updated or revised schedules through regular monthly review to incorporate actual past progress. Before or at the preconstruction conference, submit a CPM baseline schedule. Submit a monthly updated schedule that includes the status of work completed to date and the work yet to be performed as planned. On each schedule, show: 1. Planned and actual start and completion date of each work activity, including applicable: 1. 1. Submittal development 12. Submittal review and approval LI Material procurement IA Contract milestones and constraints 1.5. Equipment and plant setup 1.6. Interfaces with outside entities 1.7. Erection and removal of falsework and shoring I.S. 1 est periods I.9. Major traffic stage change 1.10. Final cleanup 2. Order that you propose to prosecute the work 3. Logical links between the time - scaled work activities 4. All controlline activities 5. Legible description ofeach activity 6. At least one predecessor and one successor to each activity. except for project start and pi jeci end milestones 7. Duration of not Tess than one woikina day for each activity b. Start milestone date as the contract approval date You may include changes on updated schedules that do not alter the critical path or extend the schedule completion date compared to the current schedule. Changes may include: I . Adding or deleting activities 2. Changing activity constraints 3. Changing durations 4. Changing logic If any proposed change in planned work results in altering the critical path or extending the scheduled completion date, submit a revised schedule within 15 days of the proposed change. For each schedule submittal: 1. Submit a plotted original, time - scaled network diagram on a sheet of at least 8.5" x I V with a title block and timeline 2. if a computer program is used to make the schedule, submit a read -only compact disc or diskette containing the schedule data. Label the compact disc or diskette with: 2.1. Contract number 2.2. CPM schedule number and date produced 2.3. File name If there is no contract item for progress schedule (critical path method), full compensation for this work is included in the contract prices paid for the items of work involved. and no additional compensation will be allowed therefor. 8 -1.05 TEMPORARY SUSPENSION OF WORK 8-LOSA General The Engineer may suspend work veholly or in part due to any of the following: 1. Conditions are unsuitable For work progress. 2. You fail to do any of the following: 2.1. Fulfil) the Engineer's orders. 2.2. Fulfill a contract part. 2.3. Perform weather - dependent work when conditions arc favorable so that weather - related unsuitable conditions are avoided or do not occur. Upon the Engineer's written order of suspension. suspend work immediately. Provide for public safety and a smooth and unobstructed passageway through the work zone during the suspension as specified in Sections 7 -1.08. "Public Convenience! and 7 -1.09. "Public Safely." Resume veork when ordered. 8 -1.058 Suspensions Unrelated to Contractor Performance For a suspension unrelated to your performance, providing for a smooth and unobstructed passageway through the work during* the suspension "ill be paid for as Cora work as specilled in Section 4 -1.03D. "ENiI'a work." The days during a suspension unrelated to your performance arc non- workinu days. 8 -1.05C Suspensions Related to Contractor Performance For a suspension related to your performance, the Department may provide for a smooth and unobstructed passageway through the work during the suspension and deduct the cost from payments. The days during a suspension related to your performance are working days. 8 -1.06 TIME OF COMPLETION The time to complete the work is specified in the special provisions. The Engineer issues a Weekly Statement of Working Days by the end of the following week unless the contract is suspended for reasons unrelated to your performance. The Weekly Statement of Working Days shows: 1. Working days and non — working days during the reporting week 2. Time adjustments 3. Work completion date computations, including working days remaining 4. Controlling activities You may protest a Weekly Statement of Working Days. 8 -1.07 LIQUIDATED DAMAGES 8 -1.07A General The Department specifies liquidated damages (Pub Corr Code y 10226). Liquidated damages, if any, accrue starting on the 1st day after the expiration of the working days through the day of contract acceptance except as specified in Sections 8- 1.07B, "Failure to Complete Work Parts within Specified Times," and 8- 1.07C, "Failure to Complete Work Parts by Specified Dates." The Department withholds liquidated damages before the accrual date if the anticipated liquidated damages may exceed the value of the remaining work. Liquidated damages for all work, except plant establishment. are: Liquidated Damages "foul Aid Liquidated Damages per Day Prom over To $0 $50.000 —. $1.200 $50.000 $120.000 $1.500 $120.000 11.000.000 $ L900 $1.000.000 $5.000.000 $3.000 $5.000.000 $10.000.000 S3A00 $10.000.000 $30.000.000 $8.300 $30.000.000 $100.000.000 10.500 .$I 00.000.000 $350.000.000 .$28.500 II all work. except plant establishment. is complete and the total number of working days has expired. liquidated damages are `0950 per day. 8 -1.078 Failure to Complete Work Parts within Specified Times The Department may deduct specified danmages from pa\menls for each day in completing a work parr beyond the lime �pecilied for completing the work pan. Damages for untimely completion of wort: pans may not he equal to the daily amount specified as liquidated damages l'or the project as a whole. but the Department does not sinmullaneously assess damages Ior unlinmeh completion orwnrk parts and for the whole work. Damages accrue starting the Ist day after a work part exceeds the specified time through the day the specified work part is complete. 8 -1.07C Failure to Complete Work Parts by Specified Dates The Department may deduct specified damages from payments for each day in completing a work part beyond the specified completion date for the work part. Damages for untimely work part completion may not be equal to the daily amount specified as liquidated damages for the project as a whole, but the Department does not simultaneously assess damages for untimely work part completion and the whole work. Damages accrue starting the Ist day after an unmet completion date through the day the work pan is complete. 8 -1.07D Director Days If the work is not completed within the working days, the Director may grant director days if it serves the State's best interest. By granting director days, the Director adds working days to the contract. The Director may either grant enough days to eliminate the liquidated damages or fewer. In the latter case, the Department deducts liquidated damages for the remaining overrun in contract time. The Director may deduct the Department's engineering, inspection, and overhead costs incurred during the period of extension granted as director days. 8 -1.08 TERMINATION OF CONTROL The Department may terminate your control of the work for failure to do any of the following (Pub Cont Code § 10253): 1. Supply an adequate workforce 2. Supply material as described 3. Pay subcontractors (Pub Cont Code § 10262) 4. Prosecute the work as described in the contract The Department may also terminate your control for failure to maintain insurance coverage. For a Federal -aid contract, the Department may tenninae your control of the work for failure to include "Required Contract Provisions, Federal -Aid Construction Contracts" in subcontracts. The Department gi%es you and your surety notice at least 5 days before terminating control. The notice describes the failures and the time allowed to remedy the failures. If failures are not remedied within the time provided. the Department takes control of the work. The Depanment may complete the work if the Deparunew terminates your control or you abandon the project (Pub Com Code § 10255). The Department determines the unpaid balance under Pub Cent Code § 10258 and the contract. At any time before final payment of all claims. the Department may convert a termination of control to a termination of contract. 8 -1.09 DELAYS 8 -1.09A General An excusable delay is a delay of a controlling activity beyond your control. not foreseeable when the work began such as: I. Cham_,e in the work ?. Deparunem action that is not part of the convact 3. Presence of an underground utility main not described in the contract or in a location different from that specified 4. Described facility reconstruction not reconstructed as described, by the utility owner by the date specified, unless the reconstruction is solely for your convenience 5. Department's failure to obtain timely access to the right -of- -way 6. Department's failure to perform an action in the time specified A critical delay is a delay that extends the schedule completion date. To request a delay- related time or payment adjustment, submit an RFI. 8 -1.09B Time Adjustments For an excusable critical delay, the Department may make a time adjustment. The Engineer uses information from the schedule to evaluate requests fer time adjustments. If requesting an adjustment, submit a revised schedule showing the delay's effect on the controlling activity. If the delay has: I. Occurred, submit records of dates and what work was performed during the delayed activity 2. Not occurred, submit the expected dates or duration of the delayed activity If the Engineer requests, update the schedule to the last working day before the starI of the delay. 8 -1.09C Payment Adjustments The Department may make a payment adjustment for an excusable delay that affects your costs. Only losses for idle equipment, idle workers, and equipment moving or transporting are eligible for delay - related payment adjustments. The Engineer determines payment for idle time of equipment in the same manner as determinations are made for equipment used in the performance of force account work under Section 9 -1.03, "Force Account." with the following exceptions: I. Delay factor in the Labor Surcharge and Equipment Rental Rates applies to each equipment rental rate. 2. Daily number of payable hours equals the normal working hours during the delay, not to exceed 8 hours per day. 3. Delay days exclude non — working days. 4. Markups are not added. The Engineer determines payment adjustment for idle workers under Section 9- 1.036. "Labor." but does not add markups. The Engineer includes costs due to necessary extra equipment moving or uansportin" 8 -1.10 (BLANK) 8 -1.11 TERMINATION OF CONTRACT 8 -I.IIA General The Director nna\ terminate the contract if it serves the State's best interest. The Department issues you a �erioen notice. implements the termination. and pays you. 8 -1,1 fB Relief from Responsibility for Work On receiving a tennination notice: 1. Stop work 2. Notify subcontractors and suppliers of the contract termination and stop contract- related work 3. Perform the Engineer- ordered work to secure the job site for termination 4. Remove equipment 5. If authorized, settle termination - related claims and liabilities involving subcontractors and suppliers; assign to the Department the rights, titles, or interests held by you with respect to these parties 8 -1.1 IC Responsibility for Materials On receiving a termination notice, protect unused material until: I . You submit an inventory of materials already produced, purchased, or ordered but not yet used; include the location of the material. 2. The Engineer identifies materials that will be retained by the Department. Submit bills of sales or other records of material title. 3. The Engineer confirms that unused materials paid by progress payment and materials furnished by the State have been delivered and stored as ordered. 4. Titles are transferred for materials purchased by the Department. Dispose of materials that will not be retained by the Department. 8 -I.IID Contract Acceptance after Termination The Engineer recommends contract acceptance after determining completion of: I. Contract work ordered to be completed before termination 2. Other work ordered to secure the project before termination 3. Material delivery and title transfer The Department pays you under Section 9-1.08. "Payment after Contract Acceptance. 8 -1.11E Payment Adjustment for-Termination If the Department issues a termination notice. the Engineer determines payment for termination based on the following: I . Direct cost for the work: I.I. Including mobilization. demobilization, securing the job site for termination, and losses from the sale ormatedals 1.2. Not including the cost of materials >ou keep, profit realized from the sale of materials. the cost of material dama�­ed by an occurrence as defined in Section 7- 1.165. "Damage by Storm. Flood. Twnami or Earthquake," and other credits. 2. Cost ofi-cmedial work. as estimated b; the Engineer% is not reimbursed. 3. Allowance for profit not to exceed 4 percent of the cost of the work. Prove a likelihood of having made a profit had the contract not been terminated. 4. Material handling costs for material returned to the vendor or disposed of as ordered. 5. Costs in determining the payment adjustment due to the termination, excluding attorney fees and litigation costs. Termination of the contract does not relieve the surety of its obligation for any just claims arising out of the work performed. AAAAAAAAAAAAAAnnn AAnnn AAAAAAAAAAAAnn AAAA SECTION 9 MEASUREMENT AND PAYMENT (Issued 03- 11 -10) Replace Section 9 with: SECTION 9 MEASUREMENT AND PAYMENT 9 -1.01 MEASUREMENT OF QUANTITIES 9 -1.01A General The Department deiennines bid item quantities under U.S. customary units. 9 -1.0113 Weighing Equipment and Procedures 9- 1.0113(1) General The Engineer measures material quantities for payment with devices that comply with: 4 CA Code of Regs § 4000 et seq. Bus & Prof Code § 12001 et seq. To determine the material payment quantities, use measuring devices that have been sealed by the Department of Food and Agriculture's Division of Measurement Standards or its designated representative. If a device is not type approved by the Division of Measurement Standards, type approve it under California Test 109. Notify the Engineer at least I business clay in advance of equipment testing. Use material plant controllers having elements affeeling the data accuracy and delivery that have been sealed by the Digineer. Make these elements available to the engineer for inspection. I'the elements are adequate for use, the Enaincer seals them. Ifsecurirg seal manipulation occurs. stop material production. Do not resume production until the Ingineer reinspects and reseals the deg ice. The Engineer measures material paid for by "'eight on Conuactor- furnished scaled scales regularly inspected by the Depaoment of 1 ood and Agricohmc's Division of Mcasurcmem Standards or its designated representative. Obtain authorization of portable Vehicle scale installalions before sealing. Pioporlioning scales must comply with Section 5-1.10. "Equipment." 9- 1.01B(2) Equipment Each scale must be long enough to fit an entire vehicle or a combination vehicle on the scale deck. The Department allows you to weigh a combination vehicle separately if you disconnect the vehicles. Construct scale undersupports: I. Using portland cement concrete containing at least 470 pounds of cement per cubic yard produced from commercial quality materials 2. Such that footing heights are at least 20 inches thick 3. With a bearing surface at least 30 inches wide and bearing pressure on the footing not over 4000 pounds per square foot In constructing a scale: I . Furnish drainage to prevent water from saturating the ground under the scale 2. Use bulkheads that prevent displacement 3. If shimming is necessary: 3.1. Use securely attached metal shims or grout 3.2 Do not use wedges to shim the supports 3.3. Do not use shim material in excess of 3 inches 4. Install mechanical indicating elements level, plumb, and rigidly mounted on the concrete undersupports S. For a hopper scale, rigidly attach hopper scale lever systems and mechanical indicating elements so no weight is lost from bending or support distortion Each scale used to determine material payment quantities must be operated by a licensed weighmaster ( Bus & Prof Code y 12700 et seq.). Submit a public weighmastei's certificate or certified daily summary weigh sheets for each weighed material quantity. The Deparurnent may witness material weighing and check and compile the daily scale weight record. Each vehicle operator must obtain weight or load slips from the weighmaster. Submit these records at the delivery point. 9- 1.016(3) Procedures Daily, weigh empty vehicles used to haul material paid for by weight. Each vehicle must have a legible identification mark. The Department may verify material weight by having an empty and loaded vehicle weighed on any scale the Engineer designates. for imported topsoil measured by volwne, soil amendment.. and nndch: I. Each vehicle must allow a ready and accurate contents determination 2. Lnlcss vehicles arc of uniform capacity, each vehicle must have a legible identification mark showing its volume capacity 3. Load vehicles to at least the volume capacity 4. Level vehicle loads on arrival al the deliver\ point If determining a quantity paid on a volume basis is impractical or if you request and the Engineer authorizes the request, the Engineer weighs the material and converts the result to a volume measurement. The Engineer determines the conversion factors and, if you agree, adopts this method of measurement. 9 -1.01C Final Pay Items The Department shows a bid item quantity as a final pay item for payment purposes only. For a final pay item, accept payment based on the verified Bid Item List quantity, regardless of actual quantity used unless dimensions are changed by the Engineer. 9 -11.01D Quantities of Aggregate and Other Roadway Materials The Engineer determines the weight of aggregate and other roadway materials that are being paid for by weight as shown and does not include the deducted weight of water in their payment quamities. Material Quantity Determination Aggregate or other roadway material except as otherwise By deducting the weight of water in the material' in shown in this table excess of percent of the dry weight of the material from the weight of the material Impelled borrow, imported topsoil, aggregate subbase By deducting the weight of water in the material' in excess of 6 percent of the dry weight of the material from the weight otthe material Slraw By deducting the weight of water in the material' in excess of 15 percent of the dry weight of the material tiom the weight of the material Fiber Engineer does not deduct the weight of water Aggregate base and aggregate for cement treated bases A s specified in Section 26. "Aggregate Bases." and Section 27. "Cement I reared Bases' NO I G: Percentage of water is determined by Calitornla Tut 226. "At the time of \\cighing 'Weight of water in the fiber' most not exceed 15 percent of the dry \\eight of the fiber. 9 -1.02 SCOPE OF PAYMENT The Department pays you for fumishing the resources and activities required to complete the Contract work. The Department's payment is full compensation for furnishing the resources and activities, including: I. Risk, loss, damage repair, or cost of whatever character arising from of relating to the work and performance of the work 2. PLACs and taxes Full compensation for work specified in Sections I through 9 is included in the payment lot the bid items involved unless: I. Bid item for the work is shown on the vc ified Bid Item List 2. Work is specified as paid fur as e.xha work The Department does not pay for your loss. damage. repair, or csua costs ol whattver character arising from of relating to the work rhal is a direct of indrecl result of Vern' choice of construction methods. materials, equipment, or manpower, unless specifically mandated be the Contract. Pavmem is: 1. Full compensation for each bid item specified by the description and measurement unit shown on the verified Bid Item List 2. For the price bid for each bid item shown on the verified Bid Item List or as changed by change order with a specified price adjustment If an alternative is described in the Connact, the Department pays based on the bid items for the details and specifications not described as an alternative. The Department pays for work performed by change order based on one or a combination of the following: I. Bid item prices 2. Force account 3. Agreed price 4. Specialist billing If the Engineer chooses to pay for work performed by change order based on an agreed price, but you and the Engineer cannot agree on the price, the Department pays by force account. If a portion of extra �\ork is covered by bid items, the Department pays for this work as changed quantities in those items. The Department pays for the remaining portion of the extra work by force account or agreed price. The Department pays 10 percent annual interest for unpaid and undisputed: I. Progress payments 2. After - acceptance payment except for claims For these payments. interest starts to accrue 30 days after the Ist working day following the 20th day of the month payment Is due. For extra work bills not submitted within 7 days after performing the work as specified in 5- 1.OISE, "Extra Work Bills," interest stasis to accrue 60 days after the Ist working day following the 20th day of the month payment is due, The Department pays 6 percent annual interest for unpaid and undisputed claims. Interest starts to accrue 61 days afer the Department accepts a claim statement. The Deparnnent pays 6 percent annual interest for awards In arbitration (Civ Code § 3289). If the amount of a deduction or withhold exceeds final payment, the Department invoices you for the difference. to be paid upon receipt. 9 -1.03 FORCE ACCOUNT PAYMENT 9 -1.03A General For wort, paid by force account, the Engineer compares the Department's records to your daily force account work repnrt. When you and the Engineer agree on the contents of' the daily force account work repods. the Lngineer accepts the report and the Department pays for the work. If the records differ, the Department pays for the work based only on the information shown on the Delimiment's records. If a subcontractor performs work at force account. accept an additional 10 percent markup to the total cost of that work paid at force account, including markups specified in Section 9 -1.03. as reimbursement for additional administrative costs. The markups specified in labor, malerials, and equipment include compensation for all clelay costs. overhead costs. and prollt. If an hem's paymcni is adjusted for work - character changes. the Deparunem V�eludes _your cost of determining the adjustment. Pay meni for owner- operattd labor and equipment is made Di the market - priced invoice submitted. 9 -1.03B Labor Labor payment is full compensation for the cost of labor used in the direct performance of the work plus a 35 percent markup. Force account labor payment consists of: 1. Employer payment to the worker for: I. I. Basic hourly wage 1.2. Health and welfare 1.3. Pension 1.4. Vacation 1.5. Training 1.6. Other State and federal recognized fringe benefit payments 2. Labor surcharge percentage in Labor Surcharge and Equipment Rental Rates current during the work paid at force account for: 2.1. Workers' compensation insurance 2.2. Social security 2.3. Medicare 2.4. Federal unemployment insurance 2.5. State unemployment insurance 2.6. State training taxes 3. Subsistence and travel allowances paid to the workers 4. Employer payment to supervisors, if authorized The 35 percent markup consists of payment for all overhead costs related to labor but not designated as costs of' labor used in the direct performance of the work including; I. Home office overhead 2. Field office overhead 3. Bond costs 4. Profit 5. Labor liability insurance 6. Other fNCd or administrative performance of the work costs that are not costs of labor used in the direct 9 -L03C Materials Material payment is full compensation for materials you ftunish and use in the work. The Engineer determines the cost based on the material purchase price, including delivery charges. e.\cepc I . A 15 percent markup is added. 2. Supplier discounts are subtracted whether you tool: them or not. 1 11' the Engineer believes the material purchase prices are CNCesSlve, the Department pays the lowest current %rholesale price for a similar material quantity. 4. If you procured the materials from a source you wholly or partially own, the determined cost is based on the lower of the: 4.1. Price paid by the purchaser for similar materials from that source on Contract items 4.2. Current wholesale price for those materials 5. If you do not submit a material cost record within 30 days of billing, the determined cost is based on the lowest wholesale price- 5.1. During that period 5.2. In the quantities used 9 -1.03D Equipment Rental 9- 1.03D(1) General Equipment rental payment is full compensation for: I. Rental equipment costs, including moving rental equipment to and from the site of work performed by change order using its own power. 2. Transport equipment costs for rental equipment that cannot be transported economically using its own power. No payment is made during transport for the transported equipment. 3. 15 percent markup. If you want to return the equipment to a location other than its original location, the payment to move the equipment must not exceed the cost of returning the equipment to its original location. If you use the equipment for work other than work paid by force account, the transportation cost is included in the other work. Before moving or loading the equipment, obtain authorization for She equipment rental's original location. The Engineer determines rental costs: 1. Using rates in Labor Surcharge and Equipment Rental Rates: I.I. By classifying equipment using manufacturer's ratings and manufacturer- approved changes. 1.2. Current during the work paid by force account. 1.3. Regardless of equipment ownership; but the Department uses the rental document rates or minimum rental cost terms if: 1.3.1. Rented from equipment business you do not own. l.3.2. The labor Surcharge and Equipment Rental Rates hourly rate is $10.00 per hour or less. 2. Using rates established by the Engineer for equipment not listed in I.abor Surcharge and Fquipment Rental Rates. You ma submit cost information that helps the Engineer establish the rental rate: but the Department uses the rental document rates or minimum rental cost terms if: 2.1 . Rented from equipment business you do not own. 2.2. The Engineer establishes a rate of $10.00 per hour or less. 3. Using rates for transport equipment not exceeding the hourly rates charged by established haulers. Equipment rental rates include the cost of: 1. Fuel 2, Oil 3. Lubrication 4. Supplies 5. Small tools that are not consumed by use 6. Necessary attachments 7. Repairs and maintenance 8. Depreciation 9. Storage 10. Insurance 1 1 . Incidentals The Department pays for small tools consumed by use. The Engineer determines payment for small tools consumed by use based on Con(ractor- submitted invoices. 9- 1.031)(2) Equipment On the Job Site For equipment on the job site at the time required to perform work paid by force accoun(, the rime paid is the time_ I. To move the equipment to the location of work paid by force account plus an equal amount of time to move the equipment to another location on the job site when the work paid by force account is completed 2. To load and unload equipment 3. Equipment is operated to perform work paid by force account and: 3.1 . Hourly rates are paid in 1/2 -hour increments 3.2 Daily rates are paid in 1/2 -day increments When rented equipmeni on the job site is used to perform work at force account not required by the original contract work. the Engineer may authorize rates in excess of those in Labor Surcharge and Equipment Rental Rates if. 1. You submit a request to use renlcd equipment 2. Equipment is not available tFom fan owned equipment fleet or from )our subconu actors 3. Rented equipment is from an independent rental company 4. Proposed equipment rental rate is tea >onable 5. Engineer authorizes the equipment source and the rental rate before you use the equipment The Department pays for fuel consumed during operation of rented equipment not included in the invoiced rental rate. 9- 1.03D(3) Equipment Not On the Job Site Required for Original Contract Work For equipment not on thejob site at the time required to perform work paid by force account and required for original Contract work, the time paid is the time the equipment is operated to perform work paid by force account and the time to move the equipment to a location on the job site when the work paid by force account is completed. The minimum total time paid is: I. I day if daily rates are paid 2. 8 hours if hourly rates are paid If daily rates are recorded, equipment: I. Idled is paid as 1/2 day 2. Operated 4 hours or less is paid as 1/2 day 3. Operated 4 hours or more is paid as I day If the minimum total time exceeds 8 hours and if hourly rates are listed, the Department rounds up hours operated to the nearest 1/2 -hour increment and pays based on the following table. The table does not apply when equipment is not operated due to breakdowns; in which case rental howl are the hours the equipment was operated. F.auinment Rental Hours Hourso orated Ilours eaid 0.0 4.00 0.5 4.25 LO 450 1.3 4.75 2.0 5.00 2.5 5.25 3.0 5.50 3.5 5.75 4.0 6.00 4.5 6.25 5.0 650 5.5 6.75 6.0 7.00 65 7.25 7.0 75 75 7.75 - -9.0 hours nscd 9- 1.03D(4) Equipment Not On the Job Site Not Required for Originni Contract Work For equipment not on the job site at the time required to perform work paid by force account and not required for original Contact work, the time paid is the rime: I. To move the equipment to the location of work paid by force account plus an equal amount of time to return the equipment to its source when the work paid by force account is completed 2. To load and unload equipment 3. Equipment is operated to perform work paid by force account For this equipment, the Engineer may authorize rates in excess of those in Labor Surcharge and Equipment Rental Rates subject to the following: I. Equipment is not available from your normal sources or from one of your subcontractors 2. Proposed equipment rental rate is reasonable 3. Engineer authorizes the equipment source and the rental rate before you use the equipment 9- 1.03D(5) Non - Owner- Operated Dump Truck Rental Submit the rental rate for non - owner- operated dump truck rental. The Engineer determines the payment rate. Payment for non - owner - operated dump truck rental is for the cost of renting a dump truck, including its driver. For the purpose of markup payment only, the non- owner - operated dump truck is rental equipment and the owner is a subcontractor. 9 -1.04 EXTRA WORK PERFORMED BY SPECIALISTS If the Engineer determines that you or your subcontractors are not capable of performing specialty extra work..a specialist may be used. Itemize the labor. material, and equipment rental costs unless it is not the special service industry's established practice to provide itemization; in which case, the Engineer accepts current market- priced invoices for the work. The Engineer may accept an invoice as a specialist billing for work performed at an off —job site manufacturing plant or machine shop. I he Engineer determines the cost based on the specialist invoice price minus any available or offered discounts plus a 10 percent markup. 9 -1.05 CHANGED QUANTITY PAYMENT ADJUSTMENTS 9 -I.05A General The unit prices specified in Section 9 -1.05 are adjusted under Section 9 -1.03, "Force Accounl." 9 -1.056 Increases of More Than 25 Percent If the total bid item quantity exceeds 125 percent of the quantity shown on the verified Bid Rent List and if no approved Contract Change Order addresses payment for the quantity exceeding 125 percent. the Lneineer may adjust the unit price for the excess quantity under Section 9 -1.03. "Forcc Account." or the followin¢: I. The adjustment is the difference between the unit price and the unit cost Of the total i(em pay quantity. 2. In determininb the unit cost. the fatgineer excludes the item's fixed costs. You have recovered the fixed costs in the payment for 125 percent shown on the verified Did Item List. 3. Atter excludinc tined costs. the hngineer determines the item unit cost under Section 9- 1.03. "Force Account." If the payment for the number of units of a bid item in excess of 125 percent of the verified Bid Item List is less than $5,000 at the unit price, the Engineer may not adjust the unit price unless you request it. 9 -1.05C Decreases of More Than 25 Percent If the total item pay quantity is less than 75 percent of the quantity shown on the verified Bid Item Lis( and if no approved Contract Change Order addresses payment for the quantity less than 75 percent, you may request a unit price adjustment. The Engineer may adjust the unit price for the decreased quantity under Section 9 -1.03, "Force Account" or the following: I. The adjustment is the difference between the unit price and the unit cost of the total pay quantity. 2. In determining the unit cost, the Engineer includes the item's fixed costs. 3. After including fixed costs, the Engineer determines the item unit cost under Section 9- 1.03, "Force Account." The Department does not pay more than 75 percent of the item total in the verified Bid Item List. 9 -1.0513 Eliminated Items If the Engineer eliminates an item, the Department pays your costs incurred before the Engineer's elimination notification date. If you order authorized material for an eliminated item before the notification date and the order cannot be canceled, either of the following occurs: I. If the material is returnable to the vendor, the Engineer orders you to return the material and the Department pays your handling costs and vendor charges. 2. The Department pays your cost for the material and its handling and becomes the material owner. The Engineer determines the payment for the eliminated bid item under Section 9 -1.03, "Force Account." 9 -1.06 WORK- CHARACTER CHANGES The Department adjusts a bid item unit price based on the difference between the cost to perform the work as planned and the Lost to perform the work as changed. The Engineer determines the payment adjustment under Section 9 -1.03, "Force Account." The Department adjusts payment for only the work portion that changed in character. 9 -1.07 PROGRESS PAYMENTS 9 -1.07A General the Department pays you based on 1ngineer- prepared monthly proeress eslimates. Each estimate reflects: I , Total work completed during the pay period 2. Extra work hills if: 2.1. Submitted by the 15th of a month 2.2. Approved by the 20th of a month 3. . \mount liar materials on hand 4. Amount earned for mobilization 5. Deductions 6. Withholds 7. Resolved potential claims 8. Payment adjustments Submit certification stating the work complies with the QC procedures. The Engineer does not process a progress estimate without a signed certification. You may protest a progress payment. 9 -1.07B Schedule of Values Section 9 -1.078 applies to a lump sum bid item for which a schedule of values is specified to be submitted. The sum of the amounts for the work units listed in the schedule of values must equal the lump sum price bid for the bid item. Obtain authorization of a schedule of values before you perform work shown on the schedule. The Department does not process a progress payment for the bid item without an authorized schedule of values, Accept progress payments for overhead, profit, bond costs, and other fixed or administrative costs as distributed proportionally among the items listed except that for a contract with a bid item for mobilization, accept progress payments for bond costs as included in the mobilization bid item. For changed quantities of the work units listed, the Department adjusts payments in the same manner as specified for changed quantities of bid items under Section 9 -1.05, "Changed Quantity payment Adj ustments." 9 -1.07C Materials On Hand A material on hand but not incorporated into the work is eligible for progress payment if: I. Listed in a special provision as eligible and is in compliance with other Contract parts 2. Purchased 3. An invoice is submitted 4. Stored within the State and you submit evidence that the scored material is subject to the Department's control 5. Requested on the Department - furnished form 9 -1.071) Mobilization Mobilization is eligible for partial payments if the Contract includes a bid item for mobilization. I lie Department makes the partial payments Under Pub Cunt Code § 10364. If the Contract does not include a mobilization bid item, mobilization is included in the payment for the various bid items. The Department pays the item total for mobilization in excess of 10 percent of' the total bid in the Ist payment after Contract acceptance. 9 -1.07F Withholds 9- 1.07(;(1) General The Department may withhold paymem for noncompliance. The Department returns the noncompliance withhold in the progress payment following correction of noncompliance. Withholds are not retentions under Pub Com Code § 7107 and do not accrue interest under Pub Cont Code § 10261.5. Withholds are cummdalive and independent ofdeductions. Section 9 -1.07E does not include all withholds that may be taken, the Department may withhold other payments as specified. 9- 1.07E(2) Progress Withholds The Department withholds 10 percent of a partial payment for noncompliant progress. Noncompliant progress occurs when: 1. Total days to date exceed 75 percent of the revised Contract working days 2. Percent of working days elapsed exceeds the percent of value of work completed by more than 15 percent The Engineer determines the percent of working days elapsed by dividing the total days to date by the revised Contract working days and converting the quotient to a percentage. The Engineer determines the percent of value of work completed by summing payments made to date and the amount due on the current progress estimate, dividing this sum by the current total estimated value of the work, and converting the quotient to a percentage. These amounts are shown on the Progress Payment Voucher. 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. 9- 1.07E(3) Performance Failure Withholds During each estimate period you fail to comply with a Contract pan; including submittal of a document as specified, the Department withholds a part of the progress payment. The documents include QC plans, schedules, traffic control plans, and water pollution control submittals. For I 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. 9- 1.07E(4) Stop Notice Withholds The Department may withhold payments to cover claims filed under Clv Code § 3 179 et seq. Stop notice information may be obtained from the Office of External Accounts Payable. Division of Accounting. 9- 1.07E(5) Penalty Withholds Penalties include tines and damages that are proposed. assessed. or levied against you or the Department by a governmental agency or private lawsuit. Penalties are also payments made m costs incurred in settling alleged violations or federal, stale. or local laws, regulations, requirements, or PLACs. l he 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 ha, been resolved. The Department may withhold penalty funds "11I)ou1 notifying YOU. Instead of the withhold. you may provide a bond equal to the highest estimated liabilm for am disputed penalties proposed. 9- 1.07E(6)- 9- 1.07E(10) Reserved 9 -1.07F Retentions The Department does not retain moneys from progress payments due to the Contractor for work performed (Pub Cent Code § 7202). 9- 1.07G- 9 -1.07K Reserved 9 -1.08 PAYMENT AFTER CONTRACT ACCEPTANCE 9 -I.08A General Reserved 9 -1.08B Payment Before Final Estimate After Contract acceptance, the Department pays you based on the Engineer - prepared estimate that includes withholds and the balance due after deduction of previous payments. 9 -1.08C Proposed Final Estimate The Engineer estimates the amount of work completed and shows the amount payable in a proposed final estimate based on: I. Contract items 2. Payment adjustments 3. Work paid by force account or agreed price 4. Extra work 5. Deductions Submit either a written final estimate acceptance or a claim statement no later than the 30th day after receiving the proposed final estimate. Evidence of the Contractor's receipt of the final estimate and the Engineer's receipt of the Contractor's written acceptance or claim statement is a delivery service's proof of deli%ery or Engineer's written receipt if hand delivered. If you claim that the final estimate is less than 90 percent of your total bid, the Department adjusts the final payment to cover your overhead. The adjustment is 10 percent of the difference between the total bid and the final estimate. The Department does not make this adjustment on a terminated contract. 9 -1.08D Final Payment and Claims 9- 1.08D(1) General If you accept the proposed final estimate or do not submit a claim statement within 30 days of receiving the estimate. the Lngineer furnishes the tinai estimate to you and the Department pays the amount due within 30 days. This final estimate and payment is conclusive except as specified in Sections 5- 1.015. "Records," 6- 1.075. "Guarantee." and 9 -1.09, "Clerical Errors." If you submit a claim statement within 30 days of receiving the Engineer's proposed final estimate, the Engineer furnishes a semifinal estimate to the C-onuactor and the Department pays the amount due within 30 days. The semifinal estimate is conclusive as to the amount of work completed and the amount payable except ns aflecied by the claims w as specified in Sections 5- 1.015. "Records." 6- 1.075. "Guarantee." and 9 -1.09. "Clerical Errors." 9- 1.0811)(2) Claim Statement 9- 1.08D(2)(a) General For each claim, submit a claim statement showing only the identification number that corresponds to the Full and Final Potential Claim Record and the final amount of additional payment requested except: I. If the final amount of requested payment differs from the amount requested in the Fuji and Final Potential Claim Record 2. For a claim for quantities, withholds, deductions, liquidated damages, or change order bills 3. For an overhead claim If the final amount of requested payment differs from the amount requested in the Full and Final Potential Claim Record, submit: I . Identification number that corresponds to the Full and Final Potential Claim Record 2. Final amount of additional payment requested 3. Basis for the changed amount 4. Contract documentation that supports the changed amount 5. Statement of the reasons the Contract documentation supports the claim The Engineer notifies you of an omission of or a disparity in the exclusive identification number. Within 15 days of the notification, correct the omission or disparity, If the omission or disparity is not resolved after tite 15 days, the Engineer assigns a new number. For a claim for quantities, withholds, deductions, or change orderbills submit: I. Final amount of additional payment requested 2. Enough detail to enable the Engineer to determine the basis and amounts of the additional payment requested 9- 1.081)(2)(b) Overhead Claims Include with an overhead claim: I. Final amount of additional payment requested 2. Independent CPA audit report Failure to submit the audit report with an overhead claim with the claim statement is a waiver of the overhead claim and operates as a bar to arbitration on the claim (Pub Conl Code § 10240.2). The Department deducts an amount for field and home ollice overhead paid on added work liom any claim for overhead. The value of the added work equals the value of the work completed minus the total bid. 'I he hone office overhead deduction equals 5 percent of the added work. The Geld office overhead deduction equals 5 -1/2 percent of the added work. If you intend to pursue a claim for eimbursement for Geld or home office o�cnccad beyond that provided expressly be the Contract: I . Notify the Engineer within 30 days of receipt ol'ihe proposed final estimate ofyour intent to seek reimbursement for specific o�crhead costs hevond that provided by the Contract 2. Specifically identify each claim and each date ms ociatcd with each claim from which you seek reimhtusement for specific overhead cost, beyond that provided by the Contract 3. Timely submit all other claims 4. Within 30 days of receipt of the proposed final estimate, submit an audit report prepared by an independent CPA 4.1. The audit report must show calculations with supporting documentation of actual home office and project field overhead costs 4.2. The calculations must specify the actual daily rates for both field and home office overhead for the entire duration of the project expressed as a rate per working day 4.3. The start and end dates of the actual project performance period, number of working days, overhead cost pools, and all allocation bases must be disclosed in the calculations of your actual field and home office overhead daily rates 4.4. Neither daily rate may include a markup for profit 5. Field overhead costs from which the daily rate is calculated must be: 5.1. Allowable under 48 CFR 31 5.2. Supported by reliable records 5.3. Related solely to the project 5.4. Incurred during the actual project performance period 5.5. Comprised of only time - related field overhead costs 5.6. Not a direct cost 6. Home office overhead costs from which the daily rate is calculated most be: 6.1. Allowable under 48 CFR 31 6.2. Supported by reliable records 6.3. Incurred during the actual project per period 6.4. Comprised of only Fixed home office overhead costs 6.5. Not a direct cost The actual rate oft ime-ielated overhead is subject to authorization by the Engineer. The CPA's audit must be performed under the Attestation Standards published by the American Institute of Certified Public Accountants. The CPA's audit repoat must express an opinion whether or not your calculations of your actual field and home office overhead daily rates comply with Section 9- 1.08D(2)(b). "Overhead Claims." The attest documentation prepared by the CPA in connection with the audit must be reproduced and submitted for review wish the audit report. The Department provides markups for all work paid by force account. Overhead for field and home office costs are included in the markups. Overhead claims in excess of Contract markups are not allowed under the Contract. Ifyou seek reimbursement for costs not allowed under the Contract- the Department does not pay your cost of performing the independent CPA examination specified in section 9- 1.08D(2)(b), "Overhead Claims," including preparation of the audit report. 9- 1.08D(2)(c) Declaration Submit a declaration that includes the following language Uiih the claim statement: I declare under penalty of perjury. according to die laws of the State of Cali iornia. thal the foregoing claims. with specific relercnce to the California False Claims Act (Govt Code § 12650 et seq.) and to the extent the project contains federal funding, the U.S. False Claims Act (31 USC § 3729 et seq.), are true and correct, and that this declaration was signed on (date) , 20 at , California. 9- 1.081)(2)(d) Waiver A claim is waived if: 1. Claim does not have a corresponding Full and Final Potential Claim Record identification number 2. Claim does not have the same nature, circumstances, and basis of claim as the corresponding Full and Final Potential Claim Record 3. Claim is not included in the claim statement 4. You do not comply with the claim procedures 5. You do not submit the declaration specified in 9- 1.08D(2)(c), "Declaration" 9- 1.081)(3) Final Determination of Claims Failure to allow timely access to claim supporting data when requested waives the claim. The Department's costs in reviewing or auditing a claim not supported by the Contractor's accounting or other records are damages incurred by the State within the meaning of the California False Claims Act. If the Engineer determines that a claim requires additional analysis, the Engineer schedules a board of review meeting. Meet with the board of review and make a presentation supporting the claim. After claim review completion by the Engineer or board of review, the Department makes the final determination of claims and furnishes it to the Contractor. After the determination, the Engineer furnishes a final estimate to the Contractor and the Department pays the amount due within 30 days. The final estimate is conclusive as to the amount of work completed and the amount payable except as specified in Sections 5- 1.015, "Records." 6- 1.075, "Guarantee," and 9 -1.09, "Clerical Errors." The Contractor's failure to comply with the claim procedures is a bar to arbitration under Pub Cont Code § 10240.2. 9 -1.09 CLERICAL ERRORS For 3 years after Contact acceptance, estimates and payments are open to correction and adjustment for clerical errors. Either the Department or the Contactor pays to the other the amount due except for clerical errors resulting in an adjustment less than 5200: in v.hich case, no payment is made. 9 -1.10 ARBITRATION Pub Cont Code § 10240 through 10240.13 provides rnr the resolution or contract claims by arbitration. Start arbitration by fling a complaint wish the Office or Administrative Hearings in Sacramento (I CA Code Regs § 1350). File the arbitration complaint no later than 90 days after receiving the Department's final m inen decision on a claim (Pub Cont Code § 10240.: ). AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 10 DUST CONTROL (Issued 02- 06 -09) Replace Section 10 with: SECTION 10 (BLANK) AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 11 MOBILIZATION (Issued 06- 05 -09) Replace Section 11 with: SECTION 11 (BLANK) SECTION 12 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES (issued 11- 07 -08) In Section 12 -1.01 in the 2nd paragraph, replace the 1st sentence with: Attention is directed to Part 6 of the California MUTCD. Replace Section 12 -2.01 with: 12 -2.01 FLACCERS Flaggers %chile 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. All naggers shall wear safety apparel meeting the requirements of ANSI /ISEA 107 -2004 for Class 2 or 3 garment and complying with 71 Fed Reg 67792. In Section 12 -3.01 replace the 1st paragraph with: In addition to the requirements in Part 6 of the California MUTCD, all devices used by the Contractor in the pciiormance ollhe work shall conform to the provisions in this Section 12 -3. In Section 12 -3.06 in the 1st paragraph, replace the 2nd sentence with: Construction area signs are shoc.n in or referred to in Part 6 of the California MUTCD. In Section 12 -3.06 in the 4th paragraph, replace the 1st sentence with: 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. In Section 12 -3.06 in the Sth paragraph, replace the 1st sentence with: 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. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 14 (BLANK) (Issued 06- 05 -04) Replace Section 14 with: SECTION 14 ENVIRONMENTAL STEWARDSHIP 14 -1 GENERAL 14 -1.01 GENERAL Environmental stewardship includes both environmental compliance and environmental resource management. If an ESA is shown on the plans: I. The boundaries shown are approximate; the Department marks the exact boundaries on the -round 2. Do not enter the ESA unless authorized 3. Ifthe ESA is breached, immediately: 3.1. Secure the area and stop all operations within 60 feet of the ESA boundary 3.2. Notify the Engineer 4. If the ESA is damaged. the Department determines what efforts are necessary to remedy the damage and who performs the remedy; you are responsible for remedies and charges. 14 -2 CULTURAL RESOURCES 14 -2.01 GENERAL Reserved 14 -2.02 ARCHAEOLOGICAL RESOURCES f archaeological resources are discovered at the job site. do not disturb the resources and immediately: I. Stop all «ork within a 60 -foot radius of the discovery 2. Pioteel the discovery area 3. Notill the Engineer The Depanmem invesiigatcs. Do not take arcbacologicsl resources Iiom the job site. Do not resume wort. %%ithin the discovcn area until authorized. If, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of an archaeological 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." If ordered, furnish resources to assist in the investigation or recovery of archaeological resources. This work will be paid for as extra work as specified in Section 4 -1.03D, "Extra Work." 14 -2.03 ARCHAEOLOGICAL MONITORING AREA Section 14 -2.03 applies if an AMA is described in the Contract. The Department assigns an archaeological monitor to monitorjob site activities within the AMA. Do not work within the AMA unless the archeological monitor is present. The Engineer and the Department archaeological monitor conduct an AMA location field review with you at least 5 business days before start of work. The Department marks the exact boundaries of the AMA on the ground. If temporary fence (Type ESA) for an AMA is described in the Contract, install temporary fence (Type ESA) to define the boundaries of the AMA during the AMA location field review. At least 5 business days before starting work within an AMA, submit a schedule of days and hours to be worked for the Engineer's approval. If you require changes in the schedule, submit an update for the Engineer's approval at least 5 business days before any changed work day. If archaeological resources are discovered within an AMA, comply with Section 14 -2.02, "Archaeological Resources." 14 -2.04 HISTORIC STRUCTURES Reserved 14 -3 COMMUNITY IMPACTS AND ENVIRONMENTAL JUSTICE Reserved 14 -4 NATIVE AMERICAN CONCERNS Reserved 14 -5 AESTHETICS Reserved 14 -6 BIOLOGICAL RESOURCES 14 -6.01 GENERAL Reserved 14 -6.02 BIRD PROTECTION Protect migratory and nongame birds, their occupied nests. and Iheit eggs. The Deparunenl anticipates nesting or enempted nesting from February 15 to September I. The federal Migrator� Bird Treaty Act. 16 USC § 703 71 I, and S0 CFR PI 10 and Fish & Gamc Code §§ 3503, 3S 13. and 3800 protect migratory and nongame hii ds. their occupied nests. and their eggs. The fede'aI Endangered Species Act of 1973. 16 USC §§ 1531 rind IS43. and the California [ ndangered Species Act. Fish & Game Code §§ 2050 -2 1 1 55. prohibit the take of listed species and protect occupied and unoccupied nests of Ihrcalened and endangered .tird species. The Bald and Colden Ei Me Protection Act. 16 USC § 668. prohibits the destruction of' bald and holden eagles and their occupied and unoccupied nests. If migratory or nongame bird nests are discovered that may be adversely affected by construction activities or an injured or killed bird is found, immediately: 1. Stop all work within a 100 -foot radius of the discovery. 2. Notify the Engineer. The Department investigates. Do not resume work within the specified radius of the discovery until authorized. When ordered, use exclusion devices, take nesting prevention measures, remove and dispose of partially constructed and unoccupied nests of migratory or nongame birds on a regular basis to prevent their occupation, or perform any combination of these. This work will be paid for as extra work as specified in Section 4- 1.03D. "Extra Work." Prevent nest materials from falling into waterways. Bird protection that causes a delay to the controlling activity is a condition unfavorable to the suitable prosecution of work as specified in Section 8 -1.05, "Temporary Suspension of Work." 14 -7 PALEONTOLOGICAL RESOURCES If paleontological resources are discovered at thejob site, do not disturb the material and immediately: I. Stop all work within a 60 -foot radius of the discovery 2. Protect the area 3. Notify the Engineer The Department investigates and modifies the dimensions of the protected area if necessary. Do not take paleontological resources from the job site. Do not resume work within the specified radius of the discovery until authorized. 14 -8 NOISE AND VIBRATION 14 -8.01 GENERAL Reserved 14 -8.02 NOISE CONTROL Do not exceed 86 dBa at 50 feet from thejob site activities from 9 p.m. to 6 a.m. Equip an internal combustion engine with the manufacturer- recommended muffler. Do not operate an intemal combustion engine on the job site without the appropriate muffler. 14 -9 AIR QUALITY 14 -9.01 AIR POLLUTION CONTROL Comply with air pollution control rules, regulations. ordinances, and statutes that apply to work performed under the Contact. including air pollution control rules. ieeulations. ordinances. and statutes provided in Govt Code § 1 1017 (Pub Cont Code § 10231). Do not burn material to be disposed oi'. 14 -9.02 DUST CONTROL Prevent and alleviate dust by applying water, dust palliative. or both under Section 14 -9.01. Apply water under Section 17. "Watering." Apple dust palliative under Section 18. "Dust Palliative." If ordered, apply water, dust palliative, or both to control dust caused by public traffic. This work will be paid for as extra work as specified in Section 4- 1.03D, "Extra Work." 14 -10 SOLID WASTE DISPOSAL AND RECYCLING 14 -10.01 SOLID WASTE DISPOSAL AND RECYCLING Submit an annual Solid Waste Disposal and Recycling Report between January I and 15 for each year work is performed under the Contract at any time during the previous calendar year. Show the types and amounts of project - generated solid waste taken to or diverted from landfills or reused on the project from January 1 through December 31 of the previous calendar year. Submit a final annual Solid Waste Disposal and Recycling Report within 5 business days after Contract acceptance. Show the types and amounts of project - generated solid waste taken to or diverted from landfills or reused on the project tiom January 1 to Contract acceptance. For each failure to submit a completed form, the Department withholds $10,000. 14 -11 HAZARDOUS WASTE AND CONTAMINATION 14 -11.01 GENERAL Reserved 14 -11.02 ASBESTOS AND HAZARDOUS SUBSTANCES Upon discovery, immediately stop working in and notify the Engineer of areas where asbestos or a hazardous substance is present if the: 1. Contractor reasonably believes the substance is asbestos as defined in Labor Code § 6501.7 or a hazardous substance as defined in Health & Safety Code §§ 25316 and 25317 2. Presence is not described in the Contract 3. Substance has not been made harmless Reserved 14 -12 OTHER INTERAGENCY RELATIONS 14 -13 PAYMENT Payment for work specified in Section 14 is included in the payment for the bid items involved unless: I. Bid item for the work is shown in the verified Bid Item List 2. Work is specified as paid for as emra work AAAAAAA. AAAAAAAAAAAAAAAAAAAAA AAAAAAAAAAAA SECTION 15 EXISTING HIGHWAY FACILITIES (Issued 05- 01 -09) In Section 15 -1.02 replace the 1st paragraph with: Existing facilities which are io remain in place shall be protected in conformance �riih the pro%.isions in Sections 5 -1.13, " Property and Facility Preservation." and 7 -1.12. "Indemnification and Insurance." 19 -1.02 (BLANK) AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 19 EARTHWORK (Issued I1- 21 -08) Replace Section 19 -1.02 with: Replace Section 19 -1.03 with: 19 -1.03 GRADE TOLERANCE Immediately prior to placing subsequent layers of material thereon, the grading plane shall conform to one of the fol lowing: A. When hot mix asphalt is to be placed on the grading plane, the grading plane at any point shall not vary more than 0.05 foot above or below the grade established by the Engineer. B. When subbase or base material to be placed on the grading plane is to be paid for by the ton, the grading plane at any point shall not vary more than 0.10 Foot above or below the grade established by the Engineer. C. When the material to be placed on the grading plane is to be paid for by the cubic yard, the grading plane at any point shall be not more than 0.05 foot above the grade established by the Engineer. In Section 19- 3.025C replace the 1st paragraph with: Cementitious material used in soil cement bedding shall conform to the provisions in Section 90 -2.01. 'Cemenl'itiOUS MaterialS." Supplementary cemenlitious material will not be required. In Section 19- 3.025C replace the 4th paragraph with: The aggregate, cementitious material, and water shall be proportioned either by weight or by volume. Soil cement bedding shall contain not less than 292 pounds of cementitious material per cubic yard. The water content shall be sufficient to produce a Fluid. workable mix that will flow and can be pumped without segregation of the aggregate while being placed. In Section 19 -3.062 replace the 1st paragraph with: Slurry cement backfill shall consist of a fluid. workable mi.\:twe ofaggregate. cementitious material, and water. In Section 19 -3.062 replace the 5th paragraph with: Cementitious material shall conform to the provisions in Section 90 -2.01, "Cementitious Materials. Supplementary cementitious material will not be required. In Section 19 -3.062 replace the 8th paragraph with: The aggregate, cementitious material. and eater shall be proportioned either by �% -ight or by volume. Slum cement backfill shall contain net less than 198 pounds of cementitious material per cubic yard, The water content shall be sufficient to produce a fluid, workable mix that will flow and can be pumped without segregation of the aggregate while being placed. AAAAn. AAAAAAAAAAAAAAAAAAAAAA AAAAAAAAAAAAA SECTION 20 EROSION CONTROL AND BIGHWAY PLANTING (Issued 08- 17 -07) Replace Section 20 -2.03 with: 20 -2.03 SOIL AMENDMENT Soil amendment shall comply with the requirements in the California Food and AgricI)huraI Code. Soil amendment producers shall comply with the following: Be fully permitted to produce compost as specified under the California Integrated Waste Management Board, Local Enforcement Agencies and any other State and Local Agencies that regulate Solid Waste Facilities. If exempt from State permitting requirements, the composting facility must certify that it follows guidelines and procedures for production of compost meeting the environmental health standards of Title 14, California Code of Regulations, Division 7. Chapter 3.1, Article 7. Be a participant in United States Composting Council's Seal of Testing Assurance program. Soil amendment shall be composted and may be derived from any single, or mixture of any of the Following feedstock materials: I. Green material consisting of chipped. shredded. or ground vegetation; or clean processed recycled wood products 2. Biosolids 3, Manure 4. Mixed food waste Soil amendment feedstock materials shall be composted to reduce weed seeds, pathogens and deleterious materials as specified Linder 'I'itle 14, California Code of Regulations. Division 7. Chapter 3. 1, Article 7. Section 17868.3. Soil amendment shall not be derived from mixed municipal solid waste and must be rcasonably free of visible contaminates. Soil amendment must not contain pnini. petroleum products. pesticides or any other chemical residues harmful to animal life or plant growth. Soil amendment must not possess obieclionable odors. Metal concentrations in soil amendment must not exceed the maxinnan metal concentrations listed in Title 14. California Code of Regulations, Division 7, Chapter 3.1. Section 17868.2. Soil amendment nwst comply with the following Physical /Chemical Requirements Pro perry Test Method Requirement _ PH * TMECC 04.1 1 -A, Elastometric pl -I 1:5 Slurry Method, H Units 6.0 -8.0 Soluble Salts TMECC 04.10 -A. Electrical Conductivity 1:5 Slurry Method dS /m (mmhos /cm) 0 -10.0 Moisture Content TMECC 03.09 -A, Total Solids & Moisture at 70 +/- 5 de C. % Wet Weight Basis 30 -60 Organic Matter TMECC 05.07 -A. Loss -On- Ignition Organic Matter 70 -65 Content Method (LOI), % Dry Weight Basi< Maturity TMECC OSAS -A. Germination and Vigor Seed Emergence 80 or Above Seedling Vigor 80 or Above %Relative to Positive Comiol Stability TMECC 05.08 -11, Carbon Dioxide Lvolution Rate mg CO,-C/g OM per day g or below Particle Size TMECC 02.02 -8 Sample Sieving for Aggregate Size 95% Passing 5/8 inch Classification %Dry Weight Basis 70% Passing 3/8 inch Pathogen TMECC 07.01 -B. Fecal Colitomt Bacteria <: 1000 MPN/gram dr inn. Pass Pathogen TMECC 07.01 -B. Salmonella <: 3 MPN,'4 grams dry "It. Pass Physical TMECC 02.02 -C, Man Made Inert Removal and Contaminants Classification: Plastic. Glass and Metal. %: 4mm 11'aclion Combined I otal: : 1.0 Physical I'MF,CC 02.02 -C'. Man Made Inert Remo, al and Conlominanls Classi licadon: Sharps (Sckying needles. sh'oight pins and hypodermic None Detected needles). %> 4mm fraction "'I'M FCC: refers to "Pest Me(hods for the Germination of Composting and C»mpOSI." Published b)' the United Stales Department of Agriculture and the United States Compost Council (IISC'C'I. Prior to application, the Contractor shall provide the Engineer with a copy of the soil amendment producer's Compost Technical Data Sheet and a copy of the compost producers S'rA cel7ification. The Compost Technical Data Sheet shall Include laboratory analytical test restdts, directions for product use, and a list of product ingredients. Prior to application, the Contractor shall provide the Engineer with a Certificate of Compliance in conformance with the provisions in Section 6 -1.07, "Certificates of Compliance." of the Standard Specifications. In Section 20 -2.10 delete the 8th, 9th, and 10th paragraphs. In Section 20 -3.04A delete the last paragraph. Replace Section 20 -4.0-95 with: 20 -4.055 PRUNING Pruning of plants shall be consistent v ith American National Standards Inslltwe (ANSI). "flee. Shrub and Other Woody Plant Maintenance Standard Practices." ANSI 300 (Pail 1) -2001 and "Best Management Practices Tree Pruning," 2002 (ISBN 1- 881956318), published by the International Society of Arboriculture, P.O. Boc 3129, Champaign, 1L 61826, AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 24 LIME STABILIZATION (Issued 06- 05 -09) Replace Section 24 with: SECTION 24 LIME STABILIZED SOIL 24 -1.01 GENERAL 24 -1.01A Summary Section 24 includes specifications for stabilizing soil by mixing lime and water with soil and compacting the mixture to the specified dimensions. 24 -1.0113 Definitions lime: Quicklime made from high - calcium or dolomitic sources specified under ASTM C 51. For high- calcium quicklime, the calcium oxide content must be greater than 90 percent. For dolomitic quicklime, the calcium oxide content must be greater than 55 percent and the combined calcium oxide and magnesium oxide content must be greater than 90 percent. mellowing period: The time between the initial and final mixing to promote initial chemical reactions between lime, water, and soil. 24 -1.01C Submittals From 30 to 180 days before use, submit one 10 -pound sample of each lime product proposed and from each source. Submit lime samples in airtight containers under ASTM C 50. Mark the sample dale on the container. Include the MSDS and chemical and physical analysis with the submittal. With the lime samples. submit a Certificate of Compliance from the pre - qualified lime source Under Section 6 -1.07. "Certificates of Compliance," v ith a statement certifying the lime fUl wished is the same as that pre- qualified. Fifteen days before starting soil stabilization activities, subinit for the Engineer's approval a laboratory to perform quality control tests. The laboratory must be qualified Under the Deparunem's Independent Assurance Program. Before you apply lime in slurry form. submit the slurry's lime content for Engineer's approval 25 days before application. Before petlormine quality control sampling and testing, submit the time and location the sampling, and testing gill occur. Submit quality control testing results within 24 hours of receiving the results. Submit a wciuhmaster certificate or bill of lading with each load of lime deli %sled to the jobsiie. 24 -1.01 D Quality Control and Assurance General Perform quality centrol testing in the presence of the Engineer. Place unique, sequentially numbered lock seals on each load and affix them to trailer blow down valves that are locked open. The bill of lading for each lime delivery must have that specific lock seal number legibly and visibly imprinted. The Engineer samples each lime delivery truck at thejob site and randomly tests them off -site. Pre - qualification of Lime Sources Lime sources must be listed on the Department's pre - qualified products list. The list is available at the METS web site. The pre- qualified list for lime sources describes the application procedtnes for inclusion on the list. Preparing Soil After you prepare an area for lime soil stabilization, test the soil to be stabilized every 500 cubic yards for relative compaction under California Test 231 and moisture content under California Test 226, and verify the surface grades. Applying Lime The Engineer determines the final application rate for each lime product proposed from the samples submitted. If the soil being stabilized changes, the Engineer changes the application rate. Based on California Test 373, the Engineer repots the application rates as the percent of lime by dry weight of soil. The Engineer provides the optimum moisture content determined under California Test 373 for each application rate. Before applying lime, measure the temperature at the ground suit face. If lime in dry form is used, the Engineer verifies the application rate using the drop pan method once per 40,000 square feet stabilized, or twice per day, whichever is greater. If lime in slurry Form is used, report the quantity of slurry placed by measuring the voltnne of slurry in the holding tank once per 40,000 square feet stabilized. or twice per day, whichever is greater. Mixing For each day of initial mixing. test the moisture content. Sample the material immediately after initial mixing. Randomly test the adequacy of the final mixing with a phenolphthalein indicator solution. During mixing operations, measure the ground temperature at full mixing depth. After mixing and before compacting, determine maximum density under California Test 216 from composite samples of the mixed material and at each distinct change in material. Test the moisture content of the mixed material under California Test 226. Test the gradation For compliance with "Materials." Compaction Test relative compaction on a wet weight basis. After initial compaction, determine in -place density under California Test '_31 and moisttue content under California Test 236 at the same location. l he Icsting frequency must be I test per 250 cubic yards of lime stabilized soil. Test in 0.50 -foot depth inteivals. Before requesting to compact material in layers greater than 0.50 foot. Construct a test strip in the production area and demonstrate the test snip passes compaction tests ueine the prnposed thickness. The rest strip must contain no more material than I dad's production. The Lngineer tests at not inae than 0.50 -trot depth inten'als regardless of the thickness of your lad ers. Consuvct test pads by scraping away material to the depth nidered by the Eneincer. If a compaction test Fails corrective action must include the layers of material nlread\ placed above the test pad cle%ution. Finish Grading Do not proceed with construction activities for subsequent layers of material until the Engineer verifies the final grades of the lime stabilized soil. Dispute Resolution You and the Engineer must work together to avoid potential conflicts and to resolve disputes regarding test result discrepancies. Notify the Engineer within 5 days of receiving a test result if you dispute the test result. If you or the Engineer dispute each other's test results, submit written quality control test results and copies of paperwork including worksheets used to determine the disputed test results to the Engineer. An Independent Third Party (ITP) performs referee testing. Before the ITP participates in a dispute resolution, the ITP must be. accredited under the Department's Independent Assurance Program. The ITP must be independent of the project- By mutual agreement, the ITP is chosen from: I. A Department laboratory 2. A Department laboratory in a district or region not in the district or region the project is located 3. The Transportation Laboratory 4, A laboratory not currently employed by you or your lime producer If split quality control or acceptance samples are not available, the ITP uses any available material representing the disputed material forevaluation, 24 -1.02 MATERIALS 24 -1.02A Lime Lime must comply with ASTM C 977 and the following: Lime Qualm ASTM Specification Characteristic Available _ C 250 High Calcium Calcium and Quicklime: Magnesium Cat) : 90 Oxide(min.. °i°) Dolomitic Quicklime: CaO 553rd C'iO +MuO, 90 Loss on icniliun (' 2i 7 (total loss) (max.. %) 5 (Cal hun dioxide) 3 (tree moisture) _ Slukine rule I C' 110 30 °C rise in 8 mini.tes NOICY: 1'00 ril" use AS I Ld C 25 m ASTM C13,01 and AS 'I M 01271. A 0.� -pound sample of lime dry - sieved in a mechanical sieve shaker for 10 minutes -30 seconds must comply kith: Sieve Sius Percentage Passing 318 -inch 1 98 -100 Slurry must: 1. Be free of contaminants 2. Contain at least the minimum dry solids 3. Have uniform consistency If you prepare lime slurry, prepare it at thejobsite. 24- 1.02[3 Water If available, use potable water. Inform the Engineer if a water source other than potable water is used. If not using potable water, water for mixing soil and lime must: I. Contain no more than 650 parts per million of chlorides as C1, and no more than 1,300 parts per million of sulfates as SO4 2. Not contain an amount of impurities that will cause a reduction in the strength of the stabilize soil 24 -1.02C Mixed Material Take a composite sample from 5 random locations after initial mixing. The moisture content of the composite sample tested under California Test 226 must he a minimum of 3 percent greater than optimum. Determine the moisture versus density relationship or the composite sample material determined under California Test 216, except Part 2, Section E, Paragraph 6 is modified as follows: After adjustment of the moisture content. compact each of the remaining test specimens in the mold, then record the water adjustment, tamper reading, and the corresponding adjusted wet density from the chart on Table 1 using the column corresponding to the actual wet weight of the test specimen compacted. Note each of these wet weights on Line I. The mixed material before compaction excluding rock must comply with: Sieve Sizes Percentage Passim! 1" 98- I(10 No. 4 so- I oo 24 -1.02D Curing Treatment Curiae treatment may be any or the following: I. Water cure 2. Curing seal >. Moist material blanket Curing seal must he SS or CSS grade asphaltic emulsion under Section 04. ".\,phallic Emulsions." 24 -1.03 CONSTRUCTION 24 -1.03A General If using different types of lime or lime from more than one source, do not mix them. The Engineer determines separate application rates. Deliver lime in full loads unless it is the last load needed for a work shift. Apply lime at ground temperatures above 35 °F. Do not apply lime if you expect the ground temperature to drop below 35 °F before you complete mixing and compacting. During mixing, maintain the in -place moisture of the soil to be stabilized a minimum 3 percent above the Optimum moisture detennined under California Test 216 as modified in "Mixed Material." During compaction and finish grading, add water to the surface to prevent drying until the next layer of mixed material is placed, or until you apply curing treatment. Scarify the surface of lime stabilized soil at least 2 inches between each layer. Do not scarify the final surface of the lime stabilized soil. Between the time of applying lime and 3 days after applying curing treatment, only allow equipment or vehicles on the soil being stabilized that are essential to the work. 24 -1.03B Preparing Soil Except for soil clods, remove rocks or solids larger than 1/3 of the layer thickness. Regardless of the layer thickness, remove rocks and solids greater than 4 inches. 'Notify the Engineer if you encounter rocks or solids greater than 1/3 of the layer thickness. Before adding lime, place the soil to be stabilized to within 0.08 loot of the specified lines and grades and compact to not less than 90 percent relative compaction. 24 -1.03C Applying Lime Apply lime uniformly over the area to be stabilized using a vane spreader. The Engineer determines the final application rate. Do not vary tiom this application rate by more than 5 percent. Apply lime in dry form. If you request and the Engineer approes. VOL] may apply time in slurry form. Lime slurry must be in suspension during application. Apply lime slurry uniformly making successive passes over a measured section or roadway until the specified lime content is reached. Apply the residue from lime slurry over the length of the roadway being processed. 24 -1.03D Mixing Lime and soil to he stabilized must be mixed uniformly at least Mice to within 0.10 foot of [lie specified depth at any point. If the mixing depth exceeds the specified depth by more than 10 percent, add lime in proportion to the exceeded depth. The Department does not pay for this added line. Mix lime on the same day it is applied. After the initial mixing. alloy a mellodng period for at least 36 hours before final mixing. Moisture content during the mellowing period determined under California lest 226 must be at least 3 percent higher than the optimum moisture content. You may add water and mix during the mellowing period. Remix until the mixture is mniforin with no streaks or pockets of lime. Except for clods larger than I inch, mixed material must hake a COIOI reaction with sprayed phenolphthalein alcohol indicator solution. Complete all the mixing work within 7 clays of the initial application of lime. 24 -1.03E Compaction Begin conipacung mimediaiek alter final mixing. but not less than 36 hour's nhcr the beginning of initial mixinc. Compact by using sheepsfoot or segmented wheel rollers immediately followed by steel drum or pneumatic -tired rollers. Do not use vibratory rollers. If you request and the Engineer approves, you may compact mixed material in layers greater than 0.50 foot. If the specified thickness is 0.50 foot or less, compact in one layer. If the specified thickness is more than 0.50 foot, compact in 2 or more layers of approximately equal thickness. The maximum compacted thickness of any one layer must not exceed 0.50 foot unless you first demonstrate your equipment and methods provide uniform distribution of lime and achieve the specified compaction. Use other compaction methods in areas inaccessible to rollers. Compact the lime stabilized soil to at least 95 percent relative compaction determined under California Test 216 as modified under "Mixed Material." The relative compaction is determined on a wet weight basis. 24 -1.03F Finish Grading Maintain the moisture content of the lime stabilized soil through the entire finish grading operation at a minimum of 3 percent above optimum moisture content. The finished surface of the lime stabilized soil must not vary more than 0.08 foot above or below the grade established by the Engineer unless the lime stabilized soil is to be covered by material paid for by the cubic yard, in which case the finished surface may not vary above the grade established by the Engineer. If lime stabilized soil is above the allowable tolerance, trim, remove, and dispose of the excess material. Do not leave loose material on the finished surface. If finish rolling cannot be completed within 2 hours of trimming, defer h imming. If lime stabilized soil is below the allowable tolerance, you may use trimmed material to fill low areas only if final grading and final compaction occurs within 48 hours of beginning initial compaction. Before placing trimmed material, scarify the surface of the area to be filled at least 2 inches deep. Finish rolling of trimmed surfaces must be performed with at least I complete coverage with steel drum or pneumatic -tired rollers. 24 -1.03G Curing General Choose the method of curing. Apply the chosen cure method within 48 hours of completing the sheepsfoot or segmented wheel compaction. Apply the chosen cure method within the same day of any trimming and finish grading. Water Cure Water maybe used to cure the finished surface before )ou place a moist material blanket.. or appl; curing seal. Keep the surface above the optimum moisture contem of the lime stabilized soil. Use this method for no more than 3 days, after which you must place a curiae seal or moist material blanket. Curing Seal Curing seal equipment must have a gage indicating the volume of curing seal in the storage tank. If curing seal is used. apply it: I. To the finished surface of lime stabilized soil under Section 94 -1.06. "Applying," of the Standard Specifications 2. At a rate IYom 0.10 to 0.20 gallon per square ;Wd. The Engineer determines the exact I ate 3. When the lime stabilized soil is at optimum moisture 4. When the ambient temperature is above 40 °F and rising Repair damaged curing seal the same day the damage occurs. Moist Material Blanket Moist material blanket consists of moist structural material. Moist material blanket may be a temporary or permanent layer of material of sufficient thickness to prevent drying of the lime stabilized soil. You may use moist material blanket if the lime stabilized soil can bear the weight of construction equipment. Maintain the moist material blanket above the optimum moisture content, as appropriate, until the next structural layer is placed. 24 -1.04 MEASUREMENT AND PAYMENT Lime stabilized soil is measured by the square yard determined From horizontal measurements of the planned surface of the lime stabilized soil. Curing seal is measured under Section 94, "Asphaltic Emulsions." The amount of curing seal used is determined from the gauge specified for the curing equipment. The contract item prices for the work involved with lime stabilized soil are paid: I. Per square yard for lime stabilized soil 2. Per ton for lime 3. Per ton for asphaltic emulsion (curing seal) Payment for the contract items involved with lime stabilized soil includes Full compensation for furnishing all labor, materials. tools, equipment, and incidentals, and for doing all the work involved in constructing the lime stabilized soil, complete in place, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The Department does not adjust payment for lime. Quantities of lime wasted or disposed of in a manner not specified, or remaining on hand after completion of the work, will not be paid for. Ifyou use a partial load of lime. weigh the truck and the remaining lime on a scale under Section 9 -1.01. "Measurement of Quantities." and submit a woighmaster certificate to the Engineer. Pull compensation for preparing soil to be stabilized is included in the contract price paid per square yard for lime stabilized soil, and no separate payment is made therefor. except removing and disposing of rocks and solids larger 1t3 of the layer thickness and lar__er than 4 inches from native soil or embankment other than imported borrow is paid For as extra work as provided in Section 4- 1.03D. "Extra Work." Removing and disposing of rocks and solids larger than 1/3 of the lift thickness and larger than 4 inches from imported borrow is at your expense. Full compensation for mixing, compacting. and maintaining the moistme content of the lime stabilized soil is included in the contract price paid per square yard for lime stabilized soil, and no separate payment is made therefor. Full compensation for applying lime is included in the conuact price paid per ton for lime, and no additional compensation is allowed rherefor. If the dispute resolution ITP determines the Engineer's test results arc correct, the Engineer deducts the ITP's testing costs from payments. If the ITP determines \otn test resuhs are correct. the State pays the ITP testing costs. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAnnn AAAAAA SECTION 25 AGGREGATE SUBBASES (Issued 02- 16 -07) In Section 25 -1.02A replace the 1st paragraph with: 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 Replace Section 25 -1.02B with: 25 -1.028 Class 4 Aggregate Subbase Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: I. Broken stone 2. Crushed gravel 3. Natural tough surfaced gravel 4. Sand 5. Up to 100 percent of any combination or processed: 5.1. Asphalt concrete 5.2. Portland cement concrete 5.3. Lean concrete base 5.4. Cement treated fuse SECTION 26 AGGREGATE BASES (Issued 02- 16 -07) In Section 26 -1.02A replace the 1st paragraph with: Aggregate must be clean and free From organic matter and other deleterious substances. Aggregate must consist orany combination ol: I. 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. Porttand cement concrete 5.3. Lean concrete base 5.4. Cement treated base In Section 26 -1.02B replace the 1st paragraph with: Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. Broken stone 2. Crushed gravel 3. Natural rough surfaced gravel 4. Sand 5. Up to 100 percent of any combination of processed: 5.1. Asphalt concrete 5.2. Portland cement concrete 5.3. Lean concrete base 5.4. Cement treated base SECTION 27 CEMENT TREATED BASES (Issued 07- 31 -07) In Section 27 -1.02 replace the lst paragraph with: Cement shall be Type II port land cement conforming to the provisions in Section 90 -2.01 A. "Cement." In Section 27 -1.02 replace the 3rd paragraph with: Aggregate for use in Class A cement treated base shall be of such quality that when mixed with cement in an amount not to exceed 5 percent by weight of the dry aggregate and compacted at optimism moisture content. the compressive strength of a sample ofthe compacted mixture shall not be less than 750 pounds Pei square inch at 7 days. when tested by Calilornia Test 312. In Section 27 -1.02 replace the 4th paragraph with: Aggregate for use in Class B cement treated base shall have a Resistance (R- value) of not less than 60 before mixing with cement and a Resistance (R- value) of not less than 80 after mixing with cement in an amount not to exceed 2.5 percent by weight of the dry aggregate. In Section 27 -1.07 replace the 9th paragraph with: When surfacing material is hot mix asphalt, the low areas shall be, filled with hot mix asphalt conforming to the requirements for the lowest layer of hot mix asphalt to be placed as surfacing. This filling shall be done as a separate operation prior to placing the lowest layer of surfacing, and full compensation for this filling will be considered as included in the contract price paid for cement heated base and no additional compensation will be allowed therefor. AAAAn. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 28 LEAN CONCRETE BASE (Issued 05- 15 -09) In Section 28 -1.02 replace the 1St paragraph with: Cement shall be Type II Portland cement conforming to the provisions in Section 90 -2.01 A, "Cement." In Section 28 -1.02 replace the 6th paragraph with: Aggregate shall be of such quality that, when mixed with cement in an amount not to exceed 300 pounds Pei- cubic yard, and tested in conformance with the requirements in California Test 548, the compressive strength of a satnp4e will be not less than 700 pounds per square inch at 7 days. Replace Section 28 -1.05 with: Placing of lean concrete base shall conform to the provisions for placing concrete pavement in Section 40 -3.04, "Placing Concrete;' except that the third paragraph in Section 40- 3.04A, "General." shall not apply. Unless otherwise required by the plans or fire special provisions. lean concrete base shall be constructed in not less than 12 -foot widths separated by construction joints. Lean concrete base constructed monolithically in widths greater than 26 feet shall be constructed with a longitudinal contraction .joint ollset not more than 3 feet from the centerline ol'ihe width being constructed. Longitudinal contraction joints in lean concrete base shall be constructed in conformance with the provisions in Section 40- 3.08E, "Sawing Method." When concrete pavement is to be placed over lean concrete base. longitudinal construction joints and longitudinal contraction joints in the lean concrete base shall not be mihin one foot of planned longitudinal conn' act ion joints nor longitudinal C0115lrtrC6011 joints in the concrete pavement. Lean concrete base shall not be mixed nor placed while file atmospheric temperature is below 35 °F. and shill not be placed on frozen ground. In Section 28 -1.06 replace the 1st and 2nd paragraphs with: Lean concrete base shall he spread. compacted and shaped in conformance with the provisions in Section 40 -3.04 D. 'Stationan Side Fort Construction." and Section 40- 3.04E. "Slip -Furor Construction." In advance of curing operations, lean concrete base to be surfaced with hot mix asphalt shall be textured with a drag strip of burlap, a broom or a spring steel tine device which will produce scoring in the finished surface. The scoring shall be parallel with the centerline or transverse thereto. The operation shall be performed at a time and in a manner to produce the coarsest texture practical for the method used. In Section 28 -1.08 replace the 2nd paragraph with: Hardened lean concrete base with a surface lower than 0.05 foot below the grade established by the Engineer shall be removed and replaced with lean concrete base which complies with these specifications, or if permitted by the Engineer, the low areas shall be filled with pavement material as follows: I. When pavement material is hot mix asphalt, the low areas shall be filled with hot mix asphalt conforming to the requirements for the lowest layer of hot mix asphalt to be placed as pavement. This shall be done as a separate operation prior to placing the lowest layer of pavement, and full compensation for this filling will be considered as included in the contract price paid per cubic yard for lean concrete base and no additional compensation will be allowed therefor. 2. When pavement material is portiand cement concrete, the low areas shall be filled with pavement concrete at the time and in the same operation that the pavement is placed. Full compensation for this filling will be considered as included in the contract price paid per cubic yard for lean concrete base and no additional compensation will be allowed therefor. AAAAAAAAAAAAAAAAAA AAAAAAAAAAAAAAAAAAAAAA SECTION 29 TREATED PERMEABLE BASES (Issued 05- 15 -09) In Section 29 -t.02B replace the 2nd paragraph with: Cement shall be Type 11 portland cement conforming to the provisions in Section 90 -2.01 A. "Cement." In Section 29 -1.04A replace the 1st paragraph with: Aggregates and asphalt for asphalt treated permeable base shall be stored. proportioned and mixed in the same manner pro\ ided for storing, proportioning and mixing aggregates and asphalt for hot mix asphalt in Section 39 -1.08, "Production," except as follows: I . I he aggregate need not be separated into sizes. 2. 1 -he temperature of the aggregate before adding the asphalt binder shall be not less than 275° F nor more than 325° F. 3. Asphalt neated permeable base stored in excess of 2 hours shall not be used in the woii<. 4. The aggregate shall be combined with 2.5 percent paving asphalt by weight of the dry aggregate. After testing samples of the Contractor's proposed aggregate supply, the Engineer may order an increase or decrease in the asphalt content. II' an increase or decrease is ordered. and the increase or decrease exeeeds the ,pccihed amount h� more than 0.1 percent by weight of' the dry aggregate. the compatsation pafablc 10 the Contractor for the asphalt treated permeable base will be increased or decreased on the basis of the total increase or decrease in asphalt. 5. The asphalt content of the asphalt mixture will be determined, at the option of the Engineer, by extraction tests in conformance with the requirements in California Test 310 or 362, or will be determined in conformance with the requirements in California Test 379. The bitumen ratio pounds of asphalt per 100 pounds of dry aggregate shall not vary by more than 0.5 pound of asphalt above or 0.5 pound of asphalt below the amount designated by the Engineer. Compliance with this requirement will be determined either by taking samples from trucks at the plant or from the mat behind the paver before rolling, if the sample is taken from the mat behind the paver, the bitumen ratio shall be not less than the amount designated by the Engineer, less 0.7 pound of asphalt per 100 pounds of dry aggregate. In Section 29 -1.04B replace the 2nd paragraph with: Cement treated permeable base shall contain not less than 287 pounds of cement per cubic yard. In Section 29 -1.05 replace the Ist paragraph with: Asphalt treated permeable base shall be spread and compacted as specified for hot mix asphalt under the "Method" construction process in Section 39, "Flot iiMix Asphalt," and these specifications. In Section 29-LOS in the 8th paragraph, replace the 2nd sentence with: The filler fabric shall conform to the provisions in Section 88 -1.02, "Filtration," and shall be placed in conformance with the provisions for placing filter fabric for edge drains in Section 68 -3.03, " Installation." In Section 29 -1.06 replace the 1st and 2nd paragraphs with: Cement treated base shall be placed, spread. compacted, and shaped in conformance with the provisions in Section 40- 3.04D. "Stationary Side Form Construction." and Section 40- 3.04E, "Slip -Form Construction," except that vibrators shall not be used and the third paragraph in Section 40- 3.04A. "General," shall not apply. In Section 29 -1.06 in the 9th paragraph, replace the 2nd sentence with: The filter Iabric shall conform to the provisions in Section 88 -1.02. "Filtration." and shall be placed in conformance with the provisions for placing filter fabric for edge drains in Section 68 -3.03, "Installation." In Section 29 -1.07 replace the 2nd paragraph with: Hardened treated permeable base with a surface lower than 0.05 foot below the grade established by the Engineer shall be removed and replaced with treated permeable base which complies with these specifications. or it permitted by the Engineer, the low areas shall be filled with pavement material as follcros: I. When pavement material is hot mix asphalt- the low areas shall be filled with hot mix asphalt conformim_ to the requirements k)r the lowesr layer of hot mix asphalt to he placed as pavement. This shall be done as a separate operation prior t o p lacing the lowest layer of pavement. 2. When pavement material is portland cement concrete, the low areas shall be filled with pavement concrete at the time and in the same operation in which the pavement is placed. 3. Full compensation for filling low areas will be considered as included in the contract price paid per cubic yard for treated permeable base and no additional compensation will be allowed therefor. AAAAAAAAAAAAAAAAAAAAAAAAAAn AAAAAAAAAAAAA SECTION 37 BITUMINOUS SEALS (Issued 06- 05 -09) In Section 37 -1.03 replace the 4th through 6th paragraphs with: On 2 -lane two-way roadways, W8 -7 "LOOSE GRAVEL" signs and W13 -1 (35) speed advisory signs shall be furnished and placed adjacent to both sides of the traveled way where screenings are being spread on a traffic lane. The first W8 -7 sign in each direction shall be placed where traffic first encounters loose screenings, regardless of which lane the screenings are being spread on. The W 13 -1 (35) signs need not be placed in those areas with posted speed limits of less than 40 MPH. The signs shall be placed at maximum 2,000 -foot intervals along each side of the traveled way and at public roads or streets entering the seal coat area as directed by the Engineer. On multilane roadways (freeways. expressways and multilane conventional highways) where screenings are being spread on a traffic lane, W8 -7 "LOOSE GRAVEL" signs and W 13 -1 (35) speed advisory signs shall be furnished and placed adjacent to the outside edge of the traveled way nearest to the lane being worked on. The first W8 -7 sign shall be placed where the screenings begin with respect to the direction of travel on Ilia( lane. The W 13 -1 (35) signs need not be placed in those areas with posted speed limits of less than 40 MPH. 1 he signs shall be placed at maximum 2,000 -foot intervals along the edge of traveled way and at on- ramps, public roads or streets entering the seal coat area as directed by the Engineer. The W8 -7 and W 13 -1 signs shall be maintained in place at each location until final broomine of the seal coat surface at that location is completed. The W8 -7 and WI 3-1 signs shall conform to the provisions for construction area signs in Section 12. "Construction Area Traffic Control Devices." The signs may be set on temporary porlable supports with the W 13 -) below the W8 -7 or on barricades with the W 13 -1 sign alternating with (he W8 -7 sign. In Section 37 -1.07 replace the 2nd paragraph with: Rollers shall be oscillating type pneumatic -tired rollers. A minimum of 3 pneumatic -(iced rollers conforming to the provisions in Section 39 -3.03 "Spreading and Compacting Lquipment." shall be furnished. In Section 37 -1.09 replace the 2nd paragraph with: The above prices and payments shall include full compensation for furnishing all labor. materials. tools. equipmen' and incidentals. and for doing all the work involved in applying seal coat. complole in place. includim_ furnishing. placing. maintaining. and removing W8 -7 and WI3-1 signs. kchen required, and temporary supports or barricades for the signs, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. In Section 37 -2.05 replace the 6th paragraph with: In addition to conforming to the provisions in Section 5 -1.10; "Equipment," the identifying number of mixer - spreader trucks shal I be at least 2 inches in height, located on the front and rear of the vehicle. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA AAAAA SECTION 39 ASPHALT CONCRETE (Issued 06- 05 -09) Replace Section 39 with: SECTION 39 HOT MIX ASPHALT 39 -1 GENERAL 39 -1.01 DESCRIPTION Section 39 includes specifications for producing and placing hot mix asphalt (HMA) by mixing aggregate and asphalt binder at a mixing plant and spreading and compacting the HMA mixture. The special provisions specify one or more type of HMA. including: I . Type A 2. Type B 3. Open graded friction course (OGPC). OGPC includes hot mix asphalt (open graded). rubberized hot mix asphalt (open graded) (RHMA -0) and rubberized hot mix asphalt (open graded high binder) (RHMA -0418) 4. Rubberized hot mix asphalt (gap graded) (RHMA -G) The special provisions specify the HMA construction process. including: I. Standard 2. Method 3. Quality Control / Quality Assmance (Q(' / QA) 39 -1.02 MATERIALS 39 -1.02A Geosynthetic Pavement Interlayer Geosynthetic pavement inlerlayer must comply with the specifications for pavement fabric or paving mat in Section 88 -1.07, "I avunenl Interlaycr." 39 -1.02B Tack Coat Tack coat must comply wlth the specifications fur asphaltic emulsion in Section 94. "Asphallic Ilnx.dsion," or asphalt bincler in Section 92. "Asphalts." Choose the tcpe and grade. Notify the Engineer if you dilute asphaltic emulsion with water. The weight ratio of added water to asphaltic emulsion must not exceed 1 to 1. Measure added water either by weight or volume in compliance with the specifications for weighing, measuring, and metering devices under Section 9 -1.01, "Measurement of Quantities," or you may use water meters from water districts, cities, or counties. If you measure water by volume, apply a conversion factor to determine the correct weight. With each dilution, submit in writing: 1. The weight ratio of water to bituminous material in the original asphaltic emulsion 1 The weight of asphaltic emulsion before diluting 3. The weight of added water 4. The final dilution weight ratio of water to asphaltic emulsion 39 -1.02C Asphalt Binder Asphalt binder in 1-IMA must comply with Section 92, "Asphalts," or Section 39- 1.02D, "Asphalt Rubber Binder." The special provisions specify the grade. Asphalt binder for geosynthetic pavement interlayer must comply with Section 92, "Asphalts." Choose from Grades PG 64 -10, PG 64 -16, or PG 70 -10. 39 -1.02D Asphalt Rubber Binder General Use asphalt rubber binder in RHMA -G, RHMA -O, and RHMA -O -HB. Asphalt rubber binder must be a combination of: I. Asphalt binder 2. Asphalt modifier 3. Crumb rubber modifier (CRM) The combined asphalt binder and asphalt modifier must be 80.0 t 2.0 percent by weight of the asphalt rubber binder. Asphalt Modifier Asphalt modifier must be a resinous, high flash point, and aromatic hydrocarbon, and comply with: Asphalt Modifier for Asnhall Rubber Binder Quality' Character istie AS "IM _ Speeilication viscosity. m'/s (s 10"') at 100 °(' D 445 X + -,, '' Plash Point. (21 -0.C.. 'C 1) 92 207 minimum Molecular Anahsis A5pheltcncs. purGeni bL mass 1) 2007 0.1 moXin¢un lrnmatics. percent b� mass D 2007 Si minimum Note: 11 'the symbol "X" is the proposed asphalt MOdi 1cr t kCOSit\ . "X" must be bemcen 19 and J6. A chane_c in "X. requires a ne\\ asphalt ruhhcr hinder design. Asphalt modifier must be from 2.0 percent to 6.0 percent by weight of the asphalt binder in the asphalt Ribber binder. Crumb Rubber Modifier CRM consists of a ground or granulated combination of scrap tire CRM and high natural CRM. CRM must be 75.0 t 10 percent scrap tire CRM and 2S.0 :L 2.0 percent high natural CRM by total weight of CRM. Scrap fire CRM must be from any combination of automobile tires, truck tires, or tire buffings. Sample and test scrap lire CRM and high natural CRM separately. CRM must comply with: Crumb Rubber Modifier for Asphalt Rubber Binder Quality Characteristic Test Method Specification Scrap tire CRM gradation (% passing No. 8 sieve) LP -10 100 Nigh natural CRM gradation (% passing No. 10 sieve) LP -10 100 Wire in CRM (% max.) LP -10 0.01 Fabric in CRM (% max.) I,P -10 _ 0.05 CR,VI porticle length (inch max.)' -- 3/16 CR vl s eci fie ravit CT 208 1.1 —1.2 Natural rubber content in high natural CRM ( %)' ASTM D 297 40.0 -48.0 Note: ' Test at mix design and for Certificate of Compliance. Only use CRM ground and granulated at ambient temperature. If steel and fiber are cryogenically separated, it must occur before grinding and granulating. Only use cryogenically produced CRM particles that can be ground or granulated and not pass through the grinder or granulator. CRM must be dry, free - flowing particles that do not stick together. CRM must not cause foaming when combined with the asphalt binder and asphalt modifier. You may add calcium carbonate or talc up to 3 percent by weight of CRM. Asphalt Rubber Binder Design and Profile Submit in writing an asphalt rubber binder design and profile that complies with the asphalt rubber binder specifications. In the design, designate the asphalt, asphalt modifier.. and CRM and their proportions. The profile must include the same component sources for the asphalt rubber binder used. Design the asphalt rubber binder from testing you perform for each quality characteristic and for the reaction temperatures expected during production. The 24 -hour (1,440- minute) interaction period determines the design profile. At a minimum, mix asphalt rubber binder components, take samples, and perform and record the following tests: Asphalt Rubber Binder Reaction Design Profile Test Minutes of Rencliun° Limits 45 60 90 130 240 360_ 1440 Cone penetration it 77 'I'. 0.10 -mm (AST M U 217) X X X 25 - 70 Resilience'ri 77 'P. a'ccnt rebound (ASTM D 5329) X X X 18 min. Field softening point. °P (AS) M D .i6) X X X 125 - 165 ViscosIl).crnlippiscs (LP -II) A X X X X X X 1,500 - 4.000 Notes: ' SIN holes ( 360 minutes) ahcr CRM addition. ra'uce the wen Icmperaturc to 275 1: Ihr a period of 16 )Otis. A I'tef the 16 -hour (1320 miomes) cunl-do�m alter C'RM ndditiun. rehru the hinder to the rcactiun ICIMPUaure expcaed doling pio duction for sampling and testing at 24 )Ours ( 1440 minmcsl. "X' denotes required tcstin2 Asphalt Rubber Binder \Rer interacting for it minimum ol'43 minutes. asphalt ruhher hinder must comply with: ASDhnit Rubber Binder Quality Characteristic Test for Quality Control or Acceptance Test Method Specification Minimum Maximum Cone penetration n 77 °F, 0.10 -mm Acceptance ASTM D 217 25 70 Resilience a 77 °F, percent rebound Acceptance ASTM D 5329 18 -- Field softening point. °F Acceptance ASTM D 36 125 165 Viscosity ,a) 375 °F. centi oises Quality Control LP -I1 1,500 47000 39 -1.02E Aggregate Aggregate must be clean and free from deleterious substances. Aggregate: 1. Retained on the No. 4 sieve is coarse 2. Passing the No. 4 sieve is fine 3. Added and passing the No. 30 sieve is supplemental fine, including: 3.1. Hydrated lime 3.2. Portland cement 3.3. Fines from dust collectors The special provisions specify the aggregate gradation for each FIMA type. The specified aggregate gradation is before the addition of asphalt binder and includes supplemental Fines. The Engineer tests for aggregate grading under California Tear 202, modified by California Test 105 if there is a difference in specific gravity of 0.2 or more between the coarse and fine pails of different aggregate blends. Choose a sieve size target value (TV) within each target value limit presented in the aggregate gradation tables. Aggregate Gradation (Percentage Passing) HMA Types A and B 1/4 —inch HMA Types A and B Sieve Sizes Target Value Limits Allowable Tolerance 1" 100 90 - 100 — TV tS 3/4" 1/2" 70-90 TV t6 No. 4 45 - 55 TV t7 No. 8 32 - 40 TV t5 No. 30 12 - 21 TV t4 No. 200 2 - 7 TV z2 1/2 —inch HMA Types A and B Sic -c Sizes Tar et Value Limits Allowable Tolerance 1/2" 100 — I 95 -99 TV t6 3/8" 75 -95 TV t6 _ No. 4 55 -66 TV t7 No. 8 38 - 49 TV t5 No. 36 15 - 27 TV 34 No. 200 2 - 8 TV t2 3/8 —inch HMA'I \apes A and B Sieve Sizes 'I nr¢ct Value Limit, Allowable Tolerance 1/2" 100 — 3/8" 95 - 100 f V t6 No. 4 _ 58 - 72 TV t7 No. 8 34 - 48 TV t6 _ No. 30 18 - 32 TV t5 No. 200 2 - 9 TV ±2 No. 4 1IMA'fppcs A and 13 Sie%c Sizes Tureet Value Limits Allowable Tolerance 100 — No. 4 95 - 100 TV t7 No. 8 72 - 77 'f V t7 No. 30 _ 37 -43 ;fVt7 No. 200 2 - 13 TV f4 Rubberized Hot Mix Aspbalt - Gap Graded (RHMA -G) 3/4 –inch RHMA -G Sieve Sizes Tar et Value Limits Allowable Tolerance 1" 100 — 3/4" 95- 100 TV t5 112" 83 -87 TV t6 318" 65 -70 TV t6 No, 4 28-42 TV t7 No. 8 14 -22 TV t5 No. 200 0 - 6 TV t2 1/2 –inch RHMA -G Sieve Sizes Tar et Value Limits Allowable Tolerance 3,'4" 100 — 1/2" 90- 100 TV t6 3/8" 83 -87 TV t6 No. 4 28 -42 'TV t7 No. 8 14 -22 'I'V 15 No, 200 0 - 6 TV 12 Open Graded Friction Course (OGFC) I –inch OGFC Sieve Sizes Target Value Limits AIlo\>able "Tolerance 1 112" 100 — – 11. 99 - 100 "1 V -.i- -5 3/4" 85 -96 TV t5 1/2 " 55 - 71 T V t6 No. 4 10-25 'I V 17 No, 8 6- 16 '1'V i5 '1 "V i2 No. ?00 1 -6 1Y2 –inch OGFC sic\c Sizcs Target Value Limits Allowable lblerancc 1,2" 106 — – I/2" 95 - 100 "1 "V t6 3/8" 79- 89 1 V t6 No. 4 28 - 37 "IV t7 Nu. 8 7 - 18 "1'V =5 No. 36 0- 10 "1'V t4 No. 100 () -3 1 V t2 3'8 –inch O({FC Sic \e Si cS " I'muct alue Limits Allu \ \'nHc Iolelancc 1,2" 66 — IX, 90- 166 1 V 16 No. 4 29 - 36 1 V i7 Nu. 8 7 - 18 I V .4h _ Nu. 30 Il - 10 No 266 6 - 1 I X 'f2 Before the addition ol'asphalt binder and lime uealment. aggrecalc mint comply with: Aeereeate Quality Quality Characteristic Test Method HMA Type ,A B RHMA -G OGFC Percent of crushed particles CT 205 Coarse aggregate (% min.) One fractured face 90 25 — 90 Two fractured faces 75 -- 90 75 Fine aggregate (% min) (Passing No. 4 side and retained on No. 8 sieve.) One fractured face 70 20 70 90 Los Angeles Rattler (% max.) _ CT 211 Loss at 100 Rev. 12 -- 12 12 Loss at 500 Rev. 4S SO 40 40 Sand equivalent (min.)' CT 217 47 1 42 1 47 -- Fine aggregate angularity ( °A min.) AASFITO T 304 Method 45 45 45 -- A Flat and elongated panicles (% max. ASTM D _bhweight n 5:1) 4791 10 10 10 10 Notes: "Reported value most be the average of 3 tests from a single sample. The Engineer waives this specification if HMA contains less than 10 percent of nunmanufactured sand by \eight of total aggregate. Manufactured sand is line aggregate produced b� crushing rock or gravel. 39 -1.02F Reclaimed Asphalt Pavement You may produce HMA using reclaimed asphalt pavement (RAP). HMA produced using RAP must comply with the specifications for HMA except aggregate quality specifications do not apply to RAP. You may substitute RAP aggregate rot a part of the virgin aggregate in HMA in a quantity not exceeding 15.0 percent ofthe aggregate blend. Do not use RAP in OGFC and RHMA -G. Assign the substitution rate of RAP aggregate for virgin aggregate with the job mix formula (JMF) subtninal. The JMF must include the percent of RAP used. ll'you change your assigned RAP aggregate substitution rate by more than 5 percent (within the 15.0 percent limit), submit a new JMF. Process RAP fiom asphalt concrete. You may process and stockpile RAP throughout the project's life. Prevent material contamination and segregation. Store RAP in stockpiles on smooth surfaces free of debris and organic material. Processed RAP stockpiles must consist only ol'homogeneous RAP. 39 -1.03 HOT MIX ASPHALT MIX DESIGN REQUIREMENTS 39 -1.03A General A inia design consists of performing California Test 367 and laboralory procedures on combinations of aggregate pradatlons and asphalt binder contents to determine the optimum binder content (OBC) and HMA mixuue qualities. If RAP is used, use Laboratory Procedure 1-P -9. The resuh of the mix design becomes the proposed JMF. Use Form CENI -3512 to document aggregate quality and mis design data. I lse Form CEM -351 I to present I he 1 MI F. Laboratories testing aggregate qualities and preparing the mix rlesien and JMF must be qualified under the Department's Independenr Assurance Program, fake sample; under California Test 125. The Engineer reviews the aggregate qualities. mix design, and .IMF and verities and accepts the JMF. You may change the JMF during production. Do 1101 use the changed JMF until the Gtgmeer accepts it. Except when adlusting the JMF in compliance %with Section 39- L031(. "Iob Mix Formula Verilicmion." perlorm a ncrx mix design and submil in writing n nerc JMI: submittal for changing an) of the following: I. Target asphalt binder percentage 2. Asphalt binder supplier 3. Asphalt rubber binder supplier 4. Component materials used in asphalt rubber binder or percentage of any component materials 5. Combined aggregate gradation 6. Aggregate sources 7. Substitution rate for RAP aggregate of more than 5 percent 8. Any material in the JMF For OGFC, submit in writing a complete JMF submittal except asphalt binder content. The Engineer determines the asphalt binder content under California Test 368 within 20 days of your complete JMF submittal and provides you a Fonn CEM -3513. 39 -1.0313 Hot Mix Asphalt Mix Design Perform a inix design that produces HMA in compliance with: Hot Mix Asnhalt Mix Desivn Requirements Quality Characteristic "fest Method I IhtA Type A 13 RIIMA -G Air voids content ( %) CT 367' 4.0 4.0 Special Provisions Voids in mineral aggregate (% min.) LP -2 No. 4 eroding 17.0 17.0 -- 3/8" grading 15.0 15.0 -- 1/2" grading 14.0 14.0 18.0 - 23.0" 3W" grading 13.0 13.0 18.0 -23.0° Voids filled \\ -ith asphalt ( %) LP -3 No. 4giadinq 76.0 -80.0 76.0 -80.0 Noted 3/8" grading 73.0 - 76.0 73.0- 76.11 1/2" grading 65.0 - 7s.0 65.0 - 75,0 3 /4 "m'adima 65 f1 " -75.0 65.0-75.0 oust piopnivon 1 .P -4 No. 4 and 3/8" gradings 0.9-2.0 0.9- 2.0 Note d 112" and 3/4" gradings 0.6 - 1.3 6.6- 1.3 ` SmbNo. C'1� 366 I and ',/ " gludi) No. 4 ❑lid ±/8" gradlnes 111 10 1/2" mid 3.4" gredines 17 35 23 Nn1cs: Calculate the nir voids content of each specimen using Calllbrnia Test 309 and Leh Procedure I.P -I. Modil.X Coli lnrnin lest 367. Para_nph C'S, to use the c\im air I ids content specified in the selection of ( BC. "Voids in mineral ougrng:nc I'm RI IMA -G must be s\ithin this range. `Modil \ Cali turn ia rest 104. Part 2,11.2 .e: ".Mier eompaetinn in 111c compactor. cool to 140 '1 5 T b� allim ins, the briyocuts to Cool ill Enron tcmperaturc fix 0.5 -hour. then place the briquettes in the ox en at 140 "h Ibr a minimum of 2 hours and not more thou , hours." a Itepnri (his \ aloe in the .)Ml: submittal. For stability and air voids content, prepare 3 hriquelles al the OSC and ICSI for compliance. Repoli the average of 3 tests. Prepare near briquettes and test if the range of stability for the 3 briqueues is more than 8 points. fhe ivci-a! air void content Iniv vary 1i'om (be specified air void content h\ ,U.S percent. You may use the briquettes used for stability testing to determine bulk specific gravity under CT 308. If you use the same briquettes and tests using bulk specific gravity fail, you may prepare 3 new briquettes and determine a new bulk specific gravity. 39 -1.03C Job Mix Formula Submittal Each JMF submittal must consist of: 1. Proposed JMF on Form CEM -351 1 2. Mix design documentation on Form CEM -3512 dated within 12 months of submittal 3. JMF verification on Form CEM -3513, if applicable 4. JMF renewal on Form CEM -3514, if applicable S. Materials Safety Data Sheets (MSDS) for: 5.1. Asphalt binder 5.1 Base asphalt binder used in asphalt rubber binder 5.3. CRM and asphalt modifier used in asphalt rubber binder 5.4. Blended asphalt rubber binder mixture 5.5. Supplemental fine aggregate except fines from dust collectors 5.6. Antistrip additives If the Engineer requests in writing, sample the following materials in the presence of the Engineer and place in labeled containers weighing no more than 50 pounds each: I. Coarse, fine, and supplemental fine aggregate from stockpiles, cold feed belts, or hot bins. Samples must include at least 120 pounds for each coarse aggregate, 80 pounds for each Fine aggregate, and 10 pounds for each type of supplemental fines. The Department combines these aggregate samples to comply with the JMF target values submitted on Form CEM -351 I. 2. RAP from stockpiles or RAP system. Samples must be at least 60 pounds. 3. Asphalt binder from the binder supplier. Samples must be in two I -quart cylindrical shaped cans with open top and friction lids. 4. Asphalt rubber binder with the components blended in the proportions to be used. Samples must be in four I -quart cylindrical shaped cans with open top and friction lids. Notify the Lngineer in writing al leas) 2 business days before sampling materials. For aggregate and RAP, split the samples into at leas) 4 parts. Submit 3 parts to the Engineer and use 1 pan For your testing. 39 -1.03D Job Mix Formula Review The Engineer reviews each mix design and proposed JMF within 5 business days from the complete JMF submittal. The review consists of reviewing the mi.x design procedures and comparing the proposed JMF with the specifications. The Engineer may verify aggregate qualities during this review period. 39 -1.03E Job Mix Formula Verification If you cannot submit a Department - verified JMF on Form CEM -3513 dated within 12 months before HMA production. the Engineer verifies the .IMF. Based on yotn testing and production e.apericnce, you may submit on Form CEM -351 1 an adjusled JMr before the Engineer's verification testing. JMF ndlusnnents mac include a change in the: I. Asphalt binder content target value up to t0.6 percent from the optimum binder content value submitted on Form CEM -3512 except do not adjust the target value for asphalt rubber binder for RHMA -G below 7.0 percent 2. Aggregate gradation target values within the target value limits specified in the aggregate gradation tables For HMA Type A, Type B, and RHMA -G, the Engineer verifies the JMF from samples taken from HMA produced by the plant to be used. Notify the Engineer in writing at least 2 business days before sampling materials. In the Engineer's presence and from the same production run, take samples of: I. Aggregate 2. Asphalt binder 3. RA P 4. HMA Sample aggregate from cold feed belts or hot bins. Sample RAP from the RAP system. Sample HMA under California Tcst 125 except if you request in writing and the Engineer approves, you may sample from any of the following locations: The plant 2. A truck 3. A windrow 4. The paver hopper 5. The mat behind the paver You may sample from a different project including a non - Department project if you make arrangements for the Engineer to be present during sampling. For aggregate, RAP, and HMA, split the samples into at least 4 parts and label their containers. Submit 3 split pails to the Engineer and use 1 part for your testing. The Engineer verifies each proposed ,IMF within 20 days of receiving verification samples. If you request in writing the Engineer verifies RHMA -G quality requirements within 3 business days of sampling. Verification is testing for compliance with the specifications for: I. Aggregate quality 2. :Aggregate gradation (JMF TV t tolerance) 3. Asphalt binder content (JMF TV t tolerance) 4. HMA quality specified in the table Hot Mix Asphalt Mix Design Requircments except: 4.1. Air voids content (design value f 2.0 percent) 4.2. Voids tilled with asphalt (report only if an adjustment for asphalt binder content target value is less than or equal to t 0.3 percent l'rorn OBQ 4.3. bust proportion (report only if an adjustment Idr asphalt binder content target value is less than or equal to t 0.3 percent from O[3C) The Engineer prepares 3 briquettes from a single split sample. To verify the JMF for stability and air voids content, the Engineer tests the 3 briquettes and reports the average of 3 tests. The Engineer prepares new briquettes if the range ofstability for the 3 briquettes is more than 8 points. The Engineer may use the briquettes used for stability testing to determine bulk specific gravity under CT 308. If the Engineer uses the same briquettes and the tests using bulk specific gravity fail, the Engineer prepares 3 new briquettes and determines a new bulk specific gravity. If the Engineer verifies the JMF, the Engineer provides you a Form CEM -3513. If the Engineer's tests on plant - produced samples do not verify the JMF, the Engineer notifies you in writing and you must submit a new .IMF submittal or submit an adjusted JMF based on your testing. JMF adjustments may include a change in the: I . Asphalt binder content target value up to 10.6 percent from the optimum binder content value submitted on Form CEM -3512 except do not adjust the target value for asphalt rubber binder for RHMA -G below 7.0 percent 2. Aggregate gradation target values within the target value limits specified in the aggregate gradation tables You may adjust the JNIF only once due to a failed verification test. An adjusted JMF requires a new Form CENT -351 I and verification of plant- produced sample. The Engineer reverifies the JMF if HMA production has stopped for longer than 30 days and the verified JMF is older than 12 months. For each HMA type and aggregate size specified, the Engineer verifies at the State's expense up to 2 proposed JMF including a JMF adjusted after verification failure. The Engineer deducts $3,000 from payments for each verification exceeding this limit. This deduction does not apply ro verifications initiated by the Engineer or if a JMF expires while HMA production is stopped longer than 30 days. 39 -1.03F Job Mix Formula Renewal You may request a JMF renev:alby submitting the following: I. Proposed JMF on Form CEM -351 1 2. A previously verified JMF documented on Form CEM -3513 dated within 12 months 3. Mix design documentation on Form CEM -3512 used for the previously % erified JMF If the Engineer requests in writing, sample the following materials in the presence of the Engineer and place in labeled containers weighing no more than 50 pounds each: I. Coarse. fine. and supplemental fine aggregate from stockpiles. cold feed belts. or hot bins. Samples must include at least 120 pounds for each coarse aggregate, 80 pounds for each fine aggregate. and 10 pounds for each type of sup plementaI fines. The Department combines these aggregate samples to comply with the JMF target values submitted on Form CEM -351 I. 2. RAP from stockpiles or RAP system. Samples must be at least 60 pounds. 3. Asphalt binder time the binder supplier. Samples must be in two I -quart cylindrical shaped cans with open top and h- fiction lids. 4. Asphalt rubber binder with the components blended in the proportions to he used. Samples must be in Four I -quart C%hric rical shaped cans with open top and friction lids. Notify the I;n,ineer in «%i ling a[ Icasi 2 husiness days before sampling materials. For aggregate and RAP. split samples into at least 4parts. Submit 3 parts to the Lnginecr and use I part for )0111 testinc. The Engineer reviews each complete IMF renewal submittal within 5 business days. The Engineer may verify aggregate qualities during this review period. Notify the Engineer in writing at least 2 business days before sampling materials. For aggregate, RAP, and HMA, split the samples into at least 4 parts. Submit 3 parts to the Engineer and use I part for your testing. 'rho Engineer verifies the JMF renewal submittal under Section 39- 1.03E, 'Job Mix Formula Verification," except: I. The Engineer retains samples until you Provide test results for your part on Form CEM- 3514. 2. The Engineer tests samples of materials obtained from the HMA production unit after you submit test results that comply with the specifications for the quality characteristics under Section 39- 1.03E, "Job Mix Formula Verification." 3. The Engineer verifies each proposed JMF within 30 days of receiving verification samples. 4. You may not adjust the JMF due to a failed verification. 5. For each HMA type and aggregate gradation specified, the Engineer verifies at the State's expense I proposed JMF. If the Engineer verifies the JMF renewal, the Engineer provides you a Form CEM -3513. 39 -1.03G Job Mix Formula Acceptance You may start HMA production if: 1. The Engineer's review of the JMF shows compliance with the specifications. 2. The Department has verified the JMF within 12 months before HMA production. 3. The Engineer accepts the verified JMF. 39 -1.04 CONTRACTOR QUALITY CONTROL 39 -1.04A General Establish, maintain, and change a quality control system io ensure materials and work comply with the specifications. Submit quality control test results to the Engineer within 3 days of a request except when QC / QA is specified. You inust identify the HMA sampling location in your Quality Control Plan. During production, take samples under California Test 125 except if you request in writing and the Engineer approves, you may sample HMA from: I . The plant 2. The truck 3. A windrow 4. The paver hopper 5. The mat behind the paver 39 -1.046 Prepaving Conference Meet with the Engineer at a prepaving conference at a nxrtualh agreed time and place. Discuss methods of performing the production and paving �kork. 39 -1.04C Asphalt Rubber Binder Take asphalt rubber binder samples from the feed line connecting the asphalt robber binder tank to the HMA plant. Sample and test asphalt rubber binder under Laboratory Procedure LP -11. Test asphalt rubber binder for compliance with the viscosity specifications in Section 39 -1.02, "Materials." During asphalt rubber binder production and HMA production using asphalt rubber binder, measure viscosity every hour will) not less than I reading for each asphalt rubber binder batch. Log measurements with corresponding lime and asphalt rubber binder temperature. Submit the log daily in writing. Submit a Certificate of Compliance under Section 6 -1.07, "Certificates of Compliance." With the Certificate of Compliance, submit test results in writing for CRM and asphalt modifier with each truckload delivered to the HMA plant. A Certificate of Compliance for asphalt modifier must not represent more than 5,000 pounds. Use an AASHTO - certified laboratory for testing. Sample and test gradation and wire and fabric content of CRM once per 10,000 pounds of scrap tire CRM and once per 3,400 pounds of high natural CRM. Sample and test scrap tire CRM and high natural CRM separately. Submit certified weight slips in writing for the CRM and asphalt modifier furnished. 39 -1.04D Aggregate Determine the aggregate moisture content and RAP moisture content in continuous mixing plants at least twice a day during production and adjust the plant controller. Determine the RAP moisture content in batch mixing plants at least twice a day during production and adjust the plant controller. 39 -1.04E Reclaimed Asphalt Pavement Perform RAP quality control testing each day. Sample RAP once daily and determine the RAP aggregate gradation under Laboratory Procedure LP -9 and submit the results to the Engineer in writing with the combined aggregate gradation. 39 -1.04E Density Cores To determine density for Standard and QC / QA projects, take 4 -inch or 6 -inch diameter density cores at least once every 5 business days. Take I density core for every 250 tons of HMA from random locations the Engineer designates. Take density cores in the Engineer's presence and backtill and compact holes With material authorized by the Engineer. Before submitting a density core to the Engineer. mark it with the density core's location and place it in a proteclive container. If a density core is damaged, replace it with a density core taken within I foot longiludinally from the original density core. Relocate any density core located c.ithin I root of n rumble strip to I foot transversely away from the rumble strip. 39 -1.04G Briquettes Prepare 3 hi queues for each stability and air voids content determination. Report the average of 3 tests. Prepare nekn briquettes and test if the range of stability for the 3 briquettes is more than 12 points. You may use the briquettes used for stability testing to determine bulk sPC6111c gravity under CT 308. If you use these briquettes and tests using bulk specific gravity fail. you may prepare 3 new briquettes and determine a new bulk specific gravity. 39 -1.05 ENGINEER'S ACCEPTANCE The Lngineer's acceptance of HMA is specified in the seelions fm each HMA construction process. The Engineer samples materials for testine under California Test 125 and the applicable test method except samples may be taken Iiom: 1. The plant from: I. I. A truck 1.2. An automatic sampling device 2. The mat behind the paver Sampling must be independent of Contractor quality control, statistically- based, and random. If you request, the Engineer splits samples and provides you with a part. The Engineer accepts HMA based on: 1. Accepted JMF 2. Accepted QCP for Standard and QC / QA 3. Compliance with the HMA Acceptance tables 4. Acceptance of a lot for QC / QA 5. Visual inspection The Engineer prepares 3 briquettes for each stability and air voids content determination. The Engineer reports the average of 3 tests. The Engineer prepares new briquettes and test if the range of stability for the 3 briquettes is more than 8 points. The Engineer may use the briquettes used for stability testing to determine bulk specific gravity under CT 308. If the Engineer uses the same briquettes and the tests using bulk specific gravity fail, the Engineer prepares 3 new briquettes and determines a new bulk specific gravity. 39 -1.06 DISPUTE RESOLUTION You and the Engineer must work together to avoid potential conflicts and to resolve disputes regarding test result discrepancies. Notify the Engineer in writing within 5 days of receiving a test result if you dispute the test result. If you or the Engineer dispute each other's test results, submit wrinen quality conn'ol test results and copies of paperwork including worksheets used to determine the disputed test results to the Engineer. An Independent Third Party (ITP) performs referee testing. Before the ITP participates in a dispute resolulion, the ITP must be accredited under the Department's Independent Assurance Program. The ITP must be independent of the project. By mutual agreement. the ITP is chosen from: I. A Department laboratory 2. A Department laboratory in a district or region not in the district or region the project is located 3. The Transportation Laboratory 4. A laboratory not currently employed by YOU or your HMA producer If split quality control or acceptance samples are not available. the ITP uses any atailable material representing the disputed I IMA for evaluation. 39 -1.07 PRODUCTION START -UP EVALUATION the Engineer evaluates HMA production and placement it production Stan -up. Wiihln the Fust 750 tons produced on the tirsi day of I IMA production. in the Lncineer's presence and from the same production run, take snntples of: 1. Aggregate 2. Asphalt binder 3. RAP 4. HMA Sample aggregate from cold feed belts or hot bins. Take RAP samples from the RAP system. Sample HMA under California Test 125 except if you request in writing and the Engineer approves, you may sample HMA from: I. The plant 2. The truck 3. A windrow 4. The paver hopper 5. The mat behind the paver For aggregate, RAP, and HMA, split the samples into at least 4 parts and label their containers. Submit 3 split parts to the Engineer and keep I part. For Standard and QC / QA projects, you and the Engineer must test the split samples and report test results in writing within 3 business days of sampling. If you proceed before receipt of the test results, the Engineer may consider the HMA placed to be represented by these test results. For Standard and QC / QA projects, take 4 -inch or 6 -inch diameter density cores within the first 750 tons on the first day of HMA production. For each density core, the Engineer reports the bulk specific gravity determined under California Test 308, Method A in addition to the percent of maximum theoretical density. You may test for in -place density at the density core locations and include them in your production tests for percent of maximum theoretical density. 39 -1.08 PRODUCTION 39 -1.08A General Produce HMA in a batch mixing plant or a continuous mixing plant. Proportion aggregate by hot or cold feed control. HMA plants must be Department - qualified. Before production, the HMA plant must have a current qualification under the Department's Materials Plant Quality Program. During production, you may adjust: I. Hot or cold feed proportion controls for virgin aggregate and RAP 2. The set point for asphalt binder content 39 -1.08B Mixing Mix HMA ineredienls into a homogeneous misturc of coated aggregates. Asphalt binder must be between 275 °F and 375 °F when mired with aggregate. Asphalt rubber hinder must be between 375 °F and 435 F when mixed with aggregate. When mixed with asphalt binder, aggregate must not be more than 325 F except aggregate for OGFC with unmodified asphalt binder must be not more Than 275 'F. Aggregate temperature specifications do not apple when %'ou use RAP. HNIA v. i:'t or without RAP must not be more than 325 F. 39 -1.08C Asphalt Rubber Binder Delieerscrap tire CRM and high natural CRM in separate bal­�. Either proportion and mix asphalt binder, asphalt modifier, and CRM simultaneously or premix the asphalt binder and asphalt modifier before adding CRM. If you premix asphalt binder and asphalt modifier, mix them for at least 20 minutes. When you add CRM, the asphalt binder and asphalt modifier must be between 375 °F and 440 °F. Do not use asphalt rubber binder during the first 45 minutes of the reaction period. During this period, the asphalt rubber binder mixture must be between 350 °F and the lower of 425 °F or 25 °F below the asphalt binder's flash point indicated in the MSDS. If any asphalt rubber binder is not used within 4 hours after the reaction period, discontinue heating. If the asphalt rubber binder drops below 375 °F, reheat before use. If you add more scrap tire CRM to the reheated asphalt rubber binder, the binder must undergo a 45- minute reaction period. The added scrap tire CRM must not exceed 10 percent of the total asphalt rubber binder weight. Reheated and reacted asphalt rubber binder must comply with the viscosity specifications for asphalt rubber binder in Section 39 -1.02, "Materials." Do not reheat asphalt rubber binder more than twice. 39 -1.09 SUBGRADE, TACK COAT, AND GEOSYNTHETIC PAVEMENT INTERLAYER 39 -1.09A General Prepare Subgrade or apply tack coat to surfaces receiving HMA. If specified, place geosynthetic pavement interlayer over a coat of asphalt binder. 39 -1.096 Subgrade Subgrade to receive HMA must comply with the compaction and elevation tolerance specifications in the sections for the material involved. Subgrade must be free of loose and extraneous material. If HMA is paved on existing base or pavement, remove loose paving particles, dirt, and other extraneous material by any means including noshing and sweeping. 39 -1.09C Tack Coat Apply tack coat: To existing pavement including planed surfaces Between HMA layers To vertical surfaces of: 3.1. Curbs 3.2. Gutters 3.3. Construct ion joints Before placing I IMA, apply lack coat in I application at the minimum residual rate specified for the condition of the underlying surface: Tark Gar A nnlie at inn Ratec fnr HMA Tvnr A_ Tvne R_ and P14M A -G Tack Coat AUDliention Rates for OCFC Minimum Residual Rates (gallons per square yard) CSSI /CSSIh. CRS1 /CRS2, Asphalt Binder and SS1 /SSlhand RSI /RS2and PMRS2 /PMCRS2 HMA over: QSIh/CQSIh QSI /CQS1 and Asphaltic Asphaltic PMRS2h/PMCRS2h Emulsion Emulsion Asphaltic Emulsion New HMA (between layers) 0.02 0.03 0.02 Existing AC and PCC pavement 0.03 0.04 O 3 Planed pavement 0.05 0.06 1 0.04 Tack Coat AUDliention Rates for OCFC If you dilute asphaltic emulsion, mix until homogeneous before application. Apply to vertical surfaces with a residual tack coat rate that will thoroughly coat the vertical face without running off. If you request in writing and the Engineer authorizes, you may: 1. Change tack coat rates 2. Omit tack coat between layers of new HMA during the same work shift if: 2.1. No dust, dirt, or extraneous material is present 2.2. The sw face is at leas( 140 °F Immediately in advance of placing HMA, apply additional tack coat to damaged areas or where loose or extraneous material is removed. Close areas receiving tack coal (o traffic. Do not track tack coat onto pavement surfaces beyond Ihejob site. Asphalt binder tack coal must be between 285 'F and 350 ' F when applied. 39 -1.091) Geosynthetic Pavement Interlayer Place geosynthetic pavement interlayer in compliance with the manufacturer's recommendations. Before placing the geosynthetic pavement interlayer and asphalt binder: I. Repair cracks 1/4 inch and \cider, spalls, and holes in the pavcment. The State pays for this repair \wrk under Section 4- 1.03D. 'F..'03 Work." 2. Clean the pavement of loose and extraneous material. Immediately before placing the imerlaver. apply 0.25 gallon 2 0.03 gallon of nsphah binder pct square yard of Interlayer or unil the fabric is satuimed. Apple asphalt hinder the width of the geosynthetic pavcment imerlayer plus 3 inches on each side. At interlaver overlaps. apply asphalt hinder on the lower nierlayer the same overlap distance as the upper interin %ar. Minimum Residual Rates (gallons per square yard) CSSI /CSS)h, CRSI /CRS2, Asphalt Binder and SSI /SSlhand RSI /RS2and PMRS2 /PMCRS2 OGPC over QSth/CQSIh QSI /CQSI and Asphaltic Asphaltic PMRS2h /PMCRS2h Emulsion Emulsion Asphaltic Emulsion New HMA 0.03 0.04 0.03 Existing AC and PCC pavement 0.05 0.06 0.04 Planed pavement 0.06 0.07 0.05 If you dilute asphaltic emulsion, mix until homogeneous before application. Apply to vertical surfaces with a residual tack coat rate that will thoroughly coat the vertical face without running off. If you request in writing and the Engineer authorizes, you may: 1. Change tack coat rates 2. Omit tack coat between layers of new HMA during the same work shift if: 2.1. No dust, dirt, or extraneous material is present 2.2. The sw face is at leas( 140 °F Immediately in advance of placing HMA, apply additional tack coat to damaged areas or where loose or extraneous material is removed. Close areas receiving tack coal (o traffic. Do not track tack coat onto pavement surfaces beyond Ihejob site. Asphalt binder tack coal must be between 285 'F and 350 ' F when applied. 39 -1.091) Geosynthetic Pavement Interlayer Place geosynthetic pavement interlayer in compliance with the manufacturer's recommendations. Before placing the geosynthetic pavement interlayer and asphalt binder: I. Repair cracks 1/4 inch and \cider, spalls, and holes in the pavcment. The State pays for this repair \wrk under Section 4- 1.03D. 'F..'03 Work." 2. Clean the pavement of loose and extraneous material. Immediately before placing the imerlaver. apply 0.25 gallon 2 0.03 gallon of nsphah binder pct square yard of Interlayer or unil the fabric is satuimed. Apple asphalt hinder the width of the geosynthetic pavcment imerlayer plus 3 inches on each side. At interlaver overlaps. apply asphalt hinder on the lower nierlayer the same overlap distance as the upper interin %ar. Align and place the interlayer with no overlapping wrinkles, except a wrinkle that overlaps may remain if it is less than 1/2 inch thick. If the overlapping wrinkle is more than 1/2 inch thick, cut the wrinkle out and overlap the interlayer no more than 2 inches. The minimum HMA thickness over the interlayer must be 0.12 foot thick including conform tapers. Do not place the interlayer on a wet or frozen surface. Overlap the interlayer borders between 2 inches and 4 inches. In the direction of paving, overlap the following roll with the preceding roll at any break. You may use rolling equipment to cotTect distortions or wrinkles in the interlayer. If asphalt binder tracked onto the interlayer or brought to the surface by construction equipment causes interlayer displacement, cover it with a small quantity of HMA. Before placing HMA on the interlayer, do not expose the interlayer to: 1. Traffic except for crossings under traffic control and only after you place a small HMA quantity 2. Sharp turns from construction equipment 3. Damaging elements Pave HMA on the interlayer during the same work shift. 39 -1.10 SPREADING AND COMPACTING EQUIPMENT Paving equipment for spreading must be: 1. Self - propelled 2. Mechanical 3. Equipped with a screed or sn ike -off assembly that can distribute HMA the full width of a traffic lane 4. Equipped with a frill -width compacting device S. Equipped with automatic screed controls and sensing devices that control the thickness, longitudinal grade, and transverse screed slope Install and maintain grade and slope references. The screed muss produce a uniforin HMA stuface texture without tearing, shoving, or gouging. The paver must not leave marks such as ridges and indentations tmless you can eliminate them by rolling. Rollers must be equipped with a system that prevents HMA Ilom sticking to the wheels. You may use a parting agent thm does not damage the FIMA or impede the bonding of layers. In areas inaccessible to spreading and compacting equipment'. Spread the HMA by any means to obtain the specified lines. grades and cross sections. Use a pneumatic tamper. plate compactor, or equivalent to achieve thorough compaction. 39 -1.11 TRANSPORTING, SPREADING, AND COMPACTING Do not pave HMA nn a Wct pavement m frozen surface. You may deposit HMA in a t�'indrwc mtd load ii in the paver if: I. Paver is equipped t%ith a hopper that automatically feeds the screed 2. Loading equipment can picl: up the windrowed material and deposit It in the paver hopper k\ ithout damaging hase material 3 . Activities f'(,,- deposit. pick -up. loading. and paving are continuous 4. HMA temperature in the windrow does not fall below 260 °F You may pave HMA in I or more layers on areas less than 5 feet wide and outside the traveled way including shoulders. You may use mechanical equipment other than a paver for these areas. The equipment must produce a uniform smoothness and texture. HMA handled, spread, or windrowed must not stain the finished surface of any improvement including pavement. Do not use petroleum products such as kerosene or diesel fuel to release HMA from trucks, spreaders, or compactors. HMA must be free of: 1. Segregation 2. Coarse or fine aggregate pockets 3. Hardened lumps Longitudinal joints in the top layer must match specified lane edges. Alternate longitudinal joint offsets in lower layers at least 0.5 foot from each side of the specified lane edges. You may request in writing other longitudinal joint placement patterns. Until the adjoining through lane's top layer has been paved, do not pave the top layer of: I. Shoulders 2. Tapers 3. Transitions 4. Road connections 5. Driveways 6. Curve widenings 7. Chain control lanes 8. Turnouts 9. Turn pockets If the number of lanes change, pave each through lane's top layer before paving a tapering lane's top layer. Simultaneous to paving a through lane's top layer, you may pave an adjoining area's top laver including shoulders. Do not operate spreading equipment on any at top layer until completing final compaction. If HMA (leveling) is specified, fill and level irregularities and ruts with HMA before spreading HMA over base, existing surfaces, or bridge decks. You may use mechanical equipment other than a paver for these areas. The equipment must produce a uniform smoothness and texture. I IMA used to change an existing surface's cross slope or profile is not HMA (leveling). I f placing F IMA against the edge of existing pavement, sawcut or grind the pavement straight and vertical Mono the joint and remove extraneous material without damaging the surface remaining in place. If placing HIV1A against the edge of a longitudinal or transverse construction joint and the joint is damaged or not placed to a neat line, sawcut or grind the pavement straight and vertical Monti the joint and remove eminneous material without damaging the surface remaining in place. Repair or rernme and replace damaged pavement at your expense. Rolling must leave the completed surface compacted and smooth \.iihout tearing, cracking, or shoving. Complete finish rolling activities before the pavement surface tentperattrre is 1. Belo\% 150 °F for HMA with unmodified binder ?. Belo�� 140 °F for I -IMA with modified binder RHI 3. Below 200 °F for MA -G If a vibratory roller is used as a finish roller, turn the vibrator off. Do not use a pneumatic tired roller to compact RHMA -G. For Standard and QC /QA, if a 3/4 -inch aggregate grading is specified, you may use a 1/2 -inch aggregate grading if the specified paved thickness is from 0.15 foot to 0.20 foot thick. Spread and compact HMA under Section 39 -3.03, "Spreading and Compacting Equipment," and Section 39 -3.04, "Transposing, Spreading, and Compacting," for any of the following: 1 . Specified paved thickness is less than 0.15 foot. 2. Specified paved thickness is less than 0.20 foot and a 3/4 -inch aggregate grading is specified and used. 3. You spread and compact at: 3.1. Asphalt concrete surfacing replacement areas 3.2. Leveling courses 3.3. Areas the Engineer determines conventional compaction and compaction measurement methods are impeded Do not allow traffic on new HMA pavement until its mid -depth temperature is below 160 °F. If you request in writing and the Engineer audiorizes, you may cool HMA Type A and Type B with water when rolling activities are complete. Apply water under Section 17, "Watering." Spread sand at a rate between I pound and 2 pounds per square yard on new RHMA -G, RHMA -O, and RHMA -O -HB patement when finish rolling is complete. Sand must be free of clay or organic matter. Sand must comply with Section 90 -3.03. "Fine Aggregate Grading." Keep traffic off the pavement until spreading sand is complete. 39 -1.12 SMOOTHNESS 39 -1.12A General Determine HMA smoothness with a prof lograph and a straightedge, Smoothness specifications do not apply to OGFC placed on esisling pavement not constructed under the same project. If posland cement concrete is placed on HMA: I. Cold plane the HMA finished surface to within specified tolerances if it is higher than the grade specified by the Engineer. 2. Remove and replace HMA if the finished surface is lower than 0.05 foot below the grade specified by the Engineer. 39 -1.12B Straightedge The HMA pavcmem lop layer must not vary li om the lower edge ofa 1" -foot long st aightedge: L More than 0.01 foot when the straight edge is laid parallel �%ith the centerline 2. More than 0.02 foot when the straiglvedge is laid perpendicular to (he centerline and extends from edge to edge of a tra ftic lane 3. More than 0.02 foot when the straightedge is laid �% thin 24 lect ofa pavement conform 39 -1.12C Profilograph Under California Test 526, determine the zero (null) blanking band Profile Index (PID) and must - grinds on the top layer of HMA Type A, Type B, and RHMA -G pavement. Take 2 profiles within each traffic lane, 3 feet from and parallel with the edge of each lane. A must -grind is a deviation of 0.3 inch or more in a length of 25 feet. You must correct must - grinds. For OGFC, only determine must - grinds when placed over HMA constructed under the same project. The top layer of the underlying HMA must comply with the smoothness specifications before placing OGFC. Profile pavement in the Engineer's presence. Choose the time of profiling. On tangents and horizontal curves with a centerline radius of curvature 2,000 feet or more, the Plo must be at most 3 inches per OA -mile -mile section. On horizontal curves with a centerline radius of curvature between 1,000 feet and 2,000 feet including pavement within the superelevation transitions, the PI, must be at most 6 inches per 0.1 -mile section. Before the Engineer accepts HMA pavement for smoothness, submit written final profilograms. Submit I electronic copy of profile information in Microsoft Excel and I electronic copy of longitudinal pavement profiles in ".erd" format or other ProVAL compatible format to the Engineer and to: Smoothness@dot.ca.gov The following HMA pavement areas do not require a Pl(, You must measure these areas with a 12 -foot straightedge and determine must - grinds with a proflograph: I. New HMA with a total thickness less than or equal to 0.25 Foot 2. HMA sections of city or county streets and roads, turn lanes and collector lanes that are less than 1,504 feet in length The following HMA pavement areas do not require a Pi„ You must measure these areas with a 12 -foot straightedge: I. Horizontal curves with a centerline radius of curvature less than 1.000 feet including pavement within the superelevation transitions of those curves 2. Within 12 feet of a transversejoint separating the pavement tirom: 2.1. Existing pavement not constructed under the same project 2.2. A bridge deck or approach slab 3. Exit ramp termini, truck weigh stations. and weigh -in- motion areas 4. If steep grades and superele\ arion rates greater than 6 percent are present on: 4.1. Ramps 4.2. Connectors 5. Turn lanes 6. Areas within 15 feet of manholes or drainage transitions 7. Acceleration and deceleration lanes for at- _evade intersections S. Shoulders and miscellaneousarcas 9. HMA pavement within 3 lcet from and parallel to the construction joints Formed bett�een curbs- gutters. or existing pavement 39 -1.12D Smoothness Correction If the top layer of HMA Type A, Type B, or RHMA -G pavement does not comply with the smoothness specifications, grind the pavement to within tolerances, remove and replace it, or place a layer of HMA. The Engineer must authorize your choice of correction before the work begins. Remove and replace the areas of OGFC not in compliance with the must -grind and straightedge specifications, except you may grind OGFC for correcting smoothness: I. At a transverse joint separating the pavement from pavement not constructed under the same project 2. Within 12 feet of a transverse joint separating the pavement from a bridge deck or approach slab Corrected HMA pavement areas must be uniform rectangles with edges: 1. Parallel to the nearest HMA pavement edge or lane line 2. Perpendicular to the pavement centerline Measure the corrected HMA pavement surface with a profilograph and a 12 -foot straightedge and correct the pavement to within specified tolerances. If a must -grind area or straightedged pavement cannot be corrected to within specified tolerances, remove and replace the pavement. On ground areas not overlaid with OGFC, apply fog seal coat under Section 37 -1. "Seal Coats." 39 -1.13 MISCELLANEOUS AREAS AND DIKES Miscellaneous areas are outside the traveled way and include: I. Median areas not including inside shoulders 2. Island areas 3. Sidewalks 4. Gutters 5. Gutter flares 6. Ditches 7. Overside drains 8. Aprons at the ends of drainage structures Spread miscellaneous areas in I layer and compact to the specified lines and grades. For miscellaneous areas and dikes: I. Do not submit a JMF. 2. Choose the 3/8 -inch or 1/2 -inch HMA Type A and Type B aggregate gradations. 3. M ininnon asphalt binder content must be 6.8 percent For 3/8 -inch aggregate and 6.0 percent lot 1/2 -inch aggregate. Ifyou request in writing and the Engineer authorizes. you inay reduce the minimum asphalt binder content. 4. Choose asphalt binder Grade PG 70 -10 or the same grade specified for HMA. 39 -2 STANDARD 39 -2.01 DESCRIPTION If HMA is specified as Standard, construct it under Section 39 -I, "General," this Section 39 -2, "Standard," and Section 39 -5, "Measurement and Payment." 39 -2.02 CONTRACTOR QUALITY CONTROL 39 -2.02A Quality Control Plan Establish, implement, and maintain a Quality Control Plan (QCP) for HMA. The QCP must describe the organization and procedures you will use to: I. Control the quality characteristics 2. Determine when corrective actions are needed (action limits) 3. Implement corrective actions When you submit the proposed JMF, submit the written QCP. You and the Engineer must discuss the QCP during the prepaving conference. The QCP must address the elements affecting HMA quality including: I. Aggregate 2. Asphalt binder 3. Additives 4. Production 5, Paving The Engineer reviews each QCP within 5 business days from the submittal. Hold HMA production until the Engineer accepts the QCP in writing. The Engineer's QCP acceptance does not mean your compliance with the QCP will result in acceptable HMA. Section 39 -1.05. "Engineer's Acceptance," specifies HMA acceptance. 39 -2.02Q Quality Control Testing Perform sampling and testing at the specified frequency for the following quality characteristics: Minimum Quality Control— Standard Quality Test Minimum HMA Type Characteristic Method Sampling and A B RHMA -G OGFC Testing Frequency Aggregate gradation' CT 202 1MP± JMF± JMF± JMF± I pe 750 tons and n Tolerance n Tolerance n Tolerance c Tolerance Sand equivalent CT 217 47 42 47 -- (min.) ° any remaining Asphalt binder CT 379 or JMF ±0.45 .IMF ±0.45 JMF ±0.50 JMF ±0.50 content ( %) 1 382 pail 1 -IMA moislure CT 226 or 1 per LO 1.0 1.0 1.0 contem ( %, max.) CT 370 2.500 tons but not less than 1 per paving day Percent ollnaximum Quality 2 per 9) -97 91 -97 9t -97 -- theoretical density control business ( %) d.` Ian day (min.) Stabilometer value CT 366 One per (min.)' , 4.000 tons No. 4 and 3/8" or 2 per 5 30 30 -- -- gradings business 1/2" and 3/4" days, 37 35 23 -- gradings which - ever is Air voids content CT 367 4 a 2 4 ± 2 Specification -- (%) ` ` more +2 Aggregate moisture CT 226 of content at CT 370 continuous mixing ? per day plants and RAP during -- -- -- -- m015t111'e COnlenl at ` production continuous mixing plants and batch mixing planish PCrCCM 01'cru.shed CT 205 Particles coarse uggregate(°G,, min.) Onc 11'actured 90 20 -- 90 ace \. 'ce Ilactw 'cd n eceesar} 75 -- 90 75 and laaces designat- i nggregule 1 " / °. cd in the ll min) � QCI. Ai (Passing No. 4 cast once sick and per project retained on Nn. 8 sick C.) One IFacuncd 70 30 70 96 Ihce Los Angeles Rnnler Cl' 211 Loss at 100 rev. 12 -- 12 12 Loss at 500 rev. di 50 40 40 Flat and elongated ASTM D Report only Report only Report only Report only particles ( %. max. 4791 by weigh( % 5:1) Fine aggregate AASHI'O angularity ( %. min.) T 304, 45 45 45 -- Method A Voids filled with LP -3 asphalt ( %) ' No. 4 grading 76.0- 80.0 76.0 - 80.0 Report only -1/81, grading 71.0 -76.0 73.0 -76.0 1/2" grading 65.0 -75.0 65.0 -75.0 3/4" grading 65.0- 75.0 65.0-75.0 Voids in mineral LP -2 aggregate (% min.) No. 4 grading 17.0 17.0 3/9' grading 15.0 15.0 1/2" grading 14.0 14.0 18.0 -23.0' 3/4" grading 13.0 13.0 18.0-23.01 Dust proportion' LP -4 No. 4 and 3/8" gradings 0.9 -2.0 0.9 -2.0 Report only -- 1/2" and 3/4" gradings 0.6- 1.3 0.6- 1.3 Smoothness Section 12 -fool 12 -Coot 12 -fool 12 -foot 39 -1.12 straightedge, straightedge, straightedge, straightedge must- grind, must - grind, must- grind, and must - and Plo and Pit, and Plo grind Asphalt rubber Section binder viscosity rCi 39 -1.02D Section -- 1,500 -4,000 1,500 -4,000 3SectioC 350 °F, cenli oises Asphalt modifier Section Section Section 39- Section 39- 39-1.02D 39 -1.04C 1.02D 1.02D Crumb rubber Section Section -- -- Section 39- Section 39- modifier 39 -1.02D 19 -L04C 1.02D 1.02D Notes: Determine combined aggregate gradation conlai ning RAP under Laboratory Procedure LP -9. The tolerances must comply with the allowable tolerances in Section 39- 1.02E, "Aggregate." ` Report the average of 3 tests from a single split sample. d Required for HMA Type A, Type B, and RHMA -G if the specified paved thickness is at least 0.15 foot. ` Determine maximum theoretical density (California Test 309) at the frequency specified for Test Maximum Density under California Test 375, Part S.D. r Modify California Test 304, Part 2.B.2.c: "After compaction in the mechanical compactor, cool to 140 OF t 5 OF by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the oven at 140 OF for a minimum of 2 hours and not more than 3 hours." 9 Determine the bulk specific gravity of each lab- compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test 309. ' For adiusling the plant controller at the HMA plant. 'Report only if the adjustment for asphalt binder content target value is less than or equal to f 0.3 percent from OBC. J Voids in mineral aggregate for RHMA -G must be within this range. For any single quality characteristic except smoothness, if 2 consecutive qualov control test results do not comply Keith the action limits or specifications: 1. Stop production. 2. Notify the Engineer in writing. 3. Take corrective action. a. Demonstrate compliance with the specifications before resuming production and placement on the State highway. 39 -2.03 ENGINEER'S ACCEPTANCE 39 -2.03A Testing The Limineer samples for acceptance testing and tests for: II ?IA Acceptance - Standard Quality Chamcteristic -- Iem HN11 '1'y e Nlethod A B RHMA -G OGFC ,lggrcgategradation'' CT 202 1MF± Tolerance` 1MF± Tolerance` JMF+ Tolerance` JMF± Tolerance` Sieve 3/4" 1/2" 3/8" 1/2" X' _ L8" X No.4 X No.8 X X X No. 200 X X Sand equivalent (min.) CT 217 47 42 47 -- Asphalt binder content ( %) CT 379 or J4IF ±0.45 1MF ±0.45 161F ±0.50 JMF ±0.50 38' HMA moisture conicnl ( %, CT 226 or 1.0 1.0 1.0 1.0 max.) CT 370 Percent of inaximum CT 375 91 —97 91 —97 91 —97 -- theoretical density ( %) `r CT 366 Stabilometervalue (min.) = No. 4 and 3/8" gradings 30 30 -- -- 1/2" and 3/4" radios 37 35 23 -- Air voids content ( %) CT 367 q ± 2 q +2 Specification + -- 2 Percent of crushed particles CT 205 Coarse aggregate ( %, min.) One fractured face 90 25 -- 90 Two fractured faces 75 -- 90 75 Fine aggregate ( %, min) (Passing No. 4 sieve and retained on No. 8 sieve.) One fractured face 70 20 70 90 Percent of crushed particles CT 205 Coarse aggregate ( %, min.) One Fractured face 90 25 -- 90 Two fractured faces 75 -- 90 75 Los Angeles Rattler ( %, CT 211 max.) 12 -- 12 12 Loss at 100 rev. 45 50 40 40 Loss at 500 rev. Fine aggregate angularity ( %, AASHTO min.) T 304, 45 45 45 -- Method A Flat and elongated particles ASTM D Report only Report only Report only Report only %, max. by weight P 5:1) 4791 Voids filled with asphalt ( %)' LP -3 No. 4 grading 76.0-80.0 76.0 — 80.0 Report only 3/8" grading 73,0-76.0 73.0-76.0 -- 1/2" grading 65.0 -75.0 65.0 -75.0 3/4" grading 65.0 -75.0 65.0 -75.0 Voids in mineral aggregate LP -2 _ (% min.)' No. 4 grading 17.0 17.0 3/8" grading 15.0 15.0 1/2" grading 14.0 14.0 18.0-23.0) 3/4" grading 13.0 13.0 18.0 — 210' r Dust proportion L.P -4 - -- No. 4 and 318" eradings 0.9-1.0 0.9 - 2.0 Report Link 1112" and 3l4" oradings 0.6— 1.3 0.6 — 12 Smoothness Section 12 -foot 12 -foot 12 -foot 12 -foot 39 -1.12 straightedge, straightedge, straightedge, straightedge must - grind, must- grind. and must - grind, and And must -grind and PI" PI„ Plo Asphalt binder Various Section 92 Section 92 Section 92 Section 92 Asphalt rubber binder Various -- -- Section 92- Section 92- 1.02(C) and 1.02(C) and Section 39- Section 39- 1.02D 1.02D Asphalt modifier Various -- -- Section 39- Section 39- 1.02D 1.02D Crumb rubber mollifier Various -- -- Section 39- Section 39- 1.02D 1.02D ' The Engineer determines combined aggregate gradations containing RAP under Laboratory Procedure LP -9. t 1.X" denotes the sieves the Engineer considers for the specified aggregate gradation. ` The tolerances must comply with the allowable tolerances in Section 39- 1.02E, "Aggregate." J The Engineer reports the average of 3 tests from a single split sample. ` The Engineer determines percent of maximum theoretical density if the specified paved thickness is at least 0.15 foot under California Test 375 except the Engineer uses: I. California Test 308, Method A, to determine in -place density of each density core instead of using the nuclear gauge in Part 4, "Determining In -Place Density By The Nuclear Density Device." 2. California Test 309 to determine maximum Theoretical density instead of calculating test maximum density in Part 5, "Determining Test Maximum Density." ' The Engineer determines maximum theoretical density (California Test 309) at the frequency specified for Test Maximum Density under California Test 375, Part S.D. 9 Modify California Test 304, Part 2.B.2.c: "After compaction in the mechanical compactor, cool to 140 OF t5 OF by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the oven at 140' F for a minimum of 2 hours and not more than 3 hours." " The Engineer determines the bulk specific gravity of each lab- compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test 309. 'Report only if the adjustment for asphalt binder content target value is less than or equal to t 0.3 percent from OBC. t Voids in mineral aggregate for RHMA -G must be within this range. No single test result may represent more than the smaller of 750 tons or I day's production. For any single quality characteristic except smoothness, if 2 consecutive acceptance test results do not comply with the specifications: Stop production. Take corrective action. In the Engineer's presence, take samples and split each sample into 4 parts. Test I part for compliance with the specifications and submit 3 parts to the Engineer. The Engineer tests I part for compliance with the specifications and reserves and stores 2 parts. Demonstrate compliance with the specifications before resuming production and placement on the State highway. The Engineer tests the density core you take from each 250 tons of HMA production. The Engineer determines the percent of maximum theoretical density for each density core by determining the density core's density and dividing by the maximum theoretical density. II the specified total pnved Thickness is it lend 0.15 foul and am layer it less than 0.15 foot. the Engineer determines the percent of maximum Theoretical (Ien516 110111 density cores token from the Final layer measured the full depth of the Baal payed I-INIA thickness. For percent of ma.rinn in theoretical density, the Engineer determines a deduction fur each test result outside the specifications in compliance v ith: Reduced Pavment Factors for Percent of ?1aaimum Theoretical Density I INIA Type A and 13 and RHMA -G PCFCent of Nlaxiinum Theoretical Density Reduced pnyment Factor HNIA'fype A and 8 and RHNIA -G Percent of Nlasinanu 'I'heo_retical Density Reduced Payinenl Factor 91.0 0.0000 97.0 0.0000 90.9 0.0125 97.1 0.0125 90.8 0.0250 97? 0.0250 90.7 0.0375 97.3 0.0375 90.6 0.0500 97.4 0.0500 90.5 0.0635 97.5 0.0625 90.4 0.0750 97.6 �- 0.0750 90.3 0.0875 97.7 0.0875 90.2 0.1000 _ 97.8 0.1000 90.1 0.1125 97.9 0.1125 90.0 0.1250 98.0 0.1250 89.9 0.1375 98.1 _ 0.1375 89.8 0.1500 98.2 0.1500 89.7 0.1625 98.3 0.1625 89.6 0.1750 98.4 0.1750 89.5 01875 98.5 0.1875 89.4 0.2000 98.6 0.2000 89.3 0.2125 98.7 0.2125 89.2 0.2250 98.8 0.2250 89.1 0.2375 98.9 0.2375 89.0 0.2500 99.0 0.2500 < 89.0 Remove and Replace : 99.0 Remove and Replace 39 -2.04 TRANSPORTING, SPREADING, AND COMPACTING Determine the number of rollers needed to obtain the specified density and surface finish. 39 -3 METHOD 39 -3.01 DESCRIPTION if HMA is specified as Method, construct it under Section 39 -1, "General," this Section 39 -3, "Method," and Section 39 -5, "Measurement and Payment." 39 -3.02 ENGINEER'S ACCEPTANCE 39 -3.02A Testing The Engineer samples for acceptance iesling and tests for: HP1A Acceptance - Nelhod Quallly Charnclerislic Test HNIA T.vpe A R RFTIA -G OGFC Method : \egregaie gradation' CT 202 _ Jh4F ± JMF ± JMF ± WF ± Tolerance" Tolerance Tolerance° Toleranceb Sand eq uivalenl (min. i ` CT 217 47 42 _ 47 - - : \sphaltbinder content ( %) CT 379 or JMF ±0,45 JTIF ±0.45 3MF ±0.50 JFIF ±0.50 382 HYG\ moisture content ( %, CT 226 or 1.0 1.0 1.0 I.0 max.) CT 370 Slabilometer value (min.) ` C7 366 a No. 4 and 3/8" 30 30 -- -- gradings 1!2" and 3.4" gradings 37 35 23 -- Percent of crushed CT 205 particles Coarse aggregate (% min.) One fractured face 90 25 -- 90 Two fractured faces 75 -- 90 75 Fine aggregate (% min) (Passing No. 4 sieve and retained on No. 8 sieve.) One fractured face 70 20 70 90 Los Angeles Rattler (% CT 211 _ max.) Loss at 100 rev, 12 -- 12 12 Loss at 500 rev. 45 50 40 40 Air voids content ( %)" CT 367 4 w 2 4 ± 2 Specification + -- 2 Fine aggregate angularity AASHTO (% min.) T304, 45 45 45 -- Method A Flat and elongated particles ASTM D (% max. by weight 5:1) 4791 Report only Report only Report only Report only Voids filled with asphalt LP -3 (%)r Repon only No. 4 grading 76.0- 80.0 76.0 - 80.0 3/8" grading 73.0- 76.0 73.0-76.0 1/2" grading 65.0 -75.0 65.0 -75.0 3;4" grading 65.0- 75.0 65.0-75.0 Voids in mineral aggregate LP -2 I% min.)' No. 4 grading 17.0 17.0 3/8" grading 15.0 15.0 -- 112" grading 14.0 14.0 18.0-23.01 3/4" grading 13.0 13.0 18,0 - 23.0 s Dust proportion' LP -4 No. 4 and 3/8" 0.9 -2.0 0.9 -2.0 Report only gradings 0.6- 1.3 0.6- 1.3 1/2" and 3/4" gradings Smoothness Section 12 -fool 12 -foot )2 -foor 12 -foot 39 -1.12 s(raightedge straightedge straightedge straightedge and mus(- rind and must- grind and must-grind and must -grind Asphalt binder Various Section 92 Section 2 Section 92 Section 92 Asphalt rubber binder Various -- -- Section 92- Section 92- 1.02(C) and 1.02(C) and Section 39- Section 39- L02D 1.02D Asphalt modifier Various -- _ -- Section 39- Section 39- 1.02D 1.02D Crumb rubber modifier Various -- -- Section 39- Section 39- 1.02D 1.02D "The Engineer determines combined aggregate gradations containing R.1P under Laboratory Procedure LP -9. The tolerances must comply with the allowable tolerances in Section 39- 1.02E, "Aggregate." `The Engineer reports the average of -3 tests from a single split sample. "Modify California Test 304, Part 2.B.2.c: "After compaction in the mechanical compactor, cool to 140 OF 15 °F by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the oven at 140 OF for a minimum of 2 hours and not more than 3 hours." `The Engineer determines the bulk specific gravity oFeach lab- compacted briquette under California Test 308, Melhod A, and theoretical maximum specific gravity under Califomia'rest 309. rReport only if the adjustment for asphalt binder content target value is less than or equal to t 0.3 percent From OBC. S Voids in mineral aggregate for RHMA -G must be within this range. No single test result may represent more than the smaller of 750 tons or I day's production. For any single quality characteristic except smoothness, if 2 consecutive acceptance test results do not comply with (he specifications: I. Stop production. 2. Take corrective action. 3. In the Engineer's presence, take samples and split each sample into 4 pails. Test 1 part for compliance with the specifications and submit 3 parts to the Engineer. The Engineer tests I part for compliance with the specifications and reserves and stores 2 parts. 4. Demonstrate compliance with the specifications before resuming production and placement on the State highway. 39 -3.03 SPREADING AND COMPACTING EQUIPMENT Each paver spreading HMA Type A and Type B must be followed by 3 rollers: I. One vibratory roller specifically designed to compact HMA. The roller must be capable of at least 2,500 vibrations per minute and must be equipped with amplitude and frequency controls. The roller's gross static weight must be at least 7.5 tons. 2. One oscillating type pneumatic -tired roller at least 4 feet wide. Pneumatic tires most be of equal size, diameter, type, and ply. The tires must be inflated to 60 psi minimum and maintained so that the air pressure does not vary more than 5 psi. 3. One steel- tired, 2 -axle tandem roller. The roller's gross static weight must be at least 7.5 tons. Each roller must have a separate operator. Rollers most be self - propelled and reversible. Compact RHMA -G under the specifications for compacting HMA Type A and Type B except do not use pneumatic -tired rollers. Compact OGFC with steel - tired, 2 -axle tandem rollers. If placing over 300 tons of OGFC per hour, use at least 3 rollers for each paver. If placing less than 300 tons of OGFC per hour, use at least 2 rollers for each paver. I ach roller roust weigh between 126 pounds to 172 pounds per linear inch of drum width. Turn the vibrator off. 39 -3.04 TRANSPORTING, SPREADING, AND COM PACTING Pave HMA in maximum 0.25 -foot thick compacted layers. If the surface to be paved is both in sunlight and shade, pavement surface temperatures are taken in the shade. Spread HMA Type A and Type B only if atmospheric and surface temperatures are: Minimum Atmospheric and Surface l emneratures Compacted Layer Thickness, feel Atmospheric,' F Surface` F Unmodified Asphalt Binder Modified Asphalt Binder" _ Unmodified Asphalt Binder Modified Asphalt Binder' 0.15 55 50 60 55 0.15 -0.25 45 1 45 50 50 Note: Except asphalt rubber binder. If the asphalt binder for HMA Type A and Type B is: I. Unmodified asphalt binder, complete: 1.1. First coverage of breakdown compaction before the surface temperature drops below 250 °F 1.2. Breakdown and intermediate compaction before the surface temperature drops below 200 °F 1 .3. Finish compaction before the surface temperature drops below 150 °F 2. Modified asphalt binder, complete: 2.1. First coverage of breakdown compaction before the surface temperature drops below 240 °F 2.2. Breakdown and intermediate compaction before the surface temperature drops below ISO °F 2.3. Finish compaction before the surface temperature drops below 140 °F For RHMA -G: I. Only spread and compact if the atmospheric temperature is at least 55 °F and the surface temperature is at least 60 °F. 2. Complete the first coverage of breakdown compaction before the surface temperature drops below 280 °F. 3. Complete breakdown and intermediate compaction before the surface temperature drops below 250 °F. 4. Complete finish compaction before the surface temperature drops below 200 °F. 5. If the atmospheric temperature is below 70 °F, cover loads in u'ucks with tarpaulins. I'he tarpaulins must completely cover the exposed load until you transfer the mixture to the pavers hopper or to the pavement surface. For OGFC with unmodilied asphalt hinder: I. Only spread and compact if the atmospheric temperature is at least 55 OF and the surface tempemi me is at least 60 °F. 2. Complete lust coverage using 2 rollers before the surlacc temperature drops below 240 °F. 3. Complete all compaction before the surface temperature drops below 200 °F. 4. 11' the atmospheric temperature is below 70 °F, cover loads in trucks with tarpaulins. The tarpaulins must completely cover the exposed load until you transfer the in'sxture to the paver's hopper or to the pavement surface. For OGFC with modified asphalt binder except asphalt rubber binder: I . Only spread and compact if the atmospheric temperature is at least 50 OF and the surface temperature is at least 50 °F. 2. Complete first coverage using 2 rollers before the surface temperature drops below 240 ° F. 3. Complete all compaction before the surface temperature drops below 180 °F. 4. If the atmospheric temperature is below 70 °F, cover loads in trucks with tarpaulins. The tarpaulins oust completely cover the exposed load until you transfer the mixture to the paver's hopper or to the pavement surface. For RHMA -O and RHMA -O -HB: I. Only spread and compact if the atmospheric temperature is at least 55 OF and surface temperature is at least 60 °F. 2 Complete the I st coverage using 2 rollers before the surface temperature drops below 280 °F. 3. Complete compaction before the surface temperature drops below 250 °F. 4. If the atmospheric temperature is below 70 °F, cover loads in trucks with tarpaulins. The tarpaulins must completely cover the exposed load until the mixture is transferred to the paver's hopper or to the pavement surface. For RI -IMA -G and OGFC, tarpaulins are not required if the time from discharge to truck until transfer to the paver's hopper or the pavement surface is less than 30 minutes. HMA compaction coverage is the number of passes needed to cover the paving width. A pass is I roller's movement parallel to the paving in either direction. Overlapping passes are part of the coverage being made and are not a subsequent coverage. Do not start a coverage until completing the prior coverage. Start rolling at the lower edge and progress toward the highest part. Perform breakdown compaction of each layer of HMA Type A, Type B, and RHMA -G with 3 coverages using a vibratory roller. The speed of the vibratory roller in miles per hour must not exceed the vibrations per minute divided by 1,000. If the HMA layer thickness is less than 0.08 foot, turn the vibrator off. The Engineer may order fewer coverages f the HMA layer thickness is less than 0.15 foot. Perform intennedialc compaction of each layer of HtMA 'f; pc A and Type B with 3 coverages using a pncun zmc -tired rollcr it a speed not to exceed 5 mph. Perform finish compaction of I -IMA Type A. Type B. and RI IMA -G with I coveraee using a steel -lired rollcr. Compact OGFC' with 2 coverages using steel -tired rollers. 39 -4 QUALITY CONTROL / QUALITY ASSURANCE 39 -4.01 DESCRJP "LION If HMA is specified as Quality Control / Quality Assurance, construct it under Section 39 -1, "General," this Secion 39 -4, "Quality Control /Quality ASSnrance," and Section 39 -5, "Measurement and Payment." 39 -4.02 GENERAL The QC / QA construction process consists of: I. Establishing, maintaining, and changing if needed a quality control system providing assurance the HMA complies with the specifications 2. Sampling and testing at specified intervals, or sublots, to demonstrate compliance and to control process 3. The Engineer sampling and testing at specified intervals to verify testing process and HMA quality 4. The Engineer using test results, statistical evaluation of verified quality control tests, and inspection to accept HMA for payment A lot is a quantity of HMA. The Engineer designates a new lot when: 1 . 20 sublots are complete 2. The JMF changes 3. Production stops for more than 30 days Each lot consists of no more than 20 sublots. A sublot is 750 tons except HMA paved at day's end greater than 250 tons is a sublot. If HMA paved at day's end is less than 250 tons, you may either make this quantity a sublet or include it in the previous sublot's test results for statistical evaluation. 39 -4.03 CONTRACTOR QUALITY CONTROL 39 -4.03A General Use a composite quality factor, QFc, and individual quality factors, QFa;, to control your process and evaluate your quality control program. For quality characteristics without quality factors, use your quality control plan's action limits to control process. Control HMA quality including: I. Materials 2. Proportioning 3. Spreading and compacting 4. Finished roadway surface Develop, implement, and maintain a quality control program that includes: I. Inspection 2. Sampling 3. 'l cmina 39 -4.0313 Quality Control Plan With the Jibll' submittal, submit a written Quality Conlrol Plan (QCP). The QCP must comply with the Deparunent's Quality Control Manual for Hot Mix Asphalt Production and Placement. Discuss the QCP with the Engineer during the prepaying conference. The Fngincci reviews each QCP within > business clays From the submittal. Hold HMA production until the Engineer accepts the QCP in writing. The Engineer's QCP acceptance does not mean your compliance with the QCP will result in acceptable IIMA. Section 39 -1.05, "Engineer's Acceptance." specifies FIMA acceptance. The QCP must include the name and qualifications of a Quality Control Manager. The Quality Conuol Manager administers the QCP and during paving must be at the job site within 3 hours of receiving notice. The Quality Control Manager must not be any of the following on the project: I. Foreman 2. Production or paving crewmember 3. Inspector 4. 'fester The QCP must include action limits and details of corrective action you will take if a test result for any quality characteristic falls outside an action limit. As work progresses, you must submit a written QCP supplement to change quality control procedures, personnel, tester qualification status, or laboratory accreditation status. 39 -4.03C Quality Control Inspection, Sampling, And Testing Sample, test, inspect, and manage HMA quality control. Provide a roadway inspector while HMA paving activities are in progress. Provide a plant inspector during HMA production. Inspectors must comply with the Department's Quality Control Manual for Hot Mix Asphalt Production and Placement. Provide a testing laboratory and personnel for quality control testing. Provide the Engineer unrestricted access to the quality control activities. Before providing services for the project, the Engineer reviews, accredits, and qualifies the testing laboratory and personnel under the Department's Independent Assurance Program. The minimum random sampling and testing for quality control is: Minimuin Qualms, ConIr01 —QC / QA Qunllty Test iMin- F_ HVLA Type Locution Max. Characteristic Method imam of Report- Salop)- Sampling ing Time ing and Allow- Testing ance Frequen A B RHMA -G -cy Aggregale CT _7 7F JNIFt JNIFt CT 125 gradation'' _0_ 'Ioleiance° Tolemnce° Tolerance" Loose KIix Asphalt binder CT 379 or Behind content 1 %) 382 I per JPIF t0.45 JNIF =0.45 JNIF t0.5 Paver 24 hours 750 Ions See CT 125 Percent of maximum theoretical density QC Plan 92 - 96 92- 96 91 -96 QC Plan ( %),J Aggregate moisture content al continuous mixing plants and 2 per Stock- RAP moisture CT 226 or day piles or al continuous CT 370 during -- __ -_ cold feed mixing plants and produc- belts batch mixing plants` tion Sand e uivalent I per (min.) CT 217 750 Ions 47 42 47 CT 125 24 hours I per 2,500 tons but HMA moisture CT 226 or not less content ( %,max.) CT 370 than I 1.0 1.0 1.0 24 hours per Loose paving Mix day Behind Stabilometer I per Value (min.) is 4,000 Paver No. 4 and 3/8" tons or 30 30 -- See T gradings CT 366 2 per 5 125 1 /2" and 3/4" bus- 37 35 23 radings iness days, 48 hours _ Air voids content which- Specifica- (oo)r.i, CT 367 ever is 4 3 2 4 32 liont2 more Percent of crushed 17.0 -- ' parlieles Coarse 15.0 15.0 :iggreeatc (Oo mill.) LP -2 14.0 OIle fm Cl tired 18.0 - 23.0' straight - face 13.0 18.0 -23.01 l *wo fractured 0.9 -2.0 0.9 -2.0 faces edge 0.6 - I.3 Fine asgrcgatc l °o CT 205 LP -4 min) 39-1.12 - (Pnssing edge, must- edge, must- siege and retained on No. 8 sieve.) grind, and One frnctured <tce grind, and Los Angeles Rattler (% Max.) CT 211 As Loss at 100 rev. Plo PIa Loss at 500 rev, neces- sary and Asphalt rubber Fine aggregate T 304 designal angularity I % min.) Method A -ed in QCP. binder viscosity n Flat and elongated AS1 D At least particle ( %max. by 477991 once per weieht 5:1) 3S0 °F, centi oises project. Voids filled with asphnit (W' 4,000 39 -1.02D No. 4 grading Crumb rubber Section 3 8" grading LP 3 -- 1/2" grading Section 48 hours 3/4" grading 39 -1.02D Voids in mineral aggregate (% min)' 39 -1.02D No. 4 grading LP -2 3/8" grading 1 /2" grading 3!4" grading Dust proportion' No. 4 and 3/8" gradings LP -4 1/2" and 3/4" adin s 90 25 75 00 CT 125 70 20 70 12 .- 12 CT 125 45 SO 40 4S 4> 45 I CT 125 only only only I CT 125 48 hours 76.0 - 80.0 76.0 - 80.0 Report only LP -} 73,0 - 76.0 73,0 - 76.0 65.0 -75.0 65.0 -75.0 65.0- 75.0 65.0-75.0 1 17.0 17.0 -- 12 -foot 15.0 15.0 LP -2 14.0 14.0 18.0 - 23.0' straight - 13.0 13.0 18.0 -23.01 0.9 -2.0 0.9 -2.0 Report only edge 0.6 - I.3 0.6 - 1.3 LP -4 Smoothness I 12 -foot 12 -foot 12 -foot straight - straight- straight - Section edge 39-1.12 - must- edge, must- edge, must- -- grind, and grind, and grind, and Plo PIa Plv Asphalt rubber binder viscosity n Section 1,500- Section 24 hours 3S0 °F, centi oises 39_ I.D2D 4,000 39 -1.02D Crumb rubber Section -- -- -- Section 39- Section 48 hours modifier 39 -1.02D 1.02D 39 -1.02D Notes. ° Determine combined aggregate gradation containing RAP under Laboratory Procedure LP -9 "I 'he tolerances must comph, with the allowable tolerances in Section ?9 -1 011,'. " Aggregate." ` Required lix Il \IA Type A. Type B, and RFI \IA -G if the specified paned I ick nest is at least 0.15 foot. J Determine ma.cunum theoretical density (California -lest 3091 at the frc(ucnc} specified for test maximum density under California Test 375. Part 5 1). ` For adjusting the plant controller at the HMA plant. r Report the average of 3 tests from a single split sample. \lodif,, California Test 304, Part 2.13?.e "After compaction in the mechanical compactor, cool to 140 `F t 5 OF by allowing the briquettes to cool at room temperature for 0.> hour, then place the briqueues in the even at 140 F for a minimum of 2 hours and not more than 3 hours." 1, Determine the bulk specific gravity of each lab- compacted hriqucue under California Test 308, Method A. and theoretical maximum specific gravity under Califorrim lest ,09. Report only if (be u1justment for asphalt binder content tnreet value k less tl ,m or equal to 1 0.3 percent from OBC. t Voids in mineral aggregate for RHNIA -G must be within this range. Within the specified reposing time. submit written test results includin 1. Sampling location, quantity, and time 2. Testing results 3. Supporting data and calculations If test results for any quality characteristic are beyond the action limits in the QCP, take corrective actions. Document the corrective actions taken in the inspection records under Section 39- 4.03L, "Records of Inspection and Testing." Stop production, notify the Engineer in writing, take corrective action. and demonstrate compliance with the specifications before resuming production and placement on the State highway if: 1 . A lot's composite quality factor, QFC, or an individual quality factor, QFQci for i = 3, 4, or 5, is below 0.90 determined under Section 39- 4.03F, "Statistical Evaluation" 2. An individual quality factor, QFQc, for i I or 2, is below 0.75 3. Quality characteristics for which a quality factor, QFQ,c„ is not determined has 2 consecutive acceptance or quality control tests not in compliance with the specifications 39 -4.03D Charts And Records Record sampling and testing results for quality control on forms provided in the "Quality Control Manual for Hot Mix Asphalt," or on forms you submit with the QCP. The QCP must also include form posting locations and submittal times. Submit quality control test results using the Department's statistical evaluation program, HMAPay, available at www.dot.ca.gov/hq/construc/hfna/index.I)tm 39 -4.03E Records Of Inspection And Testing During HMA production, submit in writing daily: I. HMA Construction Daily Record of Inspection. Also make this record available at the HMA plant and job site each day. 2. HMA Inspection and Testing Summary, Include in the summary: 2.1 . Test forms with the testers' signatures and Quality Control Manager's initials. I". Inspection limns with the inspectors' signatures and Quality Control Manager's initials. 13. .1 list aril explanation of deviations from the specifications or regular practices. 2.4. A signed statement by the Quality Control Manager that says "It is hereby certified that the information contained in this record is accurate, and that information, tests. or calculations documented herein comply with the specifications of the contract and the standards set forth in the testing procedures. FAceptions to this certification are documented as part of this record." Retain for inspection the records generated as part of qualip- control including inspection, sampling, and testing for at least 3 years aker final acceptance. 39 -4.03F Statistical Evaluation General Determine a lots composite quality factor, Qp , and the individual quality factors, QFor,. Perforin statistical evaluation calculations to determine these quality factors based on quality control test results for: I . Aggregate gradation 2. Asphalt binder content 3. Percent of maximum theoretical density The Eneineer grants a waiver and you must use 1.0 as the individual quality factor for percent of maximum theoretical density, QFQCS, for HMA paved in: I. Areas where the specified paved thickness is less than 0.15 foot 2. Areas where the specified paved thickness is less than 0.20 foot and a 3/4 -inch grading is specified and used 3. Dig outs 4. Leveling courses 5. Areas where, in the opinion of the Engineer, compaction or compaction measurement by conventional methods is impeded Statistical Evaluation Calculations Use the variability- IJnknown / Standard Deviation Method to determine the percentage of a lot not in compliance with the specifications. The number of significant figures used in the calculations must comply with AASHTO R -1 I, Absolute Method. Determine the percentage of work not in compliance with the specification limits for each quality characteristic as follows: I . Calculate the arithmetic mean ( X ) of the test values Ex X= n where: x = individual test values n = number of test values 2. Calculate the standard deviation where: Fn (F.X= ) -(Ex)= S Il(Il -1) Y— (xz) = sum of the squares of individual test values (yx)'- = sum of the individual test values squared n = number of test values 3. Calculate the upper quality index (Qu) USL- X where: USL = target value plus the production tolerance or upper specification limit S = standard deviation X = arithmetic mean 4. Calculate the lower quality index (QL); LSL 0j. Q. — s where: LSL - target value minus production tolerance or lower specification limit S = standard deviation X = arithmetic mean 5. From the table, Upper Quality Index Qua or Lower Quality Index QL, of this Section 39- 4.03F, "Statistical Evaluation ", determine PU; where: PL = the estimated percentage of work outside the USL. PU = 0, when USL is not specified. 6. From the table, Upper Quality Index QU or Lower Quality Index QL, of this Section 39- 4.03x-, "Statistical Evaluation," determine PL; where: PL - the estimated percentage of work outside the LSL. PL = 0, when LSL is not specified. 7. Calculate the ioud estimated percentage of work outside the USL and LSI., percent delcctkc Percent detective Pf:+ Pt P, and P, arc deicrmined Irom' P, (flip er Quality Index Q,or Lower Qua Iity Index Q, Sant IeSize(ul P, 5 6 7 8 ') 10 -II 12 -I4 I5 -17 18 -2 2 23 -29 30 -42 43 -66 ; 66 0 1.72 1.88 1.99 2.07 2.13 2.20 2.18 '.34 2.39 �A4 2.48 2.51 2.56 1 1.64 1.75 1.82 1.88 1.91 1.96 2.01 2.04 2.07 2.09 2.12 2.14 2.16 2 I.58 1.66 1.72 1.75 IJ8 1.81 1.84 1.87 1.89 1.91 1.93 1.94 1.95 3 1.52 1.59 1.63 1.66 1.68 1.71 1.73 1.75 1.76 1.78 1.79 1.80 1.81 4 1.47 1.52 1.56 1.58 1.60 1.62 1.64 1.65 1.66 1.67 1.68 1.69 1.70 5 1.42 1.47 1 .49 1.51 1.52 1.54 1.55 156 1.57 1 .58 1.59 1.59 1.60 G 1.38 1.41 L43 1.45 1.46 1.47 1.48 1.49 -F5 -0 1.50 1.51 1.51 1.52 7 1.33 1.,6 1.38 1.39 1.40 1.41 1.41 1.42 1.43 1.4J 1.44 1.44 1.44 8 129 1.31 1.33 1.33 1.34 1.35 1.35 1.36 1.36 1..37 1.37 1,37 1.38 9 1.25 1.27 1.28 1.28 1.2() 1.29 I.30 1.36 1.30 1 .3 1 1.311 1.31 1.31 10 1.21 1.23 1.23 1.24 1.24 1.24 1 .2 5 1.2i 1.25 1.25 1.25 1.26 1.26 11 1.18 1.18 1119 1.19 1.19 1.19 1.20 120 1.20 1.20 1.20 1.20 1.20 12 1.14 1.14 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 13 1.10 1.10 1.10 1.10 1.10 LIO I.11 1.11 1.11 I.II 1.11 1.11 1.11 14 1.07 1.07 1.07 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 15 1.03 1.03 1.03 1,03 1.02 1.02 1.02 1.02 1.02 1.02 1.02 1.02 1.02 16 1.00 0.99 0.99 0.99 0.99 0.98 0.98 0.98 0.98 0.98 0 98 0.98 0.98 17 0.97 0.96 0.95 0.95 0.95 0.95 0.94 0.94 0.94 0.94 0.94 0.94 0.94 18 0.93 0.92 0.92 0.92 0.91 0 9l 0.91 0.91 0.90 0.90 0 -90 0.90 0.90 19 0.90 0.89 0.88 0.88 0.88 0.87 0.87 0.87 0.87 0.87 0.87 0.87 0.87 20 0.87 1 0.86 1 0.85 0.85 0.84 0.84 1 0.84 0.83 0.83 0.83 0.83 0.33 0.83 21 0.84 0.82 0.82 0.81 0.81 0.81 0.80 0.80 0.80 0.80 0.80 0.80 0.79 22 0.81 0,79 0.79 0.78 0.78 0.77 0.77 0.77 0.76 0.76 0.76 0.76 0.76 23 0.77 0.76 0.75 0.75 0.74 0.74 0.74 0.73 0.73 0.73 0.73 0.73 0.73 24 0.74 0.73 0.72 0.72 0.71 0.71 0.70 0.70 0.70 0.70 0.70 0.70 0.70 25 0.71 0.70 0.69 0.69 0.68 0.68 0.67 0.67 0.67 0.67 0.67 0.67 0.66 26 0.68 0.67 0.67 0.65 0.65 0.65 0.64 0 -64 0.64 0.64 0.64 0.64 0.63 27 0.65 0.64 0.63 0.62 0.62 0.62 0.61 0.61 0.61 0.61 0.61 0.61 0.60 28 0.62 0.61 0.60 0.59 0.59 0.59 0.58 0.58 0.58 0.58 0.58 0.58 0.57 29 0.59 0.58 0.57 0.57 0.56 O.S6 0.55 US 0.55 0.55 0.55 US 0.54 30 0.56 O.S5 0.54 0.54 0.53 0.53 0.52 0.52 1 0.52 0.52 0.52 0.52 0.52 31 0.53 0.52 0.51 0.51 0.50 0.50 0.50 0.49 049 0.49 0.49 0.49 0.49 32 0.50 0.49 0.48 0.48 0.48 0.47 0.47 0.47 0.46 0.46 0.46 0.46 0.46 33 0.47 0.48 0.45 0.45 0.45 0.44 0 -44 0.44 0.44 0.43 0.43 0.43 0.43 34 0.45 0.43 0.43 0.42 0.42 0.42 0.41 0.41 0.41 0.41 0.41 0.41 0.40 35 1 0.42 1 0.40 0.40 0.39 0.39 0.39 0.38 0.38 0.38 0.38 1 0.38 0.38 1 0.38 36 039 0.38 0.37 0.37 0.36 0.36 736 0.36 0.36 0.36 0.36 0.36 0.36 37 0.36 0.35 0.34 0.34 0.34 0.33 0.33 0.33 0.33 0.33 0.33 0.33 0.32 38 0.33 0.32 0.32 0.31 0.31 0.31 0.30 0.30 0.30 0.30 0.30 0.30 0.30 39 0.30 0.30 0.29 0.28 0.28 0.28 0.29 0.28 0.28 0.28 0.28 0.28 0.28 40 0.28 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 41 0.25 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 42 0.23 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 43 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 44 0.16 0.15 0.15 0.15 0.15 0.15 0,15 0.15 0.15 0.15 0.15 0.15 0.15 45 0.13 I .13 0.13 O.IJ 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 46 0.10 0.10 0.10 0.10 0. to 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 47 0.08 0 -08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 48 0.05 0.05 0.05 0.05 0.05 0.05 O.OS 0.05 0.05 0.05 0.05 0.05 0.05 49 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 I . I f the value of Q„ or Q,, does not correspond to a value in the table, use the next lower value. _. Ii O, or O, are neentive values. Pr ur P, is aqual to 100 minus the table , luc for P, nr P,. Quality Factor Del'ermination Delcrmine iodividtcd qunlily' Parlors. QF,,,,. using percent defective = 1', + P, and: Quality ractors Notes: I, To obtain a quality factor when the estimated percent outside specification limits from table, "Upper Quality Index Q„ or I .ower Quality Index Qr," does not correspond to a value in the table, use the next larger value. Compute the composite of single quality factors, QFc, for a lot using: Maximum AIlo\vabIc Percent Defective (P, t P,I Quality _ Sam plc Size (n) factor S G 7 8 9 10 -II 11- W 15-17 18 - ?? 23 -29 30 -42 4.3 -GC, _ 66 1.0 0 0 0 0 0 0 0 0 0 0 1.04 0 1 < 4 4 4 3 3 3 l 1.03 0 1 4 6 8 7 7 6 5 4 4 1.02 1 3 6 9 11 )0 9 8 7 7 6 6 1.01 0 2 i 8 11 13 12 1 1 10 9 8 8 7 1.00 22 20 18 17 16 15 14 1.3 I? II 10 9 8 0.99 24 22 20 19 18 17 16 15 14 13 11 10 9 0.98 26 24 22 21 20 19 is 16 Is 14 13 12 10 0.97 '_8 26 24 23 22 21 19 18 17 16 14 13 12 0.96 30 28 26 25 24 22 21 19 18 17 16 14 13 _ 0.95 32 29 28 26 25 24 22 21 20 18 17 16 14 0.94 33 31 29 28 27 25 24 22 21 20 18 17 15 0.93 35 33 31 29 28 27 25 24 22 21 20 18 16 0.92 37 34 32 31 30 28 27 25 24 22 21 19 18 0.91 38 1 36 34 1 32 1 31 30 28 29 26 25 24 22 21 1 19 0.90 39 37 35 34 33 31 28 26 25 23 22 20 0.89 41 38 37 35 34 32 31 29 28 26 25 23 21 0.83 42 40 38 36 35 34 32 30 29 27 26 24 22 0.87 43 41 39 38 37 35 33 32 30 29 27 25 23 0.86 45 42 41 39 38 36 34 33 31 30 1 28 26 24 0.85 46 44 42 40 39 38 36 34 33 31 29 28 21 0.84 47 45 43 42 40 39 37 35 34 32 30 29 27 0.83 49 46 44 43 42 40 38 36 35 33 31 30 28 0.82 50 47 46 44 43 41 39 38 36 34 33 31 29 0.81 51 49 1 47 1 45 44 1 42 41 39 37 36 34 1 32 1 30 0.80 52 50 48 46 45 44 42 40 38 37 35 33 31 0,79 54 51 49 48 46 45 43 41 39 38 36 34 32 0.78 55 52 50 49 48 46 44 42 41 39 37 35 33 0.77 56 54 52 50 49 47 45 43 42 40 38 36 34 0.76 57 55 53 51 50 48 46 44 43 41 39 37 35 0.75 58 56 54 52 51 49 47 46 1 44 42 40 38 36 60 57 SS S3 52 51 48 47 45 43 41 40 37 61 58 56 55 53 52 So 48 46 44 43 41 38 Reject 62 59 57 56 54 53 51 49 47 45 44 42 39 63 61 58 57 55 54 52 so 48 47 45 43 40 1 64 1 6 1 60 1 58 1 57 1 55 1 53 1 51 49 48 46 j 44 41 _ Reject Values Greater Than Those Shown Above Notes: I, To obtain a quality factor when the estimated percent outside specification limits from table, "Upper Quality Index Q„ or I .ower Quality Index Qr," does not correspond to a value in the table, use the next larger value. Compute the composite of single quality factors, QFc, for a lot using: where: Q F. QFt•= the composite quality factor for the lot rounded to 2 decimal places. QFtt;= the quality Factor for the individual quality characteristic, W = the weighting Factor listed In the table HMA Acceptance — QC / QA. i= the quality characteristic index number in the table HMA Acceptance QC / QA. 39 -4.04 ENGINEER'S QUALITY ASSI.RANCE 39 -4.04A General The Engineer assures quality by: I. Reviewing mix designs and proposed 1MF 2. Inspecting procedures 3. Conducting oversight ofquality control inspection and records 4, Verification sampling and testing during production and paving 39 -4.0413 Verification Sampling And Testing General The Engineer samples: 1. Aggregate to verify gradation 2. HMA to verify asphalt binder content Verification For aggregate gradation and asphalt binder content, die ratio of verification testing frequency to the minimum quality control testing frequency is I:S. The Engineer performs at least 3 verification tests per lot. Using the t -test, the Engineer compares quality control tests results for aggregate gradation and asphalt binder content with corresponding verification test results. The Engineer uses the average and standard deviation of up to 20 sequential sublots for the comparison. The Engineer uses production start-up evaluation tests to represent the first sublot. When there are less than 20 sequential sublots, the Engineer uses the maximum number of sequential sublets available. The 21st sublet becomes the I st sublot (n = l ) in the next lot. The I -value for a group of test data is computed as follows: 71I and S _S,'(4-I) +S "(14. -1) SP. _ +- P n I �. Z n, n, . where: n,= Number of qua] ity control tests (2 minimum, 20 maximum). nP= Number of verification tests (in inimumofIrequired). X, = Mean of quality control tests. X = Mean ol,vcritication tests. St, = Pooled standard devialion (When n,.'- I, S „= S,.). S, = Standard deviation of quality control tests. S, _ Standard deviation of verification tests (when n,. I ). The comparison of quality conuol test results and the verification test results is at a level of significance of a = 0.025. the Engineer computes t and compares it to the critical t- value, t ,, fi nm: Critical T -Value Degrees of freedom (11. +1),-2) r,,,, (for a =0.025) Degrees of freedom (n,tn, -2) r,,.,, flora °0.025) 1 24.452 I R 2.445 2 6.205 19 2.433 3 4.177 20 2.4 23 4 3.495 21 2.414 5 3.163 22 2.405 6 2.969 23 2.398 _ 7 2.841 24 2.391 8 2.752 25 2.385 9 2.685 26 2.379 10 2.634 27 2.373 11 2.593 28 2.368 12 2.560 29 2.364 13 2.533 30 2.360 14 2.510 40 2.329 15 2.490 60 1299 16 2.473 120 2.270 17 2.458 m 2.241 If the t -value computed is less than or equal to t,,;,, quality control test results are verified. If the t -value compured is greater than t,,,, and both X„ and X,. comply with acceptance specifications, the quality control tests are verified. You may continue to produce and place HMA with the following allowable differences: 1. Ix X, .I _ 1.0 percent for any grading 2. IT, - X, I - 0.1 percent for asphalt binder content If the t -value computed is greater Than t,,;, and the IX,. - X,i for grading and asphalt binder content are greater than the allowable differences, quality control test results are not verified and: I. The Engineer notifies you in writing. 2. You and the Engineer must investigate why the difference exist. 3. If the reason for the difference cannot be found and corrected, the Engineer's test results are used for acceptance and pay. 39 -3.05, ENGINEER'S ACCEPTANCE 39- 4.05,\ Testing 1'1)e Engineer samples for acceptance tesiine and tests for: HtVIAArccLiince - QC/ QA Index Quality Charneteristic weight Test Hh1A Type (il -urn Method Factor A R RI-IMA -G Aggrel ate gradation' Sic\ e 3/4" I/2" 1 3/8" f 202 1MF :Tolerance' 1 1/2" X' -- -- OAS 1 3/8" -- X -- OAS I No.4 X 0.05 2 No.9 X X X 0.10 3 No. 200 X X X 0.15 4 Asphalt binder content ( %) 0.30 CT 379 or 1MF 1 O.4 5 1MF t 0.45 JI,IF t 0.5 382 5 Percent ofmaximumtheoretical 0.40 CT 375 92 -96 92 -96 91 -96 dcnsiry ( %) " -ice- Sand e uivalent (mi CT 217 47 42 47 Slabilometer value (min.) S CT 366 No. 4 and 3/8" gradings 30 30 -- 1/2" and 3/4" gradings 37 35 23 Air voids content ( %)' CT 367 4 t 2 4 t 2 Specifica- tion f 2 Percent of crushed particles coarse CT 205 aggregate (% min.) One fractured face 90 25 -- Two Ractured faces 70 -- 90 Fine aggregate (% min) (Passing No. 4 sieve and retained on No. 8 sieve.) One fractured face 70 20 70 HMA moisture content ( %, max.) CT 226 or 1.0 I.0 1.0 CT 370 Los Angeles Rattier (% max.) CT 211 Loss at 100 rev, 12 -- 12 Loss at 500 rev. 45 50 45 Fine aggregate angularity (% min.) AASHTO 45 45 45 f 304, Method A Flat and elongated particle I% max. ASTM D Report Report Report by weight S:1) 479.1 only only only Voids in mineral aggregate (% min.)' (Note j) No. 4 grading ) 7.0 17.0 -- 3/8" grading LP -2 15.0 15.0 -- 1/2" grading 14.0 14.0 18.0- 23.0 3:4" rading 13.0 13.0 18.0- 23.0 Voids filled with asphalt ( %)' No. 4 grading LP -3 76,0 - 80.0 76.0 - 80.0 Report 3/8" grading 73.0 - 76.0 73.0 - 76.0 only 1/2" grading 65.0 - 75.0 65.0- 75.0 3/4" gr adio 65.0 - 75.0 65.0 - 75.0 Dust proportion' LP -4 No. 4 and 3/8" gradings 0,9- 2.0 0.9 2.0 Report )/2" and 3/4" gradings 0.6- 1.3 0.6- 1.3 only Notes: The Engineer determines combined aggregate gradations containing RAP under Laboratory Procedure LPA. "X' denotes the sieves the Engineer considers for the specified aggregate gradation. ` The tolerances must comply with the allowable tolerances in Section 39- 1.02E, "Aggregate." The Engineer determines percent of maximum theoretical density if the specified paved thickness is at least 0.15 foot under California Test 375 except the Engineer uses: I. California Test 308, Method A, to determine in -place density of each density core instead of using the nuclear gauge in Part 4, "Determining In -Place Density By The Nuclear Density Device." 2. California Test 309 to determine maximum theoretical density instead of calculating test maximum density in Part 5, "Determining Test Maximum Density." ` The Engineer determines maximum theoretical density (California rest 309) at the frequency specified for Test Maximum Density under California Test 375, Pan S.D. 'The Engineer reports the average of 3 tests from a single split sample. " Modify California Test 304, Part 2.B.2.c: "Afler compaction in the mechanical compactor, cool to 140 OF 1 5 OF by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the oven at 140 OF for a minimum of 2 hours and not more than 3 hours." "The Engineer determines the bulk specific gravity of each lab- compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test 309. 'Report only if the adjustment for asphalt binder content target value is less than or equal to f OJ percent from OBC. ' Voids in mineral aggregate for RHMA-G must be within this range. The Engineer determines the percent of maximum theoretical density from the average density of 3 density cores you take from every 750 tons of production or part thereof divided by the maximum theoretical density. If the specified total paved thickness is at least 0.15 foot and any layer is less than 0.15 foot, the Engineer determines the percent of maximum theoretical density from density cores taken from the final layer measured the full depth of the total paved HMA thickness. The Engineer stops production and terminates a lot if: 1 . The lot's composite quality factor, QFC, or an individual quality factor, QFQci for i = 3, 4, or 5, is below 0.90 determined under Section 39- 4.03F, "Statistical Evaluation" 2. An individual quality factor, QFQci for i = I or 2, is below 0.75 3. Quality characteristics for which a quality factor, QFQc„ is not determined has 2 consecutive acceptance or quality control tests not in compliance with the specifications Smnoihnoss Section 12 -lbw 12 -foot— 12 -foot ?9.1.122 svaiahl - straight- straight - edec. must- edge, must- edge, grind. and grind, and must - PIt, PI„ grind, and Plu Asphalt binder Various Section 92 Section 92 _ Section 92 Section 92- 1.02(C) Asphalt rubber binder Various -. -- and Section 39 -1.02D Asphalt modifier _ Various - -- Section 39 -1,02D L Crumb rubber modifier Various Section 39 -1.02D Notes: The Engineer determines combined aggregate gradations containing RAP under Laboratory Procedure LPA. "X' denotes the sieves the Engineer considers for the specified aggregate gradation. ` The tolerances must comply with the allowable tolerances in Section 39- 1.02E, "Aggregate." The Engineer determines percent of maximum theoretical density if the specified paved thickness is at least 0.15 foot under California Test 375 except the Engineer uses: I. California Test 308, Method A, to determine in -place density of each density core instead of using the nuclear gauge in Part 4, "Determining In -Place Density By The Nuclear Density Device." 2. California Test 309 to determine maximum theoretical density instead of calculating test maximum density in Part 5, "Determining Test Maximum Density." ` The Engineer determines maximum theoretical density (California rest 309) at the frequency specified for Test Maximum Density under California Test 375, Pan S.D. 'The Engineer reports the average of 3 tests from a single split sample. " Modify California Test 304, Part 2.B.2.c: "Afler compaction in the mechanical compactor, cool to 140 OF 1 5 OF by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the oven at 140 OF for a minimum of 2 hours and not more than 3 hours." "The Engineer determines the bulk specific gravity of each lab- compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test 309. 'Report only if the adjustment for asphalt binder content target value is less than or equal to f OJ percent from OBC. ' Voids in mineral aggregate for RHMA-G must be within this range. The Engineer determines the percent of maximum theoretical density from the average density of 3 density cores you take from every 750 tons of production or part thereof divided by the maximum theoretical density. If the specified total paved thickness is at least 0.15 foot and any layer is less than 0.15 foot, the Engineer determines the percent of maximum theoretical density from density cores taken from the final layer measured the full depth of the total paved HMA thickness. The Engineer stops production and terminates a lot if: 1 . The lot's composite quality factor, QFC, or an individual quality factor, QFQci for i = 3, 4, or 5, is below 0.90 determined under Section 39- 4.03F, "Statistical Evaluation" 2. An individual quality factor, QFQci for i = I or 2, is below 0.75 3. Quality characteristics for which a quality factor, QFQc„ is not determined has 2 consecutive acceptance or quality control tests not in compliance with the specifications For an% single quality characteristic for which a quality factor. QF,,,,. is not determined, cscept ,moodiness. if 2 consecutive acceptance lest results do not comply \citlt specilicalions: I . Stop production. 2. Take corrcclive action. .i. In the lingincer's presence, take samples and split each sample into 4 parts. "hest I part for compliance with the specifications and submit 3 parts to the Engineer. The Engineer tests I part for compliance with the specifications and reserves and stores 2 parts. 4. Demonstrate compliance with the specifications before resuming production and placement on the State highway. 39- 4.0513 Statistical Evaluation, Determination Of Quality Factors And Acceptance Statistical Evaluation and Determination of Quality Factors To determine the individual quality factor, QFoci. for any quality factor i = I through 5 or a lot's composite quality factor, QFc, for acceptance and payment adjustment, the Engineer uses the evaluation specifications under Section 39- 4.03F, "Statistical Evaluation," and: I. Verified quality control test results for aggregate gradation 2. Verified quality control test results for asphalt binder content 3. The Engineer's test results for percent of maximum theoretical density Lot Acceptance Based on Quality Factors I he Engineer accepts a lot based on the quality factors determined for aggregate gradation and asphalt binder content, QFQci for i = I through 4, using the total number of verified quality control test result values and the total percent defective (P „+ P,). The Engineer accepts a lot based on the quality factor determined for maximum theoretical density, QFo, s, using the total number of test result values from density cores and the total percent defective (P,. + Pc). The Engineer calculates the quality factor for the lot, QFc, which is a composite of weighted individual quality factors, QFoC;, determined for each quality characteristic in the HMA Acceptance — QC / QA table in Section 39- 4.05A, "Testing.” The Engineer accepts a lot based on quality factors if: 1. The current composite quality factor, QFC, is 0.90 or greater 2. Each individual quality factor, QFQc; for i = 3, 4, and 5, is 0.90 or greater 3. Each individual quality factor, QFQci for i = I and 2, is 0.75 or greater No single quality characteristic test may represent more than the smaller of 750 tons or I day's production. Payment Adjustment If a lot is accepted, the Engineer adjusts payment with the following formula: „ PA = HMAC'P * wi � LJFOCI * (HMA7T - WHMA7Tt) + PV1IMAM _ -CMACP ` HAM T7' , =1 where: PA -- Payment adjustment rounded to 2 decimal places HA14C P = HMA contract price. 11,14 /1 TT = FIMA total tons represented in the lot. WHMA TT, — Total tons of waived qua'it% characteristic HMA. QFt,,;= Runningquality factor lot the individual quality characteristic. QF &, for i : I through 4 must he from verified Contractor's QC results. QFtt,< must be determined from the Engineer's results on density cores taken for percent of maximum theoretical density determination. tv - Weighting factor listed in the FIMA acceptance table. I = Quality characteristic index number in the HMA acceptance table. If the payment adjustment is a negative value, the Engineer deducts this amount from payment. If the payment adjustment is a positive value, the Engineer adds this amount to payment. The 21st sublet becomes the 1st sublet (n - 1) in the next lot. When the 21st sequential sublet becomes the ; sl sublet, the previous 20 sequential sublets become a lot for which the Engineer determines a quality factor. The Engineer uses this quality factor to pay for the I IMA in the lot. If the next lot consists of less than 8 sublets, these sublets must be added to the previous lot for quality factor determination using 21 to 27 sublots. 39 -4.05C Dispute Resolution For a lot, if you or the Engineer dispute any quality factor. QFe,„ or verification test result, every sublet in that lot must be retested. Referee tests must be performed under the specifications for acceptance testing. Any quality factor, QFQc; must be determined using the referee tests. For any quality factor, QFoc;, for i = 1 through 5, dispute resolution: 1 . If the difference between the quality factors for QFQC; using the referee test result and the disputed test result is less than or equal to 0.01, the original test result is correct. 2. If the difference between the quality factor for QFQc, using the referee test result and the disputed test result is more than 0.01, the quality factor determined from the referee tests supersedes the previously determined quality factor. 39 -5 MEASUREMENT AND PAYMENT 39 -5.01 MEASUREMENT The contract item for HMA is measured by weight. The weight of each HMA mixture designated in the Engineer's Estimate trust be the combined mixture weight. If tack coat, asphalt binder, and asphaltic emulsion are paid with separate contract items, their contract items are measured under Section 92, "Asphalts," or Section 94, "Asphaltic Emulsions," as the case may be. If recorded batch weights are printed automatically, the contract item for HMA is measured by using the printed batch weights, provided: I. Total aggregate and supplemental fine aggregate weight per batch is printed. If supplemental fine aggregate is weighed cumulatively with the aggregate, the total aggregate batch weight must include the supplemental fine aggregate weight. 2. Total asphalt binder weight per batch is printed. 3. Each truckload's zero tolerance v,cight is printed before weighing the first batch and after ttcit_hinc the Iasi batch. q. l lmc_ date. nnix number, load number and truck identification is correlated with a load slip. 5. A copy of the recorded batch weights is certified by a licensed weightnaster and submitted to the Engineer. fhe con 'acl item I'or placing I IM.A dike is measured by the linear foot along the coin p let ed leogih. The contract item for placing IIMA in miscellaneous areas is measured as the in -place compacted area in square yards. In addition to the quantities measured on a linear fool or square yard basis, the HMA for dike and ntizcellaneous areas are measured by weight. 'fhe contract item for geosynlhetic pavement interlayer is measured by the square yard for the actual pnveineni area covered. 34 -S.02 PAYMENT The contract prices paid per ton for hot mix asphalt as designated in the Engineer's Estimate include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in constructing hot mix asphalt, complete in place, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. If HMA is specified to comply with Section 39 -4, "Quality Control / Quality Assurance," the Engineer adjusts payment tinder that section. Full compensation for the Quality Control Plan and prepaving conference is included in the contract prices paid per ton for hot mix asphalt as designated in the Engineer's Estimate and no additional compensation will be allowed therefor. Full compensation for performing and submitting mix designs and for Contractor sampling, testing, inspection, testing facilities, and preparation and submittal of results is included in the contract prices paid per ton for HMA as designated in the Engineer's Estimate and no additional compensation will be allowed therefor. Full compensation for reclaimed asphalt pavement is included in the contract prices paid per ton for HMA as designated in the Engineer's Estimate and no additional compensation will be allowed therefor. The contract price paid per ton for hot mix asphah (leveling) includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in hot mix asphalt (leveling), complete in place, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The State pays for HMA dike at the contract price per linear foot for place HMA dike and by the ton For HMA. The contract prices paid per linear foot for place hot mix asphalt dike as designated in the Engineer's Estimate include full compensation for furnishing all labor, tools, equipment, and incidentals, and for doing all the work involved in placing HMA dike, complete in place, including excavation, backlill, and preparation of the area to receive the dike, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The State pads for HMA specified to be a miscellaneous area at the contract price per square yard for place hot mix asphalt (miscellaneous area) and per ton for hot mix asphalt. The contract price paid per square yard for place hot mix asphalt (miscellaneous area) includes full compensation for furnishing all labor, tools, equipment, and incidentals, and for doing all the work involved in placing HMA (miscellaneous area) complete in place, including excavation, backFill, and preparation of the area to receive HMA (miscellaneous area), as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. if the Quality Control / Quality Assurance construction process is specified, HMA placed in dikes and miscellaneous areas is paid for at the contract price per ton for hot mix asphalt under Section 39 -4, "Quality C'onuol / Qunlity Assurance." Section 9 -4.0 %, "Statistical Evaluation. Determination of Quali(y Factors and Acceptance," does not apply to I IMA placed in dikes and miscellaneous areas. if (here are no contract items for place hot mix asphalt dike and place hot n ix asphalt (miscellaneous area) and the work is specified, full compensation for constructing HMA dikes and HMA (miscellan(2ous areas) including excavation. backfill, and preparation of the area to receive I -INIA dike or IIMA (miscellaneous area) is included in the contract price paid per ton for the hot mix asphalt designated in the Engineer's Estimate and no separate paymem \�ill be made therefor. The contract price paid per square yard for geosynthetic pavement interlayer includes full compensation for furnishing all labor. materials, tools. equipment. and incidentals, and for doing all the cork involved in placing geosynthetic pavement interlayer. complete in place. as shown on the plans. as specified in these specifications and the special provisions, and as directed by the Engineer. The contract price paid per Ion for paving asphalt (binder, geosynthetic pavement interlayer) includes Full compensation for furnishing all labor- materials, tools, equipment. and incidentals. and for doing all the work involved in applying paving asphalt ('binder. geosynthetic pavement interlayer), complete in place, including spreading sand to cover exposed hinder material, as shown on (he plans, as specified in these specifications and the special provisions, and as directed by the Engineer. Full compensation for small quantities of FIMA placed on geosynthetic pavement interlayer to prevent displacement during construction is included in the contract price paid per ton for the FIMA being paved over the interlayer and no separate payment will be made therefor. The contract price paid per ton for tack coat includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in applying tack coat, complete in place, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The Engineer does not adjust payment for increases or decreases in the quantities for tack coat, regardless of the reason for the increase or decrease. Section 4- 1.0313, "Increased or Decreased Quantities," does not apply to the items for lack coat. Full compensation for performing smoothness testing, submitting written and electronic copies of tests, and performing corrective work including applying fog seal coat is included in the contract price paid per ton for the HMA designated in the Engineer's Fstimate and no separate payment will be made therefor. Full compensation for spreading sand on RFIMA -G, RHMA -O, and RHMA -O -HB surfaces and for sweeping and removing excess sand is included in the contract price paid per ton for rubberized hot mix asphalt as designated in the Engineer's Estimate and no separate payment will be made therefor. If the Engineer fails to comply with a specification within a specified time, and if, in the opinion of the Engineer, work completion is delayed because of the failure, the Engineer adjusts payment and contract time under Section 8 -1.09, "Right of Way Delays." If the dispute resolution ITP determines the Engineer's test results are correct, the Engineer deducts the ITP's testing costs from payments. If the ITP determines your test results are correct, the State pays the ITP's testing costs. If, in the Engineer's opinion, \%ork completion is delayed because of incorrect Engineer test results, the Engineer adjusts payment and contract time under Section 8 -1.09, "Right of Way Delays." AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 40 PORTLAND CEMENT CONCRETE PAVEMENT (Issued 06- 05 -09) Replace Section 40 with: SECTION 40 CONCRETE PAVEMENT 40 -1 GENERAL 40 -1.01 SUMMARY Section 40 includes specifications for constructinP concrete pascment on a prepared suberade. 40 -1.02 SUBMITTALS 40 -1.02A Certificates of Compliance Submit Certificates of Compliance under Seciion 6 -1.07. "Certificates of Compliance." Include a test result report for any specified test with certificalion that test was performed within 12 months before the tested inaierial's use. Submit Certificates of Compliance for: I. Tie bars 2. Threaded tie bar splice couplers 3. Dowel bars 4. Tie bar baskets 5. Dowel bar baskets 6. Chemical adhesive (drill and bond) 7. Siliconejoint sealant 8. Asphalt rubberjoint sealant 9. Preformed compression seal 10. Backer rods. Include the manufacturer's statement of compatibility with the sealant to be used. 1 1. Joint tiller material 12. Curing compound. For each delivery to the job site, submit a copy of the Certificate of Compliance to the Engineer and the Transportation Laboratory. Each Certificate of Compliance must not represent more than 10,000 gallons and must include a test result report for: 12.1. Moisture loss at 24 hours under California Test 534 12.2. Reflectance under ASTM E 1347 12.3. Viscosity under ASTM D 2196 12.4. Nonvolatile content under ASTM D 3723 12.5. Pigment content under ASTM D 3723 13. Epoxy powder coating 40 -1.028 Curing Compound Samples Submit split curing compound samples to the Transportation Laboratory, 40 -1.02C Drilted Corings Submit each core taken for Engineer's acceptance in a plastic bag. Mark each core with a location descr i p[ ion. 40 -1.021) Independent Tbird Party Air Content Testing Lnboratorn' Before testing. submit lox the Engineer's approval the namc of a laboratory that will test drilled cort specimens for air content in cases ofdispute. 40 -1.02E Dowel Bars Before placing dowel bars, submit a procedure for identifeine transverse contraction joint locations relative to the dowel bars' longitudinal center and a procedure Ibr consolidating concrete around the dowel bars. 40 -1.02F Concrete Field Qualification Submit field qualification data and test reports including: I. Mixing date 2. Mixing equipment and procedures used 3. Batch volume in cubic yards 4. Type and source of ingredients used 5. Penetration of the concrete 6. Air content of the plastic concrete 7. Age and strength at tune of concrete beam testing Field qualification test reports must be certified with a signature by an official in responsible charge of the laboratory performing the tests. 40 -1.02G Frequency Measuring Device (Tachometer) Submit calibration documentation and operational guidelines for frequency measuring devices for concrete consolidation vibrators. 40 -1.02H Manufacturer's Recommendations and Instructions If used and at least 15 days before delivery to the job site, submit manufacturer's recommendations and instructions for storage and installation of: I. Threaded tie bar splice couplers 2. Chemical adhesive (drill and bond) 3. Silicone liquid sealant 4. Asphalt rubber liquid sealant 5. Preformed compression seals 6. Joint filler material 40 -1.021 Mix Proportions At least 15 days before starting testing for mix proportions under California Test 559, submit a copy of the AASHTO accreditation for your laboratory determining the mix proportions. At least 30 days before starting field qualification, submit under California Test 559 the proposed concrete mix proportions, the corresponding mix identifications, and laboratory test reports including the modulus of rupture for each trial mixture at 10, 21, 28, and 42 days. 40 -1.02J Preformed Compression Seal Submit the manufacturer's data sheet used to develop the recommended preformed compression seal based on the joint dimensions. 40 -1.02K Concrete Pavement Early Age Crack IMiti aflon System AI least 24 hours before each paving shift. +nbmil: liarly age stress and strength predictions 2. Scheduled sawing and curing acto dies 3. Contingency planirvolunlccrcrackingoccurs At lead 24 hours before paving, meet with the Engineer to review the submillals for the earl- age crack rniliganon system. During paving, update the system with current weather data obtained from a portable weather station. Before paving concrete pavement wish these updates; submit new stress and suength predictions and curing and sawing activity schedules. 40 -1.02L Prolilograms Submit proflograms within 5 business days of initial profiling and within 2 business days or profiling corrected sections. Submit I electronic copy of profile information in ".erd" format or other ProVAL compatible format to the Engineer and lo: Smoothnesseadot.ca.gov Submit the original of final profilograms before the Engineer accepts Ozc contract. Submitted profilograms become the Department's property. 40 -1.02M Protecting Concrete Pavement During Cold Weather Submit a plan for protecting concrete pavement when the average ambient daily temperature is below 40 °I and daytime ambient temperature is less than 50 °r' during the initial 72 hours after paving. 40 -1.02N Quality Control Charts Submit updated quality control charts each paving day. 40 -1.020 Quality Control Plan At least 30 days before the start of field qualification, submit a concrete pavement quality control plan (QCP). 40 -1.03 QUALITY CONTROL AND ASSURANCE 40 -1.03A Contractor Quality Control Plan Establish, implement, and maintain a QCP for concrete pavement. The QCP must describe the organization and procedures you use to: 1. Control the production process 2. Determine if changes to the production process are needed 3. Implement changes The QCP must address the elements affecting concrete pavement quality including: I. Mix proportions 2. Aggregate gradation 3. Materials quality 4. Stockpile management 5. Line and grade control 6. Proportioning 7. Mixing and transportation 8. Placing and consolidation 9. Contraction and construction joints 10. Dowel bar placement, alignment, and anchorage 1 L Fie bar placement 12. Modulus of rupture 13. Finishing and curing 14. Sun face smoothness 15. Joint sealant and compression seal installation The QCP must include details of corrective action to be taken if any process is out of control. As a minimum, a process is out of control if any of the following occurs: I. For fine and coarse aggregate gradation, 2 consecutive running averages of 4 tests are outside the specification limits 2. For fine and coarse aggregates, the moisture content ofeither aggregate changes by more than 0.5 percentage point from any reading 3. For individual penetration of air content measurements: 3.1. One point falls outside the suspension limit line 3.2. Two points in a row fall outside the action limit line Stop production and take corrective action for out of control processes except fine and coarse aggregate moisture content or the Engineer rejects subsequent material. 40 -1.03B Quality Control Testing Select random locations and perform sampling and testing in compliance with: Ouality Control Testinr 'lest Fre uenc, Pest \lethod Cleanness kalue 2 per day CT 227 Sand equivalent 2 per day CT 217 Aggregate gradation 2 per day Cr 202 .kir content (Geeze Thaw ) I per hour CT 504 content (non- freeze thaw) 1 ep r 4 hours CT 044 _Air Dcnsi tv I per hours c sIR PenclrnI ion 1 per 4 hours CT 53 Calibration of moisture meter '' 1 per day CT 223 or C 226 Notes: ' If air entrainment is specified. make at least I air content measurement per hour. hair entrainment is not specified, make at least I air content measurement per 4 hours, ;\lake at least I measurement of moisture content per week to check the calibration of an electronically actuated moisture meter. ` Random location sampling and testing is not applicable. If air entrainment is specified, the testing laboratory and tester must be qualified under the Department's Independent Assurance Manual. The manual is available from the Transportation Laboratory. 40 -1.03C Control Charts Maintain control charts to identify potential problems and assignable causes. Post a copy of each control chart at a location determined by the Engineer. Individual measurement control charts must use the target values in the mix proportions as indicators of central tendency. Develop linear control charts for: I. Cleanness value 2. Sand equivalent 3. Fine and coarse aggregate gradation 4. Air content 5. Penetration Control charts must include: I . Contract number 2. Mix proportions 3. Test number 4. Each test parameter 5. Action and suspension limits 6. Specification limits 7. Quality control test results For fine and coarse aggregate gradation control charts, record the running average of the previous 4 consecutive gradation tests for each sieve and superimpose the specification limits. For penetration and air content control charts, record the individual measurements and superimpose the following action and suspension limits: Penetration and :Air Content ,Action and Suspension Limits Control Parameter IndisiJuail Measurements _ .Action Limit Sus erasion Limit Penetration. CT 533 1 inch I -I /2 inch .Air content, CT 504 31.0 pereem 31 .5 percent 40 -1.03D Contractor's Laboratory Use a laboratory that complies with ASTM C 1077 to determine the nix proportions for concrete pavement. The laboraton must have a current AASFITO accreditation for: 1. AASHTO T 97 of ASTM C78 2. ASTM C 192/C 192M 40 -1.03E .Joint Sealant and Compression Seal Installation Training Before installing joint sealant or compression seals, arrange for a representative from the joint sealant or compression seal manufacturer to provide training on the cleaning and preparation of the joint and installing the sealant or seal. Until your personnel and the Department's personnel have been trained, do not installjoint sealant or compression seals. 40 -1.03F Frequency Measuring Device (Tachometer) Before each day's concrete pavement placement and at intervals not to exceed 4 hours of production, test and record vibration frequency and amplitude for concrete consolidation vibrators. 40 -L03C Early Age Concrete Pavement Crack Mitigation System Develop and implement a system for predicting concrete pavement stresses and strength during the initial 72 hours after paving. The system must include: I. Subscribing to a weather service to obtain forecasts for wind speed, ambient temperatures, humidity, and cloud cover 2. Portable weather station with anemometer, temperature and humidity sensors, located at the paving site 3. Early age concrete pavement stress and strength prediction computer program 4. Analyzing, monitoring, updating, and reporting the system's predictions 40 -1.03H Curing Compound Sample curing compound from shipping containers at the manufacturer's source of supply. Split the samples. 40 -1.031 Concrete Pavement Smoothness Within 10 days after paving, measure the Profile Index (Plo) of the concrete pavement surface using a zero (null) blanking band under California Test 526. For the following concrete pavement areas, the Engineer does not require a profilograph and you must test and correct high points determined by a 12 -foot straightedge placed parallel with and perpendicular to the centerline: I. Horizontal curves with a centerline radius of curvature less than 1,000 feet including concrete pavement within the superelevation transitions of those curves. 2. Exit ramp termini, truck weigh stations, and weigh -in- motion areas 3. Where steep grades and superelcvalion rates greater than 6 percent are present on: 3.1. Ramps 3.2. Connectors 4. Turn lanes and areas around manholes or diainag. transitions 5. Acceleration and deceleration lanes for at -grade intersections 6. Shoulders and miscellaneous gore ¢rcas Use it California Piolilograph or equivalent to determine the concrete pavement profile. If the prof ilograph uses a inechanicaI recorder. use an electronic scanner to reduce the pro lilograin. The profiloginph operator nwsI be qualified under the Depart ment's Independent Assurance Manual. The manual is available from the Transportation Laboratory. 40- 1.03.E ProGlograph Test Procedure Notify the Engineer at least 2 business days before performing profilograph testing. Each day before performing profilograph testing, notify the Engineer of the start location. Perform profilograph testing in the Engineer's presence. Before starting prof logiaph testing, remove foreign objects from the concrete pavement surface. Before starting profilograph testing, calibrate the profilograph in the Engineer's presence. If the Engineer chooses not to be present during profilograph testing, you may perform the testing with the Engineer's written approval. Note the Engineer's absence on the profilogram. Determine PIo values for the Final concrete pavement surface of each 0.1 -mile section of a traffic lane. Take 2 profiles within each traffic lane, 3 feet from and parallel wish the edge of each lane. Each section's Plo is the average of the PIo values for the measurements within that traffic lane. A section that is less than 0.01 mile and is the result of an interruption to continuous concrete pavement surface must comply with the PIo specifications for a full section. Adjust the Pio for a partial section to reflect a full section. Use stationing to locate vertical deviations greater than 0.3 inches. The profilogram stationing must be the same as the project stationing. Note 0.1 -mile segments on the profilogram. Label the prof lograin with: I. Contract number 2. County and route number 3. Stationing 4. Operator's name 5. Test date 6. Test number 7. Traffic direction 8. Traffic lane (numbered from left to right in direction of travel) 9. Test wheel path (left or right in direction of trave)) lo. Test direction 11. Paving direction 40 -1.03K Smoothness Corrective Action Correct concrete pavement not complying with the Engineer's acceptance specifications for smoothness by grinding under Section 42 -2, "Grinding." Do not grind before: I en days after concrelc pavement pincement The concrete ha, devCloped a irtotlulu� of rupture of al ICaSt 550 psi Grind the entire lane Odd). When coinpletetL the lane \ "idth nwst be unifonn in Icxnme and appearance. Square the corrected area's start and end normal to the paved sul face's cenrerline. Retest sections where corrections were made. 40 -1.03L Engineer's Acceptance General The Engineer accepts concrete pavement based on the Department's testing for the following concrete pavement quality characteristics. 1 single test represents no more than the quantity specified: Concrete Pavement Acceptance Quality Characteristic Quantity Test _ 28-day modulus of ru turc _ 1.000 cubic yards CT 523 Thickness 1,200 square yards for primary area measurements CT 531 Dowel bar placement 700 square yards Measurement Tie bar placement 4,000 square yards Measurement Coefficient of friction One day's paving CT 342 Air content (freeze - thaw) One day's paving CT 504 Note: ' Air content tests must be performed under California Test 504 if air entrainment is specified. At the Department's option, the Engineer also accepts concrete pavement based on your or the Department's testing for smoothness. A single test represents no more than 0.1 mile. The Engineer considers other concrete pavement quality characteristics in determining final acceptance. The Engineer's acceptance of modulus of rupture. thickness, dowel bar and tie bar placement, coefficient of friction, smoothness, and air content does not constitute final concrete pavement acceptance. Modulus of Rupture The Engineer accepts concrete pavement ror modulus of rupture on a lot basis. The minimum modulus of rupture for each lot is 570 psi at 28 days. For each lot of concrete for concrete pavement: 1 . Quantity must not exceed 1,000 cubic yards. 2. Department determines the modulus of rupture of test beams aged 10 days and 28 days. 3. Department calculates the modulus of rupture by averaging the individual test results of 2 beams aged for 28 days. 4. Difference in the individual test results of beams aged 28 days must not exceed 12 percent when tested by Method I, or 16 percent when tested by Method 2. The Engineer calculates the difference relative to the average of the 2 test results. The Department provides molds and machines for modulus of rupture acceptance testing. Provide material and labor the Engineer may require. Concrete Pacentent Smoothness II the Department tesu kr smoothness, thu tests are perl'onned under Section 10- 1.031, "Concrete Pa%cment Smoothness." 'I he I'n,Ineer accepts concrete pavement for smoothness in compliance with the IoIIowing: L For tangents and horizontal curves having a centerline radius of-curvature 2,000 feet or more, the PI(, must be at most 3 inches per 0.1 -mile section. 2. For horizontal CUrv'eS having a centerline radius of curvature from 1,000 to 2,000 feet including concrete pavement within the superelevation transitions of those curves, the Pltt must be at most 6 inches per 0.1 -mile section. ;. If using a prolilograph to measure smoothness, the surface must not have individual hieh points greater than 03 inch. -1. If using a straightedge to measure smoothness, the surface must be within 0.02 foot of the straightedge's lower edge. Profile index specifications apply to existing pavement within 50 feet of the transverse joint separating new concrete pavement and the existing pavement. If the Department's prolilograph test results do not match yours, the Engineer may order you to recalibrate your prolilograph equipment and perform a retest. If your test results are inaccurate due to operator error, the Engineer may disqualify your prolilograph operator. If the Engineer determines your test results are inaccurate, the Engineer does not make adjustments to payment or contract time for recalibrating, retesting, and delays. Concrete Pavement Thickness The Engineer accepts concrete pavement for thickness based on coring in the primary area, which is the area placed in I day for each thickness. Concrete pavement thickness must not be deficient by more than 0.05 foot. After corrective grinding has been completed, core concrete pavement in the primary area under Section 40 -3.16, "Obtaining Drilled Cores," at locations determined by the Engineer and in the Engineer's presence. The core specimen diameter must be 4 inches. To identify the limits of concrete pavement deficient in thickness by more than US foot, you may divide primary areas into secondary areas. Specifications that may affect concrete pavement thickness such as allowable tolerances for subgrade construction do not change the thickness specified for concrete pavement. In each primary area, the Engineer measures concrete pavement thickness every 1,200 square yards and any remaining area. The Engineer measures cores under Califomia Test 531 to the nearest 0.01 foot. Core at least 1 foot from existing, contiguous, and parallel concrete pavement not constructed as part of this contract. You may request the Engineer make additional thickness measurements and use them to determine the average thickness variation. The Engineer determines the locations with random sampling methods. If each thickness measurement in a primary area is less than 0.05 foot deficient, the Engineer calculates the average thickness deficiency in that primary area. The Engineer uses 0.02 foot for a thickness difference more than 0.02 foot over the specified thickness. For each thickness measurement in a primary area deficient by more than 0,05 foot, the Engineer determines a secondary area where the thickness deficiency is more than 0.05 foot. The Engineer determines this secondary area by measuring the thickness of each concrete pavement slab adjacent to the measurement found to be more than 0.05 foot deficient, The Engineer continues to measure the thickness until an area that is bound by slabs with thickness deficient by 0.05 foot or less is determined. Slabs without bar reinforcement are defined as the areas bound by longitudinal and transverse joints and concrete pavement edges. Slabs with bar reinforcement are defined as the areas bound by longitudinal joints and concrete pavement edges and I; -fool lengths. Sccondary area thickness InCaJUICmenlS in a >lah determine that entire slabs thickness. 'Pic Engineer measures the remaining printary area thickness o ".er removing the secondary areas horn consideration fur determining the average thickness deficiency. The tngineer determines the slabs to tLmove and replace. Required Use of Air- Entraining Admixtures If air - entraining admixtures are specified, the Engineer may choose to accept concrete pavement for air content based on your air content quality control tests. The Engineer decides to use your air content quality control tests based on n r -test that determines the diffcrence in the means of your test and the Engineer's verification tests. The Engineer calculates the t -value of the test data as follows: where: V- 1 1 1 and C U *S�ln,. -11 S,. +— r n, + "r2 n, n, . n, = Number of your quality control tests (minimum of 2 required) n, = Number of verification tests (minimum of I required) X = Mean of your quality control tests X = Mean of the verification tests S„ = Pooled standard deviation (When n, = I, SP= S,) S, = Standard deviation of your quality control tests S„ = Standard deviation of the verification tests (when n,. 1) The Engineer compares your quality control test results with the Department's verification test results at a level of significance of a =0.01. The Engineer compares the r -value lot,,,,, determined from: t,,;, degrees of freedom (n, +n, -2) I, „, (for cc 0.01) 1 63.657 2 9.925 3 5.841 4 4.604 5 4.032 6 3.707 7 3,499 8 3.355 9 3.250 0 3.169 If the r -value calculated is less than or equal to t,,,,, your quality control test results are verified. If the r- value calculated is greater than t,,,,, quality control test results are not verified. If %out quality consul test results are not %erilied, core at least 3 specimens from concrete pavement under Section - I0-116. "Ohiaining Drilled Cores." The Engineer selects the core locations. Your :ipprovccl third party independent testing laboratory must test these specimens for air content under ASTM C 457. The Engineer compares these test results %%ilh your quality control test results using the t- test method If your quality control test results are verified based on this comparison, the Engineer uses the qualify control test result; for acceptance of concrete payenient for air content. If your quality control test results are not Gcritied based on this comparison, the Engineer uses the air content of core specimens deteriiiined under AS I M C 457 for acceptance. Dowel Bar and Tic Bar Placement Re Engineer uses core specimens to evaluate and accept concrete pavement for: I . Dowel bar placement 2. 'fie bar placement 3. Concrete consolidation Obtain cores under Section 40 -3.16, "Obtaining Drilled Cores." The Engineer determines the core locations. Each core must have a nominal diameter of 4 inches. Core each day's paving within 2 business days in compliance with One test for every 700 square yards of doweled concrete pavement or remaining fraction of that area. Each dowel bar test consists of 2 cores, I on each dowel bar end to expose both ends and allow measurement. 2. One test for every 4,000 square yards of concrete pavement with tie bars or remaining Fraction of that area If the tests indicate dowel or tie bars are not placed within the specified tolerances or if there are air voids around the docrel or tie bars, core additional specimens to determine the limits of unacceptable work. The Engineer determines the slabs to remove and replace. If the Engineer approves your request, slabs may remain in place with an adjustment in payment for: I. Dowel bars with centers from f2 inches to t3 inches from the saw cut of a transverse contraction joint or with deficient concrete consolidation around the dowel bars 2. Tie bars placed outside their specified placement and position or with deficient concrete consolidation around the tie bars Bar Reinforcing Steel The Engineer accepts concrete pavement for bar reinforcing steel based on inspection before concrete placement. Curing Compound The Engineer accepts curing compound based on test results submitted with the Certificate of Compliance for moisture loss, reflectance, viscosity, nonvolatile content, and pigment content. Curing compound sampled from shipping containers from the manufacturer's supply source or from the job site must match these test results within the specified tolerances listed in the precision and bias statements for the test methods. 40 -2 MATERIALS 40 -2.01 CONCRETE 40 -2.01A Gencral Concrete must comply with Section 90. "Portland Cement Concrete." 40 -2.01B Aggregate The specifications for reduction in Operating Range and Contract Compliance for cleanness value and sand equivalent specified under Section 90 -202A, "Coarse Aggregate." and Section 90- 2.028. "Fine Aggregate," do not apply to concrete pavement. Combined aggregate gradings must comply %,ith Section 90 -3. "Aggregate Gradings," and the difference between the percent passing the 3/8 -inch siege and the percent passing the No. 8 sieve must not be less than 16 percent of the total aggregate. 40 -2.01C Cementitious Material Concrete for concrete pavement must contain hront 505 pounds to 675 pounds cementitious material per cubic yard. The specifications for reducing cementitious material content in Section 90 -4.05, "Optional Use of Chemical Admixtures," do not apply to concrete pavement. 40 -2.01D Mix Proportions Your laboratory determining mix proportions must determine the minimum cementitious materials content or the maximum water to cementitious materials ratio under California Test 559 and I. You must make trial mixtures no more than 24 months before field qualification. 2. Modulus of rupture used to determine the minimum cementitious materials content or maximum water to cementitious materials ratio must be 570 psi at 28 days age and 650 psi at 42 days age. 3. Yow laboratory must determine an increase in the cementitious materials content or a decrease in the water to cementitious materials ratio from the trial mixtures to ensure concrete pavement complies with the specifications. If changing an aggregate supply source or the mix proportions, produce a trial batch and field- qualify the new concrete. The Engineer does not adjust contract time for performing sampling, testing, and qualifying new mix proportions or changing an aggregate supply source. 40 -2.OIE Field Qualification Proposed mix proportions must be field qualified before you place concrete pavement. Use an American Concrete Institute (ACI) certified "Concrete Laboratory Technician, Grade P to perform field qualification tests and calculations. The Engineer accepts field qualification if five beams made and tested under California Test 523 comply with the following: 1. At a minimum, beams are tested at 10, 21, and 28 days of age 2. At your choice of age not later than 28 days, no single beam's modulus of rupture is less than 550 psi and the average modulus of rupture is at least 570 psi 40 -2.02 TIE BARS Unless specified as smooth, tie bars must be deformed. Deformed tie bars must be: I . Delbrincd steel reinlbrcioL bars under any ol'the following: 1 .I. AS I'M A 615 /A 615M, Grade 40 or 60 1.2. ASfM A 996/A 996M 1.3. ASl'M A 706/A 706M 2. Epoxy- coated under Section 52- 1.028. "Epoxy- coated Reinforcement." and the following: 2.i. Epoxy- coated tie bars must comply ��ith either ASTM A 775/ A 775M or ASTM A 934/ A 934 M. 2.2. Epoxy coating under ASTM A 934/ A 934M must be purple or gray. Smoo0t tie bars must be: 1. Plain, round, and smooth steel under ASTM A 615/A 61. 5M, Grade 40 or 60 2. Epoxy- coated under Section 52- 1.02B, "Epoxy- coated Reinforcement," and the following: 2.1. Epoxy- coated smooth tie bars must comply with ASTM A 884/A 884M, Class A, Type I or Type 2. 2.2. Epoxy coating under ASTM A 884/A 884 M, Class A, Type 2 must be purple or gray. 2.3. Bend test does not apply. Fabricate, sample, and handle epoxy - coated smooth and deformed tie bars at ihejob site under ASTM D 3963/D 3963M and Section 52- 1.028. "Epoxy- coated Reinforcement." Do not bend epoxy- coated tie bars. 40 -2.03 DOWEL BARS 40 -2.03A General Dokvel bars must be: 1. Plain, round, and smooth steel under ASTM A 615 /A 61 SM, Grade 40 or 60 2. Epoxy- coated under Section 52- 1.02B, "Epoxy- coated Reinforcement," and the following: 2.1 Epoxy- coated dowel bars must comply with ASTM A 884/A 884M, Class A, Type 1 or Type 2. 2.2. Epoxy coating under ASTM A 884/ A 884M, Class A, Type 2 must be purple or gray. 2.3. Specifications for bend test do not apply. Fabricate, sample. and handle epoxy- coated dowel hairs at the Job sire under ASTM D 3963/D 3963M and Section 52- I.02B, "Epoxy- coated Reinforcement." except each sample must be 18 inches long. Sample each load delivered to (lie job site. 40 -2.03B Dowel Bar Lubricant Dowel bar lubricant must be petroleum pararfin -based or curing compound. Naraffin -based lubricant must be Dayton Superior DSC BB -Coat nr Valvoline 1'ectyl .506 or an approved equal and must be factory- applied. Curing compound must be o.trinp. compound (3) under Section 90- 7.018, "Curin_. Compound Method," of the Standard Specification,. 40 -2.04 CURING COMPOUND Curing compound must be curing compound ( I ) or (2) with �,hite pigment under Section 90- 7.0113, "Curing Compound Method." Reflectance muss be at least 60 percent when tested under ASTM E 1347, 40 -2.05 CHEMICAL ADHESIVE (DR] LL AND BOND) Chemical adhesive for drilling and bonding dowels and tie bars must be prequalified. A list of prequalified chemical adhesives is available on the Deparnnent's Materials Engineering and Testing Services website. The prequalified list indicates the appropriate chemical adhesive system for the concrete temperature and installation conditions. Each chemical adhesive system must clearly and permanently show the manufacturer's name, model number of the system, manufacturing date, lot number, shelf life or expiration date, and current International Conference of Building Officials (ICBO) Evaluation Report number. Each chemical adhesive carton must include the manufacturer's recommended installation procedures and warning or precautions required by State or Federal laws and regulations. 40 -2.06 DOWEL AND TIE BAR BASKETS Dowel and tie bar baskets must be: 1. Minimum W 10 wire size number under ASTM A 82/A 82M 2. Either U -frame or A -frame shape 3. Welded under Section 7.4 of ASTM A 185/A 185M You may epoxy -coat dowel and tie bar baskets under Section 52- ).02B, "Epoxy- coated Reinforcement, and the following: I. Epoxy- coated dowel and tie bar baskets must comply with ASTM A 884/A 884M, Class A, Type I or Type 2. 2. Epoxy - coating tinder ASTM A 884/ A 884M, Class A, Type 2 must be purple or gray. Handle epoxy- coated dowel and tie -bar baskets at the manufacturing plant and job site under ASTM D 3963/D 3963tvi and Section 52- 1.02B, "Epoxy- coated Reinforcement." Fasteners must be driven fasteners under ASTM F 1667. Fasteners on lean concrete base or asphalt concrete must have a minimum shank diameter of 3/16 inch and a minimum shank length of 2 1/2 inches. For asphalt treated permeable base or cement treated permeable base, the shank diameter must be at least 3/16 inch and the shank length must be at least 5 inches. Fasteners, clips, and washers must have a minimum 0.2 -mil thick zinc coating applied either by electroplating or galvanizing. 40 -2.07 BACKER RODS Backer rod:: must be f � pc 1 uncles \S I'M D 5249. packer rod diameter muSt he at least 2'5 percent grc:ncr than the sawcut joint width. Backer rod material must be expanded. crosslinked. clon,,d -cell polkethrlene foam. No bond or adverse reaction may occur between the hacker rod and sealant. 40 -2.08 JOINT FILLER MATERIAL Joint filler lbr isolation joints must be preformed expansion join( tiller Ibr concrete (bituminous type) undo ASI'M D 994. 40 -2.09 HYDRAULIC CEMENT GROUT (NON - SHRINK) I- Icelraulic cement grout (non - shrink) must comply with ASTIVI C 1107'C' 1107M. Use clean. uniform, rounded aggregate Filler to extend the grout. Aggregate filler must not exceed 60 percent of the grout mass or the masinuun recommended by the manufacturer. whichever is less. aggregate flier moisltne content musf not exceed 0.5 percent. Aggregate filler must comply with: Aggregate Filler Grading Sieve Size percentage Passing 1/2 -inch 100 3/8 -inch 85 - 100 No. 4 to- 30 No. B 0- 10 No. Ib 0 -5 40 -2.10 BAR REINFORCEMENT Bar reinforcement must comply with Section 52,' Reinforcement. 40 -2.11 JOINT SEALANT 40 -2.11A General Do not use hot -pour sealant that will melt the backer rod. 40- 2.1113 Silicone Joint Sealant Silicone joint sealant must be low modulus furnished in a one -part silicone formulation. Do not use acid cure sealant. Siliconejoint sealant must be compatible with the surface it is applied to and comply v ith: Silicone Joint .Se:ilanl Property I fest Nlethod Specification Tensile s ress, 150 %cIon Callon, 7 -dn) c me al 77 °F r. 1 °P and 4S0'. to SS %R.H. ` ASTM D 413 (Dic C) 45 psi max. Flow at 77 F t' F AS'I rvl C 639 a Must not flow from channel I:xtrnsion Rate at 77 F ; 2 7 AS174 C 603 I' .i to 9 oz/min. Specific Gravity ASTNI D 792 _ Nlethod A 1.01 to ISI Durmneler Flm'dne.ss. at 0 F, Shore ,1. hued 7 days at 77 F d2 'F .ASTM C 661 10 to 25 Ozone and Ultraviolet Resistance, after 5.000 hours ASTM C 79; No chalkine, cracking or bond loss 1 'Fick -free at 77 F t2 OF and 45% to 55% R.H.` ASTM C 679 Less than 75 minutes I Elongation, 7 day cure at 77 OF t2 'F and 45 °/a l0 55% R.H. ASTM D 412 (Die C) 500 percent min. to Touch, at 77 OF t2 OF and 45% to S5% R.H.` ASTM D 1640 Less than 75 minutes -Sc( Shelf Life, from date ofsbi ment — 6 ntomhs min. Bond, to concrete mortar- concrete briquenes, air cured 7 days at 77 " F f2 OF AASHTO T 132' 50 psi min. Movement Capability and Adhesion, 100% extension at 0 OF after, air cured 7 days at 77 "F ±2 OF , and followed by 7 days in water at 77 OF :1 2 OF ASTM C 719u No adhesive or cohesive failure after S cycles J Notes'. ASTM C 639 Modified (15 percent slope channel A). "ASTM C 603, through 0.12 -inch opening at 50 psi. ` Mold briquettes under AASHTO T 132, saw in half and bond with a 0.60 -inch maximum thickness of sealant and test under AASHTO T 132. Briquettes must be dried to constant mass at 212 °F 10 °F. a Prepare 12" x I" x 3" concrete blocks under AS "I'M C 719. Use a sawed face for bond surface. Seal 2 inches of block leaving 0.50 inch on each end of specimen unsealed. The depth of sealant must be 0.40 inch and the width 0.50 inch. ` R.H. equals relative humidity. A fter application, silicone joint sealant must not Flow on grades up to 15 percent. 40 -2.11C Asphalt Rubber Joint Sealant Asphalt rubberjoint sealant must: I. Be a mixture of paving asphalt and ground rubber containing not less than 22 percent ground rubber by weight. One hundred percent of ground rubber must pass a No. 8 sieve. Ground rubber must be vulcanized or a combination of vulcanized and devulcanized materials. 2. Comply with ASTM D 6690, Type 11 except: 2.1. The cone penetration requirement must not exceed 120 at 77 F, 5 ounces, 5 seconds. 2.2. The resilience requirement must be a minimum 50 percent recovery when tested at 77 F. 3. Have a Ring and Ball softening point of 135 °F minimum when tested under AASHTO T 53. 4. Be capable of being incited and applied to cracks and joints at temperatures belw% 100 °F 5. Not lie applied when the concrete pavement surface tetnperatuie is below 50 °F. 40 -2.1IU Preformed Compression Joint Scals Preformed compression joint seals must comply with ASTM D 2628. Lubricant adhesive used with the seals must comply with ASTNI D 2835. Preformed compression joint scats must have 5 or 6 cells, e..Ncept seals for Type A2 and Type B joints may have 4 cells. Install preformed compression joint seals in compliance \viIh the manufacturer's recommendations. Show evidence that the seals are compressed lion 10 to 50 percent for thejoinl width and depth. 40 -2.12 WATER Water for core drilling must be from a local domestic water supply. Waler must not contain: I. More than 1,000 parts per million of chlorides as CL 2. More than 1,300 parts per million of sulfates as SO4 3. Impurities in a quantity to cause concrete discoloration or surface etching 40 -3 CONSTRUCTION 40 -3.01 WATER SUPPLY Before placing concrete pavement, develop enough wafer supply for the work. 40 -3.02 SUBGRADE PREPARATION Immediately before placing concrete, the subgrade to receive concrete pavement must be: L to compliance with the specified compaction and elevation tolerances 2. Free of loose and extraneous inaterial 3. Uniformly moist, but free of standing or Flowing water 4. Excavated for thickened parts of concrete pavement end anchors with no disturbed compaction outside the end anchor dimensions If cement treated permeable base is specified, cover the base surface with asphaltic emulsion before placing concrete pavement. Apply the asphaltic emulsion uniformly at a rate of 0.1 gallons per square yard. Asphaltic emulsion must comply with anionic slow- setting type, SSIh grade in Section 94, "Asphaltic Emulsions." Repair damaged asphaltic emulsion before placing concrete pavement. 40 -3.03 PROPORTIONING Proportion aggregate and bulk cementitious materials under Section 90 -5, "Proportioning." 40 -3.04 PLACING CONCRETE 40 -3.04A General Place concrete pavement with stationary side forms or slip -Form paving equipment. Place consecutive concrete loads within 30 minutes of each other. Construct a transverse construction joint when concrete placement is interrupted by more than 30 minutes. The transverse construction joint must coincide with the next contraction joint location, or you must remove fresh concrete pavement to the preceding transversejoint location. Place concrete pavement in full slab widths separated by constructionjoints or monolithically in multiples of full lane widths with a lon_- midinal coniraclion joint at each traffic lane line. Do not relemper concrete. If the concrete paventeta surface Width is constructed as specified, you may construct concrete pavement sides on a batter not flatter than 6:1 (venical:borizunta'). 40 -3.04B Concrete Pavement Widening f concrete pavement is placed adjacent to existing pavement not constructed as part of the contract, grind the existing concrete pavement lane or shoulder adjacent to the new concrete pavement. Perform the grinding before new concrete pavement is placed. The new concrete pavement must match the elevation of the existing concrete pavement after grinding. Grind existing concrete pavement under Section 42 -2. "Grinding." except profile index must comply with the pavement smoothness specifications in Section 40- 1.03. "Quality Control and Assurance." Use paving equipment with padded crawler tracks or rubber -tired wheels on the existing concrete pavement with enough offset to avoid breaking or cracking the existing concrete pavement's edge. 40 -3.04C Concrete Pavement Transition Panel For concrete pavement placed in a transition panel, texture the surface with a drag strip of burlap, a broom, or a spring steel tine device that produces scoring in the finished surface. The scoring must be either parallel with or transverse to the centerline. For the method you choose, texture at the time that produces the coarsest texture. 40 -3.04D Stationary Side Form Construction Stationary side forms must be straight and without defects including warps, bends, and indentations. Side forms must be metal except at end closures and transverse construction joints where other materials may be used. You may build up side forms by attaching a section to the top or bottom. If attached to the top of metal forms, the attached section must be metal. The side form's base width must be at least 80 percent of the specified concrete pavement thickness. Side Forms including interlocking connections with adjoining forms must be rigid enough to prevent springing from subgrading and pavingequipment and concrete pressure. Construct subgrade to final grade before placing side forms. Side forms must bear fully on the foundation throughout their length and base width. Place side forms to the specified grade and alignment of the finished concrete pavement's edge. Support side forms during concrete placing, compacting, and finishing. After subgrade work is complete and immediately before placing concrete, true side forms and set to line and grade for a distance that avoids delays due to form adjustment. Clean and oil side forms before each use. Side forms must remain in place for at least 1 day after placing concrete and until the concrete pavement edge no longer requires protection from the forms. Spread, screed, shape, and consolidate concrete with 1 or more machines. The machine must uniformly distribute and consolidate the concrete. The machines must operate to place the concrete pavement to the specified cross section with minimal hand work. Consolidate the concrete without segregation. If vibrators are used: 1. The vibration rate must be at least 3,500 cycles per minute for surface vibrators and 5,000 cycles per minute for internal vibrators ?. Amplitude of vibration must cause perceptible concrete surface movement at least I foot from the vibrating element 3. Use a calibrated tachometer for measuring frequency of vibration 4. Vibrators must not rest on side forms or new concrete pavement 5. Power to vibrators must automatically cease when forward or backward motion of the paving machine is slopped Use high - frequency internal vibrators wilhin 15 minutes of depositing concrete on the subl-nde to uniformly consolidate the concrete across the paving width including adjacent to forms. Do not use vibrators to shift the mass ofconcrete. 40 -3.04E Slip -Form Construction If slip -form construction is used, spread, screed. shape, and consolidate concrete to the specified cross section with slip -form machines and minimal hand work. Slip -form paving machines must be equipped with traveling side forms and must not segregate the concrete. Do not deviate from the specified concrete pavement alignment by more than 0.1 foot. Slip -form paving machines must use high frequency internal vibrators to consolidate concrete. You may mount vibrators with their axes parallel or normal to file concrete pavement alignment. If mounted with axes parallel to the concrete pavement alignment, space vibrators no more than 2.5 feet measured center to center. If mounted with axes normal to the concrete pavement alignment. space the vibrators with a maximum 0.5 -foot lateral clearance between individual vibrators. Each vibrator must have a vibration rate Rom 5,000 cycles per minute to 5.000 cycles per minute. The amplitude of vibration must cause perceptible concrete surface movement of least I foot from the vibrating element. Use a calibrated tachometer to measure frequency of vibration. 40 -3.05 TIE BAR PLACEMENT Place tie bars: I. Perpendicular to the longitudinal concrete pavementjoint 2. Parallel with the concrete pavement surface at mid -slab depth 3. Not less than 1/2 -inch below the saw cut depth ofjoints 4. With not less than 2 inches clearance from the concrete pavement's surface and bottom 5. With embedment length tolerance of t2 inches 6. For smooth tie bars, with horizontal and vertical skew not more than 1/2 inch per foot of bar length Install tie bars at longitudinal joints by I of the following methods: 1. Drill concrete and bond tie bars with chemical adhesive in compliance with the manufacturer's instructions. Clean and dry drilled holes before placing chemical adhesive and tie bars. After inserting tie bars into chemical adhesive, support the bars to prevent movement during curing. If the Engineer rejects a tie bar installation, cut the tie bar Flush with the joint face and coal the exposed end of the tie bar with chemical adhesive under Section 40 -2, "N4aterials." Offset new holes 3 inches horizontally from the rejected hole's center. 2. Insert tie bars into plastic slip - formed concrete before finishing. Inserted tie bars must have full contact between the bar and the concrete. If tie bars are inserted through the plastic concrete surface, eliminate evidence of the insertion by reworking the concrete over the tie bars. 3. Use threaded tie bar splice couplers fabricated from deformed bar reinforcement free of external welding or machining. 4. Usc tie bar baskets. Anchor haskcts at least 200 feet in advance of the concrete Placement aclivily. Ih }ou request a Naive'. describe the construction limitations or eshicted access preventing the advanced anchoring. A Cler the baskets are anchored and before the concrete is placed, cut and remove temporary spacer wires and demonstrate the tie bars do not move from their specified depth and alignment during concrete placement. Use fasteners to anchor tie bar haskcis. If lie bars are not placed correctly. stop pavinc activities until you demonstrate to the Engineer con-ection of the cause. 40 -3.06 DOWEL BARPLACENIENT Center dowel bars within 2 inches in the luneitudinal direction on transverse contraction joints or construction joints. If using curing compound as lubricant. apply the curing compound to dowels in 2 separate applications. Lubricate each dowel bar entirely with bond breaker before placement. The last application must be applied not more than 8 hours before placing the dowel bars. Apply each curing compound application at a rate of 1 gallon per 150 square feet. If dowel bars are placed by mechanical insertion, eliminate evidence of the insertion by reworking the concrete over the dowel bars. If drilling and bonding dowel bars at construction joints, use a grout retention ring. If using dowel bar baskets, anchor them with fasteners. Use at least 10 fasteners for basket sections greater than 12 feet and less than or equal to 16 feet. Baskets must be anchored at least 200 feet in advance of the concrete placement activity unless the Engineer approves your waiver request. If requesting a waiver, describe the construction limitations or restricted access presenting the advanced anchoring. After the baskets are anchored and before the concrete is placed, cut and remove temporary spacer wires and demonstrate the dowel bars do not mo%e from their specified depth and alignment during concrete placement. Place dowel bars in compliance with: Dowel Bar Tolerances Dimension Tolerance Horizontal offset ±I inch Longitudinal translation t2 inches Horizomal skew 3/8 inch, max Vertical skew 3/8 inch, max Vertical depth The minimum distance below the concrete pavement surface must be: DB = d/3 + 1/2 inch where: DB vertical distance in inches, measured from concrete pavement surface to any point along the top of dowel bar d = concrete pavement thickness in inches The inaximum distance below the depth shown on the plans must be 0.05 foot. II do\\eI hors are not placed correctly. �iop paving activities until you demonstrate to the Engineer corrxtiun of the cause. Renum -e and replace the concrete pavement 3 feet on either side of ajoint \\ ith a rejected dowel bar. 40 -3.07 13AR REINFORCEMENT Place bar reinforcement under Section i2. "Reinforcement." Bm reinforcement most he more than 1/2 inch helo�\ the saw cut depth at concrete pavententjoints. 40 -3.08 JOINT'S 40 -3.08A General Concrete pavement joints consist of: I. Longitudinal and transverse construction joints 2. Longitudinal and transverse contraction joints ;. Isolation joints Construcaionjoints must be normal to the concrete pavement surface. Until contract acceptance and except for joint filler material, keep joints free of foreign material including soil, gravel, concrete, or asphalt mix. Volunteer cracks are cracks not coincidcm with constructed joints. Repair concrete pavement damaged during joint construction under Section 40- 3.170, "Repair of Spalls, Raveling, and'1'earing." Do not bend tie bars or reinforcement in existing concrete pavement joints. 40 -3.08B Construction Joints Consouctionjoints form where fresh concrete is placed against hardened concrete, existing pavements, or structures. Before placing concrete at construction joints, apply a curing compound under Section 90 -7.01 B, "Curing Compound Method," to the vertical surface of existing or hardened concrete and allow it to dry. I Ise a metal or wooden bulkhead to form transverse construction joints. If dowel bars are specified, the bulkhead must allow dowel bar installation. 40 -3.08C Contraction Joints In multilane monolithic concrete pavement, use the sawing method to construct longitudinal contraction joints. Construct transverse contraciiortjoinis by the sawing method. Construct transverse contraction joints within I foot of their specified spacing. IF a slab length of less than 5 feet would be formed, adjust the transverse contraction joint spacing. Construct transverse contraction joints across the full concrete pavement width regardless of the number or types of longitudinal joints crossed. In areas of converging and diverging pavements, space transverse contraction joints so their alignment is continuous across the full width where converging and diverging pavements are contiguous. Longitudinal contraction joints must be parallel with the concrete pavement centerline. Transverse and longitudinal contraction joints must not deviate by more than 0.1 foot from either side of a 12 -foot straight line, except for longitudinal joints parallel to a curving centerline. 40 -3.08D Isolation Joints Construct isolationjoints by saw cutting a minimum 1/8 -inch width to full concrete pavement depth at the existing concrete pavement's edge and removing the concrete to expose a flat vertical surface. Before placing concrete, secure joint filler material that prevents new concrete from adhering to the existing concrete face. Dispose of concrete saw cutting residue under Section 7 -1.13. ' Disposal of Materials Outside the I fwliwav Right of Way." 40 -3.080 Sawing Method the sawing method is cuning a groove in the concrete pavement with a power driven concrete saw. Grooves for longitudinal and transverse contraction joints must be the minimum width possible for the type ofsaw used. ff necessary, the top of thejoint must he sawn wider to provide space forjoinf sealant. Immediately wash slurry from thejoint with water under 100 psi maximum pressure. Saw longitudinal and transverse comraciion joints before volunteer cracking occurs and after the concrete is hard enough to saw without spilling, raveling, or tearing. To keep foreign material out of grooves before joint sealant or compression seal installation. you may use joint filler in sawed contraction joints. Joint Filler must not react adversely with the concrete or cause concrete pavement damage. After sawing and washing a joint. install joint filler material that keeps moisture in the adjacent concrete during the 72 hours after paving. If you install joint filler material, the specifications for spraying the sawed joint with additional curing compound under Section 40 -3.13, "Curing," do not apply. If using absorptive filler material, moisten the filler immediately before or after installation. 40 -3.09 JOINT SEALANT AND COMPRESSION SEAL INSTALLATION 40 -3.09A General At least 7 days after concrete pavement placement and not more than 4 hours before installing joint sealant or compression seal materials, use dry sand blasting and other methods to clean the joint walls of objectionable material such as soil, asphalt, curing compound, paint, and rust. The maximum sand blasting nozzle diameter must be 1/4 inch. The minimum pressure must be 90 psi. Sand blast each side of the joint at least once, in at least 2 separate passes. Hold the nozzle at an angle to the joint from I to 2 inches from the concrete pavement. Using a vacuum, collect sand, dust, and loose material at least 2 inches on each side of thejoint. Remove surface moisture and dampness at thejoints with compressed air that may be moderately hoi. Before you install joint sealant or compression seal, the joint wall must be free of moisture, residue, or film. If grinding or grooving over or adjacent to sealed joints, remove joint sealant or compression seal materials and dispose of them under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way." After grinding or grooving, replace thejoint sealant or compression seal materials. 40 -3.09B Liquid Sealant Do not install liquid sealant in construction joints. Install backer rods when the concrete pavement temperature is above the air dew point and when the air temperature is at least 40 °f. Install liquid sealant immediately after installing the backer rod. Install sealant using a mechanical device with a nozzle shaped to introduce the sealant from inside the joint. Extrude sealant evenly and with continuous contact with the joint walls. Recess the sealant surface after placement. Remove excess sealant from the concrete pavement surface. Do not allow traffic over sealedjoints until the sealant is set. 40 -3.09C Preformed Compression Seal Do not install preformed compression seal in construction or isolation joints. Install longitudinal seals before transverse seals. Longitudinal seals must be continuous except at intersections with transverse seals. Install transverse seals in I continuous piece for the entire transverse length of concrete pavement. With a sharp instrument, cut across the longitudinal seal at the intersection 1v.ith transverse consuvction joints. I the Ionginidinal scat does not relax enough to properly install the transverse seal. it the Ioneitudinal seal to form n tight seal between the 2 joints. [:se ,t machine specifically deshznecl liar preformed compression seal installation. The machine must install the seal: I. to the specified depth To make continuous contact with the joint walls 3. Withaut cutting, nicking, or twisting the seal 4. With less than 4 percent suetch Lev a ieneth of preformed compression seal ntalerial cut In the exact length of the pavement joint to be sealed. The Engineer measures this length. Aher you install the length of preformed compression joint sealant, the Engineer measures the excess amount of material at the joint end. The fingineer divides the excel, amount length by the original measured length to determine the percentage of stretch. 40 -3.10 SHOULDER RUMBLE STRIP It specified. construct shoulder rumble strips by rolling or grinding indentations in new concrete pavement. Select the method and equipment for constructing gromnd -in indentations. Do not construct shoulder rumble strips on structures or approach slabs. Construct rumble strips within 2 inches of the specified alignment. Roller or grinding equipment must be equipped with a sighting device enabling the operator to maintain the rumble strip alignment. Indentations must not vary from the specified dimensions by more than 1116 inch in depth or more than 10 percent in length and width. The Lngineer orders grinding or retrieval and replacement of noncompliant rumble strips to bring them within specified tolerances. Ground surface areas must be neat and uniform in appearance. The grinding equipment must be equipped with a vacuum attachment to remove residue. Dispose of removed material under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way." 40 -3.11 PRELIMINARY FINISHING 40 -3.11A General Preliminary finishing must produce a smooth and true -lo -grade finish. After preliminary finishing, mark each day's concrete pavement with a stamp. The stamp must be approved by the Engineer before paving starts. The stamp must be approximately l' x 2' in size. The stamp must form a uniform mark from 1/8 to 1/4 inch deep. Locate the mark 20 feet t 5 feet from the transverse construction joint formed at each day's start of paving and I foot t 0.25 foot from the concrete pavement's outside edge. The stamp mark must show the month, day, and year of placement and the station of the transverse construction joint. Orient the stamp mark so it can be read from the concrete pavement's outside edge. Do not apply more water to the concrete pavement surface than can evaporate before float finishing and texturing are completed. Allow enough time to complete finishing activities during daylight. Work may continue after daylight if the Engineer approves lighting you provide. 40 -3.11B Stationary Side Form Finishing If stationary side form construction is used, give the concrete a preliminary finish by the machine Float method or the hand method. If using the machine float method: I . Ilse sell - propelled machine floats. 2. Detcrinine the nu in her of ina chi ne Moats required to perfoI in the work at a rate equal to the concrete delivery rate. When the time horn concrete placement to machine Float finishing exceeds 30 minutes, stop concrete delivery . When machine floats are in proper position, you may resume concrete delivery and paving. 3. Machine floats must run on side forms or adjacent concrete pavement lanes. If Rmnine on adjacent concrete pavement. protect the adjacent concrete pavement surface under Section 40 -3.13. "Protecting Concrete Pavement." 4. Floats must he hard�wod, steel. or steel -shod wood. Floats must be equipped with devices that adjust the under side to a it Flat sin tace. If using the hand method, Finish concrete smooth and (rue to grade xxidi manually operated floats or powered finishing machines. 40 -3.11C Slip -Form Finishing If slip -form construction is used, the slip -form paver must give the concrete pavement a preliminary finish. You may supplement the slip -form paver with machine floats. Before the concrete hardens, correct concrete pavement edge slump in excess of 0.02 foot exclusive of edge rounding. 40 -3.12 FINAL FINISHING After completing preliminary finishing, round the edges of the initial paving widths to a 0.04 -foot radius. Round transverse and longitudinal construction joints to a 0.02 -fool radius. Before curing, texture the pavement. Perform initial texturing with a burlap drag or broom device that produces striations parallel to the centerline. Perform final texturing with a steel -tined device that produces grooves parallel with the centerline. Construct longitudinal grooves with a self - propelled machine designed specifically for grooving and texturing concrete pavement. The machine must have tracks to maintain constant speed, provide traction, and maintain accurate tracking along the pavement surface. The machine must have a single row of rectangular spring steel lines. The tines must be from 3/32 to 1/8 inch wide, on 3/4 -inch centers, and must have enough length, thickness, and resilience to form grooves approximately 3/16 inch wide. The, machine must have horizontal and vertical controls. The machine must apply constant down pressure on the pavement surface during texturing. The machines must not cause ravels. Construct grooves over the entire pavement width in a single pass except do not construct grooves 3 inches from the concrete pavement edges and longitudinal joints. Final texture must be uniform and smooth. Use a guide to properly align the grooves. Grooves must be parallel and aligned to the pavement edge across the pavement width. Grooves must be from 1/8 to 3/16 inch deep and 3/16 inch wide after concrete has hardened. For irregular areas and areas inaccessible to the grooving machine, you may hand - construct grooves in compliance with the hand method under Section 40 -3.1 IB, "Stationary Side Form Finishing." Hand - constructed grooves must comply with the specifications for machine - constructed grooves. Initial and final texturing must produce a coefficient of friction of at least 0.30 when tested under California Test 342. Notify the Engineer when the concrete pavement is scheduled to be opened to traffic. Allow at least 25 days for the Department to lest for coefficient of friction from the later of_ I. Seven days after concrete placement 2. When the concrete pavement has attained a modulus of rupture of 550 psi Do not open the concrete pavement to traffic unless the coefficient of friction is at least 0.30. Conecl concrete pavement not complying with the Ftigincer's acceptance criteria for coefficient of friction by grooving or grinding under Sect ion .12, "Groove and Grind Pavement." I)u not Grind before: 1. Ten days alter concrete pavement placement 2. C'oncretc has developed a modulus of rupture cif at Icast 5511 psi Before opening to traffic, allow at least 25 days fur the Department to retest sections for coefficient of friction after corrections are made. 40 -3.13 CURING Cure the concrete pavement's exposed area with �- aterprool membrane or curing compound (I ) or (2) under Section 90 -7.01, "Methods of Curing," When side forms are removed within 72 hours of the start Of curing, also cure the concrete pavement edges. If curing compound is used, apply it with mechanical sprayers. Reapply curing compound to sawcuts and disturbed areas. 40 -3.14 EARLY USE OF CONCRETE PAVEMENT If requesting early use of concrete pavement: 1. Furnish molds and machines for modulus of rupture testing 2. Sample concrete 3. Fabricate beam specimens 4. Test for modulus of rupture under California Test 523 When you request early use, concrete pavement must have a modulus of rupture of at least 350 psi. Protect concrete pavement under Section 40 -3.15, "Protecting Concrete Pavement." 40 -3.15 PROTECTING CONCRETE PAVEMENT Protect concrete pavement under Section 90 -8; "Protecting Concrete." Maintain the concrete pavement temperature at not less than 40 °F for the initial 72 hours. Protect the concrete pavement surface from activities that cause damage and reduce texture and coefficient of friction. Do not allow soil, gravel, petroleum products, concrete, or asphalt mixes on the concrete pavement surface. Construct crossings for traffic convenience. if the Engineer approves your request, you may use Type III portland cement in the concrete for crossings. Do not open crossings until the Department determines by California Test 523 the concrete pavement's modulus of rupture is at least 550 psi. Do not open concrete pavement to traffic or use equipment on the concrete pavement for 10 days after paving or before the concrete has attained a modulus of rupture of 550 psi except: I . If the equipment is for sawing contraction joints 2. If the Engineer approves your request, one side of paving equipment's tracks may be on the concrete pavement after a modulus of rupture of 350 psi has been attained, provided: 2.1. Unit pressure exerted on the concrete pavement by the paver does not exceed 20 psi 2.2. You change the paving equipment tracks to prevent damage or the paving equipment tracks travel on protective material such as planks 2.3. No part of the track is closer than 1 foot from the concrete pavement's edge If concreic pavement damage including visihlc cricking occurs, stop operating paving equipment on the cone role pavement and repair the damage. 40 -3.10 OBTAINING DRILLED CORES Drill concrete pavement cores under ASTM C 42! C 42M. Core drilling equipment must use diamond impregnated bits. Clean, dry, and fill core holes with hydraulic cement grout (non - shrink) or pavement concrete. Coat the core hole walls with epoxy under the specifications for epoxy adhesive for bonding ne%N concrete to uld concrete in Section 95, "Epoxy." The backfill must match the adjacent concrete pavement surface elevation and texture. Do not allow residue from core drilling to fall on traffic. Flow across shoulders or lanes occupied b; traffic, or Clow into drainage facilities including guuers. 40 -3.17 REPAIR, REMOVAL, AND REPLACEMENT 40 -3.17A General Working cracks are full -depth cracks essentially parallel to a planned contraction joint beneath which a contraction crack has not formed. If the Engineer orders, take 4 -inch nominal diameter cores on designated cracks under Section 40 -5.16, "Obtaining Drilled Cores." 40 -3.17D Repair of Spalls, Raveling, and Tearing Before concrete pavement is open to traffic, repair spalls, raveling, and tearing in sawed joints. Make repairs in compliance with the following: I . Saw a rectangular area with a diamond - impregnated blade at least 2 inches deep. 2. Remove unsound and damaged concrete between the saw cut and the joint and to the saw cut's depth. Do not use a pneumatic hammer heavier than 15 pounds. Do not damage concrete pavement to remain in place. 3. Dispose of removed concrete pavement under Section 7 -1.13, "Disposal of Materials Outside the Highway Right of Way." 4. Clean the repair area's exposed surfaces with high pressure abrasive water blasting. further clean and dry the exposed surfaces with compressed air free of moisture and oil. S. Apply epoxy as specified for epoxy resin adhesive for bonding new concrete to old concrete under Section 95, "Epoxy." Apply the epoxy with a stiff bristle brush. 6. Apply a portland cement concrete or mortar patch immediately following the epoxy application. Install an insert to prevent bonding of the sides of planned joints. Repair spalls if they are: I. Deeper than 0.05 foot 2. Wider than 0.04 foot 3. Longer than 0.3 foot 40 -3.17C Route and Seal Working Cracks Treat working cracks within 0.5 foot of either side of a planned contraction joint in compliance with the following: I. Route and seal the crack with epoxy resin in compliance with the following: I .I . l Ise a powered rotary router mounted on wheels. \vith a vertical shaft and it routing spindle that casters as it moves along the crack 1.2. form a reservoir 3/4 inch deep by 3/8 inch \vide in the crack 1.3. Use equipment that does not cause raveling or spalling 1.4. Place liquid sealant 2. Treat the contraction joint adjacent to the working crack in compliance with the Following: 2.1. Use epoxy resin under ASTM C 8SIX 881M, Type IV. Grade 2 for Type Bjoims and secondary saw cuts for Type A I and Type A2 joints 2.2. Pressure inject epoxy resin under ASTM C 881/C881M, Type IV, Grade I for narrow saw cuts including initial saw cuts for Type Al and Type A2 joints I f a working crack intersects a contraction joint, route and seal the working crack and seal the contraction joint as specified for installing liquid sealant under Section 40 -3.09, "Joint Seal and Joint Sealant Installation." 40 -3.170 Removal and Replacement of Slabs As specified. remove and replace slabs or partial slabs for: I. Insufficient thickness 2. Dowel bar misalignment 3. Working cracks more than 0.5 foot from a planned contraction joint 40 -4 MEASUREMENT AND PAYMENT 40 -4.01 :MEASUREMENT The contract item for concrete pavement as designated in the Verified Bid Item List is measured by the cubic yard. The Engineer calculates the pay quantity volume based on the plan dimensions. The Engineer does not measure concrete pavement placed outside those dimensions unless it was ordered by the Engineer. The contract items for sealingjoinis as designated in the Verified Bid Item List are measured by the linear foot. The contract item for shoulder rumble strips is measured by the station along each shoulder on which the rumble strips are constructed without deductions for gaps between indentations. 40 -4.02 PAYMENT The contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the concrete pavement, complete in place including bar reinforcement, tie bars, dowel bars, anchors, and fasteners, as shown on the plans and as specified in these specifications and the special provisions, and as directed by the Engineer. The Engineer adjusts payment for each primary area deficient in average thickness in compliance with the following: Pay Adiu.sunenls fur Deficient Thickness .`,� eraee Thickness Deficicncy(foot) Deficienc} Adjustment ($lyd') 0.01 0.90 0.02 2.30 0.03 4.10 0.04 6.40 0.05 9.11 If the average thickness deficiency is less than 0.01 foot, the Engineer does not adjust payment for thickness deficiency. If the average thickness deficiency is more than 0.01 foot, the Engineer rounds to the nearest 0.01 foot and uses the adjustment table. Pull compensation for core drilling and backtilling the cores ordered by the Engineer for measuring concrete pavement thickness and determining full -depth cracks is included in the contract price paid per cubic yard for concrete pavement as designated in the Engineer's Estimate and no additional compensation will be allo\t:d therefor. The Department does not pay for additional concrete pavement thickness measurements requested by the Contractor. The Department does not pay for the portion of concrete that penetrates treated permeable base. Full compensation for the quality control plan is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List and no separate payment will be made therefor. hull compensation for furnishing and applying asphaltic emulsion on cement treated permeable base is included in the contract price paid per cubic yard for concrete pavement as designated in the Engineer's Estimate and no separate payment will be made therefor. Full compensation for repairingjoins is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List and no separate payment will be made therefor. Full compensation for furnishing, calibrating, and operating profilograph equipment for Profile Index, for submitting profilograms, and for performing corrective work is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List and no separate payment will be made therefor. Full compensation for grooving and grinding for final finishing is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List and no separate payment will be made therefor. Full compensation for removing and replacingjoint material for grooving and grinding is included in the contract price per cubic yard for concrete pavement as designated in the Verified Bid Item List and no separate payment will be made therefor. Full compensation for removing and replacing slabs is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List and no separate payment will be made therefor. Full compensation for drilling holes and bonding tie bars with chemical adhesive is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List and no additional compensation will be allowed therefor. Full compensation for repairing damage caused by operating paving equipment on new concrete pavement is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid Item List and no separate payment will be made therefor. The material and work necessary for the construction of crossings for public convenience, and their subsequent removal and disposal, will be paid for at the contract prices for the items of work involved and if there are no contract items for the work involved, payment for concrete pavement crossings will be made by extra work as specified in Section 4- 1.03D, "Extra Work." .I he Department will reduce payments to the Contractor by $56.1'_ per square yard for concrete pavement nabs allowed to remain in place represented by cores indicatim_ dowel bars placed with their centers from 1^ inches to t3 inches from the saw cut of a transverse conlraclion joint I lie Engineer will calculate the reduced payment usin-, the slab dimensions adjacent to and inclusive nl the joints with misplaced dowel bars. This reduced payment is in addition to other specified pa�menl reductions. fhe Department will reduce payments to the Contractor by $59.56 per square yard fix concrete pah etnew allowed to remain in place represented by cores indicating either of the following: I. Tic bars placed outside their specified placement and position tolerances 2. Bar reinforcement placed outside their specified placement and position tolerances I he Engineer will calculate the reduced payment using the slab dimensions adjacent to and inclusive of the joints with misplaced tie bars. This reduced payment is in addition to other specified payment reductions. Full compensation for core drilling for checking dowel or lie bar alignment and backfilling the cores is included in the contract price paid per cubic yard for concrete pavement as designated in the Engineer's Estimate and no additional compensation will be allowed therefor. If the initial cores show that dowel bars or tie bars are out of tolerance for aligmnent and the Engineer orders additional dowel or tie bar coring, fu11 compensation for drilling the additional cores is included in the contract price paid per cubic yard for concrete pavement as designated in the Verified Bid item List and no additional compensation will be allowed therefor. If the initial cores show that dowel bars or tie bars are within alignment tolerances and the Engineer orders more dowel or tie bar coring, the additional cores will be paid for as extra work as specified in Section 4- 1.03D, "Extra Work." The Department will not pay for additional coring to check dowel or tie bar alignment you request. Full compensation for performing profilograph tests, furnishing the profilograms and electronic files to the Engineer, and for performing corrective work is included in the contract price paid per cubic yard for the type of concrete pavement as designated in the Verified Bid Item List and no additional compensation will be allowed therefor. The contract prices paid per linear foot for seal pavement joint, seal isolation joint, and seal longitudinal isolation joint include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in sealing pavement joints and sealing isolation joints, complete in place, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. The contract price paid per station for shoulder rumble strip includes full compensation for furnishing all labor, materials; tools, equipment and incidentals, and for doing all the work involved in constructing the rumble strip complete in place, as shown on the plans, as specified in these Standard Specifications and as directed by the Engineer. AAAAAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 41 PAVEMENT SUBSEALING AND JACKING (Issued 01- 05 -07) n Section 41 -1.02 replace the 2nd anti 3rd paragraphs with Cement iix grow shall be 'fvpe II portl:ind cement conforming_ to the provisions in Section 90-2-01A. "Cement... Fly ash shall conform to the requirements in AASI ITO Designation: M 295 for either Class C or for Class F. The brand of By ash used in the work shall conform to the provisions for approval of admixture brands in Section 90 -4.03. \dmixwre Approval." In Section 41 -1.02 replace the 5th paragraph with: Chemical admixtures and calcium chloride may be used. Chemical admixtures in the grout mix shall conform to the provisions in Section 90 -4- "Admixtures." Calcium chloride shall conform to AS'I IVI Designation: D 98. AAAAA AAAAAAAAAAAAAAAA AAAAAAAAAAAAAAAAAnn SECTION 42 GROOVE AND GRIND PAVEMENT (Issued 05- I5 -09) In Section 42 -2.02 replace the 3rd paragraph with: Existing portland cement concrete pavement not constructed as part of the project shall be ground as follows: Grinding shall be performed so that the pavement surface on both sides of all transverse joints and cracks has essentially the same depth of texture and does not vary from a true plane enough to permit a 0.006 -foot thick shim 0.25 -foot wide to pass under a 3 -foot straightedge adjacent to either side of the joint or crack when the straightedge is laid on the pavement parallel to centerline with its midpoint at thejoint or crack. After grinding has been completed, the pavement shall conform to the straightedge and profile requirements specified in Section 40 -1.03, "Quality Control and Assurance." Abnormally depressed areas due to subsidence or other localized causes will be excluded from testing with the profilograph and 12 -foot straightedge specified in Section 40 -1.03. The accumulated total of the excluded areas shall not exceed 5 percent of the total area to be ground. Profilograph testing shall end 25 feet prior to excluded areas and shall resume 25 feet following the excluded areas. In Section 42 -2.03 replace the 2nd paragraph with: Replacement concrete paving shall conform to the provisions in Section 40, "Concrete Pavement." Replacement pavement may be spread and shaped by any suitable powered finishing machines, supplemented by handwork as necessary. Consolidation of the concrete shall be by means of high - frequency internal vibrators within 15 minutes after the concrete is deposited on the subgrade. Vibrating shalt be done with care and in such manner to assure adequate consolidation adjacent to forms and unifonnly across the full paving width. Use of vibrators for extensive shifting of the mass of concrete will not be permitted. Methods of spreading, shaping and compacting that result in segregation, voids or rock pockets shall be discontinued, and the Contractor shall adopt methods which will produce dense hOm Olil'nCOnC pa•.emcnt conforming to the required cross section. Finishing may be performed by hand mcihod. as specified in Scclion 40 -3.11 B. "Stationary' Side Form Finishing." AAAAAAAAAAAAAAAAAAAAAAAAAAn AAAAAAAAAAAAA SECTION 49 PILING (Issued 12- 19 -08) In Section 49 -1.03 replace the 4th paragraph with: Modification to the specified installation methods and specified pile tip elevation will not be considered at locations where settlement, tension demands, or lateral load demands control design pile tip elevations or when the plans state that specified pile tip elevation shall not be revised. In Section 49 -1.03 in the 6th paragraph, replace the 1st sentence with: Indicator compression pile load testing shall conform to the requirements in ASTM Designation: D 1 143- 8(. In Section 49 -1.03 in the 7th paragraph, replace the Ist sentence with: Indicator tension pile load testing shall conform to the requirements in ASTM Designation: D 3689 -90. In Section 49 -1.03 replace the 9th paragraph with: The Contractor shall furnish piling of sufficient length to obtain the specified tip elevation shown on the plans or specified in the special provisions. In Section 49 -1.04 replace the 6th paragraph with: The Contractor may use additional cementitious malerial in the concrete for the load test and anchor piles. In Section 49 -6.01 replace the 1st paragraph with: The length of timber, steel, and precast prestressed concrete pies, and of cast -in -place concrete piles consisting of driven shells filled with concrete, shall be measured along the longest side, from the lip elevation shown on the plans to the plane of pile cul -off. In Section 49 -6.02 add: When pile tips are revised by the Engineer for timber. steel, and precast prestressed concrete piles, and for cast -in -place concrete piles consisting of driven shells filled with concrete, the additional length required, including all materials, equipment, and labor for furnishing, splicing, and installing the piling, will be paid for as extra work as provided in Section 4- 1.03D, "L:xtra Work." AAAAAAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAAAAAA This page left intentionally blank SECTION 50 PRESTRESSING CONCRETE (Issued 06- 05 -09) In Section 50 -1.05 replace the 1st paragraph with: Prestressing steel shall he high- tensile wire conforming to the requiremcnts in ASTM Designation: A 421, including Supplement 1, high - tensile ,even -wire strand conforming to the requirements in ASTM Designation: A 416, or uncoated deformed (Type II) high- strength steel bars conforming to the requirements in ASTM Designation: A 722, including all supplementary requirements. The maxinnun weight requirement of ASTtvI Designation: A 722 will not apply. In Section 50 -1.05 in the 3rd paragraph, delete item A. In Section 50 -1.07 replace the 2nd paragraph with: Ducts shall be fabricated with either welded or interlocked seams. Galvanizing of the welded seam will not be required. Ducts shall have sufficient strength to maintain their correct alignment during placing of concrete. Joints between sections of duct shall be positive metallic connections which do not result in angle changes at the joints. Waterproof tape shall be used at the connections. Ducts shall be bent without crimping or flattening. Transition couplings connecting the ducts to anchoring devices shall be either ferrous metal or polyolefin. ferrous metal transition couplings need not be galvanized. In Section 50 -1.07 replace the 7th paragraph with: All ducts with a total length of 400 feet or more shall be vented. Vents shall be placed at intervals of not more than 400 feet and shall be located within 6 feet of every high point in the duct profile. Vents shall be 112 inch minimum diameter standard pipe or suitable plastic pipe. Connections to ducts shall be made with metallic or plastic structural fasteners. Plastic components, if selected, shall not react with the concrete or enhance corrosion of the prestressing steel and shall be free of water soluble chlorides. The vents shall be mortar tight, taped as necessary, and shall provide means for injection of grout through the vents and for sealing the vents. Ends of vents shall be removed one inch below the roadway surface after grouting has been completed. In Section 50 -1.08 in the 11th paragraph, replace item B with: B. When the concrete is designated by class or cementitious material content, either the concrete compressive strength shall have reached the strength shown on the plans at the time of stressing or at least 28 days shall have elapsed since the last concrete to be prestressed has been placed, whichever occurs first. In Section 50 -1.09 replace the 2nd and 3rd paragraphs with: Grout shall consist of cement and water and may contain an admixture if approved by the Engineer. Cement shall conform to the provisions in Section 90 -2.01 A, "Cement." In Section 50 -1.11 replace the 1st paragraph with: No separate payment will be made for pretensioning precast concrete members. Payment for pretensioning precast concrete members shall be considered as included in the contract price paid for furnish precast members as pro\ ided for in Section 51, "Concrete Structures." AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 51 CONCRETE STRUCTURES (Issued 07- 30 -10) In Section 51 -1.05 in the Ilth paragraph, replace the lstsentence with: Form panels for exposed surfaces shall be furnished and placed in uniform widths of not less than 3 feel and in uniform lengths of not less than 6 feet, except at the end ofcontinuously formed surfaces where the final panel length required is less (]ran 6 feet. In Section 51 -1.06C in the Ilth paragraph, replace the lstsentence with: 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. In Section 51 -1.11 replace the 6th paragraph with: Construction methods and equipment employed by the Contractor shall conform to the provisions in Section 7 -1.02, "Load Limitations." In Section 51 -1.12D replace the 4th paragraph with: Expanded polystyrene shall be a commercially available polystyrene board. Expanded polystyrene shall hav: 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, In Section 51 -1.12F replace the 3rd paragraph with: Type A and AL joint seals shall consist of a groove in the concrete that is filled with field -mixed silicone sealant. In Section 51-1.1217 in the 6th paragraph, replace the table with: plovemrnf Raliug 1. \IRI Seallcpe XIR' I inch Type , \or 1'vpc0 [inch : NIR - -? inches Type D 2 inches : MR _ 4 inches Joint Seal Assembly (Strip Seal) NIR > 4 inches Joint Seal AssemM7 (Modular Unit) or Seismic Joint In Section 51- 1.12F(3)(a) replace the Ist and 2nd paragraphs with: The sealant must consist of a 2- component silicone sealant that will railhstand up to ii0 percent movement. Silicone sealants inust be tested under California Test 435 and inust coin ply 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 U4 inch. Max. Ultraviolet Exposure No more than slight checking or ASTM Designation: G154, Table cracking. X2. [,Cycle 2. Cone Penetration 4.5-12.0 nun In Section 51- 1.12F(3)(a) delete the 3rd and Sth paragraphs. In Section 51- 1.12F(3)(a) replace the 10th paragraph with: 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." In Section 51- 1.12F(3)(b) replace the 2nd paragraph with: The preformed elastomeric joint seal must conform to the requirements in ASTM D 2628 and the following: I . 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 ofjoint movement. 5_ The seal must be furnished fuli long h for each joint with no more than I shop splice in any 60- foollengih of seal. 6. The Contactor must demonstrate the adcyuacy of the procedures to be used in the work before installing seals in ihejoints. 7_ One field splice per joins may be 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 beginniiw splicing work. S. 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 scat that sauuld admit water or debris, each cell must be filled to a depth of3 inches with commercial quality open cell polyurethane foam or closed by other means subject to approval by the Engineer. In Section 51- 1.12F(3)(b) replace the 7th paragraph with: 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. In Section 51- 1.12F(3)(b) in the 11th paragraph, replace the 1st sentence with: Samples of the prefabricated joint seals, not less than 3 feet in length, will be taken by the Engineer from each lot of material. In Section 51- 1.12H(1) in the 6th paragraph, replace the 4th and 5th sentences with: 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. In Section 51- 1.12H(1) in the 8th paragraph in the table, replace the hardness (Type A) requirements with: Hardness (Type A) D 2240 with 2kg mass, 55 ±5 In Section 51- 1.12H(2) in the Ist paragraph in item A, replace the 1st and 2nd sentences with: 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), In Section SI -1.13 replace the 2nd, 3rd, and 4th paragraphs with: Surfaces of fresh concrete at horizontal construction joints shall be thoroughly consolidated without completely removing surface irregularities. Additionally, surfaces of fresh concrete at horizontal constructionjoints between girder stems and decks shall be roughened to at least a 1/4 -inch amplitude. Construction joint surfaces shall be cleaned of surface lairance, curing compound, and other foreign materials using abrasive blast methods before fresh concrete is placed against thejoint surface. Con;tr Lie lion Joint surfaces shall be II us lied %pith \pater and a "owed to dry to a surface do condition immediately before placing concrete. In Section 51 -1.135 replace the Ist paragraph r%ith: Morlar shall be composed of cementinous material. sand. and rater propnrlioi:�d and utixcd as specified in this Section 51- 1.135. In Section 51 -1.135 replace the 3rd paragraph with: I he proportion of cemenfitious material to sand, measured h-� vol me. shall be I to 2 unless otherwise spccltied. In Section 51 -1.17 in 4th paragraph, replace the 3rd sentence with: The surfaces shall have a profile trace showing no high points in excess ol'0.25 inch, and the pomons of the surfaces within the traveled way shall have a profile count of 5 or less in any 100 foot section. Add: 51 -1.17A Deck CrackTreatme. ^.t The Contractor shall use all means necessary to minimize the development ofshrinkage 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 En_ineer after completion of concrete cure, before prestressing, and before the release of false\.ork. In any S00 square foot portion of deck within the limits of the new cnncreie deck, should the intensity of cracking be such that there are more than 50 feet of cracks whose width at any location exceeds 0 02 inch, the deck shall be treated with a high molecular weight methacrylate (HMWM) resin system. 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 applying the HMWM resin system, will) sand and absorbent material. If grinding is required, deck crack treatment shall lake place before grinding. 51- 1.17A(1) Submittals Submit a HMWM resin system placement plan. When HMWM resin is to be applied within 100 feetofa residence, business, or public space including sidewalks under a structure, also submit a public safety plan. Submit plans under Section 5 -1.02, "Plans and Working Drawings," of the Standard Specifications. The review time is IS days. The HMWM resin system placement plan must include: I . Schedule of work and testing for each bridge 2. Description of equipment for applying HMWM resin 3. Range ofgel time and final cure tune for HMWM resin 4. Absorbent material to be used S. Description of equipment for applying and removing excess sand and absorbent material 6. Procedure for removing HMWM resin from the deck, including equipment 7. Storage and handling of HMWM resin components and absorbent material 8. Disposal ol'exeess I1MWM resin and containers 'I he public safety plan must include: I. A public notification letter with a list of delivery and posting addresses. The letter must state I -IMWM resin work locations, dates, limes, and what to expect. Deliver the letter to residences and businesses within 100 feet of HMWM resin work locations and to local fire and police officials m leas( 7 days bulore starting woi lk. Post the letter at the job site. 2. An airborne emissions monitoring plan prepared and executed by a certified industrial hygienist (C(H) certified in comprehensive practice by the American Board of Industrial Hygiene. The plan must have at leas( 4 monitoring points including the mixing point, application point, and point of nearest public contact. Monitor airborne emissions during HMWM resin work and submit emissions monitoring results after completing the work. 3. An action plan for protection of the public when airbome emissions levels exceed permissible levels. 4. A copy of the CIH's certification. If the measures proposed in the safety plan are inadequate to provide for public safety associated with the use of HMWM 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. 51- I.I7A(2) Quality Control and Assurance Submit samples of HMWM resin components 15 days before use under Section 6 -3. "Testing;' of the Standard Speci fical ions. Notify the Engineer 15 days before delivery of HMWM resin components in containers over 55 gallons to tine job site. Complete a test area before starting work. Results from airbome emissions monitoring of the test area must be submitted to the Engineer before staring production work. The test area must: 1. Be approximately 500 square feet 2. Be placed within the project limits outside the traveled way at an approved location 3. Be constructed using the same equipment as the production work 4. Replicate field conditions for the production work 5. Demonstrate proposed means and methods meet the acceptance criteria 6. Demonstrate production work will be completed within the time allowed 7. Demonstrate suitability of the airborne emissions monitoring plan The test area will be acceptable if: I. The treated deck surface is tack free and non -oily 2. The sand cover adheres and resists brushing by hand 3. Excess sand and absorbent material has been removed 4. The coefficient of friction is at least 0.35 when tested under California Test 342 51- 1.17A(3) Materials I IMWNI resin system consists of n resin. promottr. and initiator. HMW1v1 resin must be low odor and comply tkith the following: HNIWNI Resin Pro perry Re uircmcni Test Method Volatile Content 30 percent, maximum ASTM D 2369 Viscosity 2> 0. ma.eiumun, _ 2 \STbI D 2196 (Brookfield RVT with UL adaptor. 50 RPNI at 77 °F) S ecific Gravity 0.90 minimum, at 77 °F ASTM D 1475 Flash Point 180 °F, minimum ASTM D 3278 Vapor Pressure 1.0 nun 1-Ig, maximum, ASTM D 323 at 77�F 'rack -free Time 400 minutes, Specimens prepared maximum, at 25 °C per California rest 55) PCC Saturated 3.5 MPa, minimum at California Test >51 Surrace -Dry Bond 24 hours and 21 f 1 C Strength Tec. must be perfonned before auding initiator. Sand for abrasive sand finish must: I . Be commercial quality dry blast sand 2. Have at least 95 percent pass the No. 8 sieve and at least 95 percent retained on the No. 20 sieve when tested under Califomia Test 205 Absorbent material must be diatomaceous earth, abrasive blast dust- or substitute recommended by the HMWM resin supplier and approved by the Engineer. 51- 1.17A(4) Construction HMWM resin system applied by machine must be: I. Combined in volumetric streams of promoted resin to initiated resin by static in -line m i xers 2. Applied without atomization HMWM resin system may be applied manually. Limit the quantity of resin mixed for manual application to 5 gallons at a time. Prepare the area to be treated by abrasive blasting. Curing compound, surface contaminants, and foreign material must be removed from the bridge deck surface. Sweep the deck surface clean after abrasive blasting and blow loose material from cracks using high- pressure air. The deck surface must be dry when abrasive blast cleaning is performed. When abrasive blast cleaning with.;t 10 feet of public traffic, remove dust and residue from abrasive blast cleaning using a vacuum attachment operating concurrently with blasting equipment . If the deck surface becomes contaminated before placing HMWM, abrasive blast clean the contaminated area and sweep the deck clean. The deck must be dry before applying HMWM resin. The concrete surface must be at least 50 degrees F and at most 100 degrees F. Relative humidity must be expected to be at most 85 percent during the work shift. Thoroughly mix all components of the I IM WM resin system. Apply IiMWM resin to the deck surface %61hin i minutes of mixing at approximately 90 sq It per gallon. The Engineer determines the exact application race. The resin eel time must he between 40 and 90 mattes. HMWM resin ilia[ thickens during application is rcIWMe Spread the HMWM resin system unifurml }'. Completely cover surfaces to be treated and fil! all cracks, Redistribute excess resin using squeegees or brooms within 10 minutes of application. For textured or grooved deck surfaces, e.xccss resin must be removed from the texture indentations. Apply the abrasive sand finish of-at lead 2 pounds per square yard or until saturation as determined by the Engineer no sooner than 20 minutes alter applying resin. Apply absorbent material before opening lane w 0,111 ic. Remove excess sand and absorbent material by vacuuming or power sweeping. Traffic or equipment will be allowed on the overlay after the Engineer has determined: I. The treated deck sin face is tack free and non -oily 2. The sand cover adheres and resists brushing by hand 3. Excess sand and absorbent material has been removed 4. No material will be tracked beyond limits of treatment by Irafftc In Section 51 -1.I8C replace the 2nd paragraph with: 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 monar, approxima[ely 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, cernentitious material, and water mechanically mixed prior to its introduction to the nozzle, or (2) premixed 'sand and cernentitious 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 cernentitious materials will not be required. The proportion of cernentitious 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. 'fhe 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. In Section 51-1.1 SC replace the 5th paragraph vvith: When surfaces to be finished are in pedestrian undererossings, the sand shall be silica sand and the cernentitious material shall be standard white portland cement. In Section 51 -1.23, add: Full compensation for deck crack treatment, including 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. AAAAAAAAAAAAAAAAAAA .AAAAAAA.A.AAAAAAAAAAAAA SECTION 52 RE.INFORC6MrlNT (Issued 06- 05 -09) In Section 52- 1.02(B) between the 3rd and 4th paragraphs, add: The epoxy powder coating shall be selected from the Deparlmenl's Pre- Qualified Products Lis(. In Section 52- 1.02(B) replace the 14th paragraph with: L:.ccept for lap splices, splices for epox, - coated rcinlorccntent shall be coated with a corrosion protection covering that is selected from the Department's Pre - Qualified Products List. The covering shall be installed in accordance with the manufacturer's recommendntions. In Section 52 -1.07 in the 11th paragraph, replace the table with: Height Zone (H) (Feet above round) wind Pressure Value ([)SO H 30 _ 20 30 : H _ 50 25 50 : H 100 30 H:- 100 35 In Section 52- 1.0813(1) replace the Ist paragraph with: Mechanical splices to be used in the work shall be selected Rom the Department's Pre - Qualified Products Lis[. In Section 52- 1.08B(1) in the 2nd paragraph, replace the table with: Reinforcing Bar Number Total Sli 4 0.020 inch 5 0.020 -inch _ 6 0.020 -inch 7 0.028 -inch 8 0.028 -inch 9 0.028 -inch 10 0.036 -inch I I 0.036 -inch 14 0.048 -inch 18 0.060 -inch In Section 52- 1.0813(1), in the 6th paragraph, delete item C. In Section 52- 1.08B(2) in the 6th paragraph, replace the subparagraph with: 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 insulated wrapping to control the rate of cooling. The insulated wrapping shall remain in place until the bar has cooled below 200° F. Replace Section 52- 1.08B(3) with 52- 1.083(3) Resistance Butt Welds Shop produced resistance hurt welds shell he produced by a fabricator who is selected from the Department', Pre - Qualified Products List. A Certificate of Compliance conforming io the provisions in Section 6 -1.07, "Certificates of Compliance." shall be furnished for each shipment of splice material. The Ceriifcaie of Compliance shill include heat number, lot number and mill certificates. In Section 52 -1.08C replace the 3rd paragraph with: Testing on prequalification and production sample splices shall be performed at an approved independent testing laboratory. The laboratory shall not be employed or compensated by any subcontractor, or by other persons or entities hired by subconmaclors who will provide other services or materials for the project. The independent testing laboratory shall be selected from the Department's Pre- Qualif ed Products List. In Section 52 -I.08C replace the 5th paragraph with: Prequalification and production sample splices and testingshall conform to California Test 670 and these specifications. .a Section 52- 1.0o °C delete The 61h paragraph. In Section 52 -I.08C replace the 8th paragraph with: Each sample splice, as deleted herein, shall be identified as representing either a prequallfication or production test sample splice. In Section 52 -1.08C in the 10th paragraph, delete the last sentence. Replace Section 52- IA8C(t) with: 52- 1.08C(.) Splice Prequalification Report Before using any service splices or ultimate butt splices in the work, the Contractor shall submit a Splice Prequalification Report. The report shall include the following: A. A copy of the manufacturer's product literature giving complete data on the splice material and installation procedures - B. Names of the operators who will be performing the splicing. C. Descriptions of the positions, locations, equipment, and procedures that will be used in the work. D. Certifications from the fabricator for prequalification of operators and procedures based on sample tests performed no more than 2 years before submitting the report. Each operator shall be certified by performing 2 sample splices for each bar size of each splice type that the operator will be performing in the work. For deformation- dependent types of splice devices, each operator shall be certified by performing 2 additional samples for each bar size and deformation pattern that will be used in the work. Prequalification sample splices shall be tested by an approved independent testing laboratory and shall conform to the appropriate production test criteria and slip requirements specified herein. When epoxy - coated reinforcement is required, resistance bun welded sample splices shall have the weld flash removed br the ,ante procedure as will be used in the woi k. belbrc coating and testing. The Splice Prcyualiticatipn Report shah include the certified test results fur all prcgmtlilitation sample splices. The QCIM shall review and approve the Splice Prequalilication Report before submitling it to the Engineer for approval. The Contractor shall allow 2 weeks for the review and approval of a complete report before perlbrming any service splicingor ultimate bun splicing in the work. In Section 52- 1.08C(2)(n) replace the Is(, 2nd, 3rd, 4th, and 5th paragraphs with: Production tests shall be performed by an approved independent testing laboratory for all service splices used in the work. A production test shall consist of testing 4 sample splices prepared for each lot of completed splices. The samples shall be prepared by the Contractor using the same splice material, position, operators, location, and equipment, and following the same procedure as used in the work. At least one week before testing, the Contractor shall notify the Engineer in writing of the date and location where the testingof"the samples will be perforned. The 4 samples from each production test shall be securely bundled together and identified with a completed sample identification card before shipment to the approved independent testing laboratory. The card will be furnished by the Engineer. Bundles of samples containing fewer than 4 samples of splices shall not be tested. Before performing any tensile tests on production test sample splices, one of the -1 samples shall be tested for, and shall conform to, the requirements for total slip in Section 52- 1.08B(1), "Mechanical Splices." Should this sample not meet the total slip requirements, one retest. in which the 3 remaining samples are tested for total slip, will be allowed. Should any of the 3 remaining samples not conform to the total slip requirements, all splices in the lot represented by this production test will be rejected. If 3 or more sample splices from a production test conform to the provisions in this Section 52- 1.08C(2), "Service Splice Test Criteria," all splices in the lot represented by this production test will be considered acceptable. Replace Section 52- 1.08C(2)(b) with: 52- 1.08C(2)(b) Quality Assurance Test Requirements for Service Splices In addition to the required production tests, the Contractor shall concurrently prepare 4 service quality assurance sample splices for: A. The first production test performed. B. One of every 5 subsequent production tests, or fiaction thereof, randomly selected by the Engineer. These service quality assurance sample splices shall be prepared in the same manner as specified herein for service production sample splices. The service quality assurance sample splices shall be shipped to the Transportation Laboratory for quality assurance testing. Each set of 4 sample splices shall be securely bundled together and identified by location and contract number with weatherproof markings before shipment. Bundles containing fewer than 4 samples of splices will not be tested. Sample splices not accompanied by the supporting documentation required in Section 52- 1.0813(I), "Mechanical Splices," for mechanical splices, or in Section 52- 1.08B(3), "Resistance Butt Welds," for resistance butt welds, will not be tested. Quality assurance testing will be performed in conformance with the requirements for service production sample splices in Section 52- 1.08C(2)(a), 'Production Test Requirements for Service Splices." Replace Section 52- 1.08C(3) Keith: 52- 1.08C(3) Ultimate Butt Splice Test Criteria Ultimate production and quality assurance sample splices shall be tensile tested in conformance with the requirements descrihed in ASTM Designation: A 370 and California "rest 670. Each sample splice shall be identified as representim_ a prequalificaGon, production, or quality assurance sample splice. The portion of hoop reinforcing bar, removed to obtain a sample splice, shall be replaced using a prequalilied ultimate mechanical butt splice. or the hoop shall be replaced in kind. Reinforcing bars. other than hoops, from which sample splices are remo\'ed, shall be repaired using ultimate mechanical butt splices conforming In the provisions in Section 52- 1.08C(I), "Splice Prequalification Report." or the bars shall lie replaced in kind. These bars shall be repaired or replaced such that no splices are located in any "No Splice Zone" shown on the plans. Ultimate production and quality assurance sample splices s11811 rupture either: 1) in the reinforcing bar but outside of the affected zone, provided that the sample splice has visible necking or 2) anywhere, provided that the sample splice has achieved the strain requirement for necking. When tested in conformance with the requirements in California Test 670, "Necking (Option I)," the visible necking shall be such that there is a visible decrease in the sample's cross - sectional area at the point of rupture. When tested in conformance with the requirements in California Test 670, "Necking (Option II)," the strain requirement for necking shall be such that the largest measured strain is not less than 6 percent for No. 1 I and larger bars, or not less than 9 percent for No. 10 and smaller bars. The affected zone is the portion of the reinforcing bar where any properties of the bar, including the physical, metallurgical, or material characteristics. have been altered by Fabrication or installation of the splice. The weld and one inch adjacent to the weld will be considered part of the affected zone. In Section 52- 1.08C(3)(a) replace the Ist paragraph with: Production tests shall be performed for all uhimme butt splices used in the work A production test shall consist of testing 4 sample splices removed from each lot of completed splices. In Section 52- 1.08C(3)(a) replace the 3rd paragraph with: After notification has been received, the Engineer will randomly select the 4 sample splices to be removed from the lot and place tamper -proof markings or seals on them. These ultimate production sample splices shall be removed by the Contractor, and tested by an approved independent testing laboratory. In Section 52- 1.08(C)(3)(a) replace the 5th, 6th, and 7th paragraphs with: A sample splice will be rejected if a tamper -proof marking or seal is disturbed before testing. The 4 sample splices from each production lest shall be securely bundled together and identified with a completed sample identification card before shipment to the approved independent testing laboratory. The card will be furnished by the Engineer. Bundles of samples containing fewer than 4 sample splices shall not be tested. Before performing any tensile tests on production rest sample splices, one of the 4 sample splices shall be tested for, and shall conform to, the requirements for total slip in Section 52- 1.08B(l), "Mechanical Splices." Should this sample splice nor meet these requirements, one retest, in which the 3 remaining sample splices are tested for total slip, will be allowed. Should any of the 3 remaining sample splices not conform to these requirements, all splices in the lot represented by this production test will be rejected. Replace Section 52- 1.68C(3)(b) with: 52- 1.08C(3)(b) Quality Assurancc'fest Requirements for Ultimate Butt Splices In addition to the required production tests, the Contractor shall concurrently prepare 4 ultimate quality assurance saniple splices for: A. The first production test performed. B. One of every 5 subsequent production tests. or fraction thereof, randomly selected by the hngineer. These ultimate quality assurance sample splices shall he prepared in [lie same manner as specified herein for ultimate production sample splices. The ultimate quality assurance sample splices shall be shipped to the fransportation Laboratory for quality assurance testing. Each set of 4 sample splices shall be securely bundled together and identified by location and contract number with weatherproof markings before shipment. Bundles containing fewer than 4 samples of splices will not be tested. Sample splices not accompanied by the supporting documentation required in Section 52- 1.0813(1), "Mechanical Splices," for mechanical splices, or in Section .52- 1.08B(3), "Resistance But( Welds," for resistance butt welds, will not be tested. Quality assurance testing will be performed in conformance with the requirements for ultimate production sample splices in Section 52- 1.08C(3)(a), "Production Test Requirements for Ultimate Butt Splices." Replace Section 52 -1.08D with: A Production Test Report for all testing performed on each lot shall be prepared by the approved independent testing laboratory performing the testing and submitted to the QCM for review and approval. The report shall be signed by an engineer who represents the laboratory and is registered as a Civil Engineer in the State of California. The report shall include, as a minimum, the following information for each test: contract number, bridge number, lot number and location, bar size, type of splice, length of mechanical splice, length of test specimen, physical condition of test sample splice, any notable defects, total measured slip, and ultimate tensile strength of each splice. In addition, the report shall include location of visible necking area and largest measured strain for ultimate butt splices. The QCM must review, approve, and forward each Production Test Report to the Engineer for review before the splices represented by the report are encased in concrete. The Engineer will have 3 working days to review each Production Test Report and respond in writing after a complete report has been received. Should the Contractor elect to encase any splices before receiving notification from the Engineer, it is expressly understood that the Contractor will not be relieved of the responsibility for incorporating material in the work that conforms to the requirements of the plans and specifications. Material not conforming to these requirements will be subject to rejection. Quality assurance test results for each bundle of 4 samples of splices will be reported in writing to the Contractor within 3 working days after receipt of the bundle by the Transportation Laboratory. In the event that more than one bundle is received on the same day, 2 additional working days shall be allowed for providing test results for each additional bundle received. A test report will be, made for each bundle received. Should the Contractor elect to encase splices before receiving notification from the Engineer, it is expressly understood that the Contractor will not be relieved of the responsibility for incorporating material in the work that conforms to the requirements of the plans and specifications. Material not conforming to these requirements will be subject to rejection. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA This page left intentionally blank SECTION 53 SIIOTCRETE (Issued 11- 02 -07) In Section 33 -1.01 replace The 3rd paragraph with: The dry -mix process shall consist of delivering dry mixed aggregate and cementitious material pneumatically or mechanically to the nozzle body and adding water and mixing the materials in the nozzle body. The wei -mix process shall consist of delivering mixed aggregate, cement. and water pneumatically to the nozzle and adding any ad inixltire at the nozzle. In Section 53 -1.02 replace the Ist through 4th pat agraphs with: Cementitious material, fine aggregate, and mixing water shall conform to the provisions in Section 90, "Portland Cement Concrete." Shotcrete to he mixed and applied by the dry -mix process shall consist of one part cementitious material to not more than 4.5 parts fine aggregate, thoroughly mixed in a dry state before being charged into the machine. Measurement may be either by volume or by weight. The fine aggregate shall contain not more than 6 percent moisture by weight. Shotcrete to be mixed and applied by the wet -mix process shall consist of cementitious material, fine aggregate, and water and shall contain not less than 632 pounds of cementitious material per cubic yard. A maximum of 30 percent pea gravel may be substituted for fine aggregate. The ntaximunt size of pea gravel shall be such that 100 percent passes the 1/2 inch screen and at least 90 percent passes the 3/8 inch screen. Admixtures may be added to shotcrete and shall confonn to the provisions in Section 90 -4, "Admixtures." In Section 53 -1.04 in the 3rd paragraph, replace item C with: C. Aggregate and cementitious material that have been mixed for more than 45 minutes shall not be used unless otherwise permitted by the Engineer. Replace Section 53 -1.07 with: 53 -1.07 MEASUREMENT Quantities of shotcrete will be measured by the cubic yard computed from measurements, along the slope, of actual areas placed and the theoretical thickness shown on the plans. The Department does not pay for shotcrete placed outside the dimensions shown on the plans or to fill low foundation. Replace Section 53 -1.08 with: 53 -1.08 PAYMENT The contract price paid per cubic yard for shotcrete shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing shotcrete, including preparing the foundation, wire reinforcement, structure haekfill, joint filling material, and if required by the plans, drains with sacked pervious backfill material, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. AAAAn AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAnn Ann SECTION 55 STEELSTRUCTURES (Issued 05 -02 -08 In Section 554.(15 replace the 3rd paragraph with: Construction methods and equipment employed by the Contactor shall conform to the provisions in Section 7 -1.02. "Load Limitations." In Section 55 -2.01 in the Sth paragraph in the table, replace the CVN impact value for Grade HPS SOW with: Grade HPS 50W* (4 inches and under in 1 20 at 10 OF In Section 55 -3.05 replace the 1st paragraph with: Surfaces of bearing and base plates and otter metal surfaces that are to come in contact with each other or with ground concrete surfaces or with asbestos sheet packing shall be flat to within 1/32 -inch tolerance in 12 inches and to within 1/16 -inch tolerance overall. Surfaces of bearing and base plates and other metal bearing surfaces that are to come in contact with preformed fabric pads, elastomeric bearing pads, or mortar shall be flat to within 1/8 -inch tolerance in 12 inches and to within 3/16 -inch tolerance overall. In Section 55 -3.10 in the Ist paragraph, replace item E with: B. Internal threads shall conform to the requirements in ASTiM Designation: A 563. In Section 55 -3.19 replace the 3rd paragraph with: Immediately before setting bearing assemblies or masonry plates directly on ground concrete surfaces, the Contractor shall thoroughly clean the surfaces of the concrete and the metal to be in contact and shall apply a coating of nonsag polysulfide or polyurethane caulking conforming to the requirements in ASTM Designation: C 920 to contact areas to provide full bedding. In Section 55 -3.19 replace the 5th paragraph with: Mortar to be placed below masonry plates or bearing plates of the bearing assemblies and in anchor bolt sleeves or canisters shall conform to the provisions in Section 51- 1.135, "Mortar," except that the proportion of cementitious material to sand shall be 1:3. In Section 55 -4.01 in the 1st paragraph, replace item D with: D. To determine the pay quantities of galvanized metal, the weight to be added to the calculated weight of the base metal for the galvanizing will be determined from the table of weights of zinc coatings specified in ASTM Designation: A 153/A 153M. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 56 SIGNS (Issued 03- 16 -07) In Section 56 -1.03 replace the 5th paragraph with: 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 present damage to the finished galvanized or painted surfaces. Riackets on tubular sign structures shall be removed after erection. Details of the devices shall be shown on the working drawings. In Section 56 -1.10 replace the 4th paragraph with: 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. In Section 56 -2.03 replace the 4th paragraph with: 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. nnnnnnnnnnnnnnnnnnnnnnnnni .nnnnnnnnnnnnnn SECTION 59 PAINTING (Issued 06- 05 -09) In Section 59 -1.03 replace the 3rd paragraph with: Painting shall be done in a neat and workmanlike manner. Unless otherwise specified, paint shall be, applied by brush, or spray, or roller, or any combination of these methods. Gun extensions shall not be used. In Section 59 -2.01 replace the 2nd paragraph with: Unless otherwise specified, no painting Contractors or subcontractors will be permitted to perform work without having the following current "SSPC: The Society for Protective Coatings" (formerly the Steel Structures Painting Council) certifications in good standing throughout the duration of the contract: A. For cleaning and painting structural steel in the field. certification in conf'ormanec with the requirements in Qualification Procedure No. 1, "Standard Procedure For Ivaluating Painting Contractors (Field Application to Complex Indust ial Structures)" (SSPC -QP 1 ). B. For removing paint from structural steel, certification in conformance with the requirements in Qualification Procedure No. 2, "Standard Procedure for the Qualification of Painting Contractors (Field Removal of Hazardous Coatings from Complex Structures)" (SSPC -QP 2, Category A). C. For cleaning and painting structural steel in a permanent painting facility, certification in conformance with the requirements in Qualification Procedure No. 3, "Standard Procedure For Evaluating Qualifications of Shop Painting Applicators" (SSPC -QP 3; Enclosed Shop Facility). 'fhe AISC's Sophisticated Paint Endorsement (SPE) quality program, Certification P -i Enclosed, will be considered equivalent to SSPC -Q11 3, Enclosed Shop Facility. In Section 59 -2.12 replace the 3rd and 4th paragraphs with: Contact surfaces of stiffeners, railings, built up members or open seam exceeding 6 mils in width that would retain moisture, shall be caulked with polysulfide or polyurethane sealing compound conforming to the requirements in ASTM Designation: C 920, Type S, Grade NS, Class 25, Use O, or other approved rnatcriat_ The dry film thickness of the paint will be measured in place with a calibrated Type 2 magnetic film thickness gage in conformance with the requirements in SSPC -PA 2, "Measurement of Dry Coating Thickness with Magnetic Gages," of the "SSPC: The Society for Protective Coatings," except that there shall be no limit to the number or location of spot measurements to verify compliance with specified thickness requirements. AAAAAA AAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 64 PLASTIC PIPE (Issued 06- 05 -09) In Section 64 -1.02 replace the 5th paragraph with: HDPE compounds used in the manufacture of corrugated polyethylene pipe and fittings shall comply with AASHTO M 294 except that the mix shall contain not less than 2 nor greater than 4 percent well dispersed carbon black. HDPE compounds used in the manufacture of ribbed profile wall polyethylene pipe shall comply with ASTM F 894 except that Type E ultraviolet stabilizers shall not be allowed and carbon black shall be well dispersed in an amount not !ess than 2 percent nor greater than 4 percent. Manufacturers of corrugated polyethylene pipe shall: 1 . Participate in the National Transportation Product Evaluation Control Program (NTPEP) for each plant supplying corrugated polyethylene pipe and fittings for the project. 2. Conduct and maintain a quality control program under NTPEP. 3. Submit a copy to the Engineer of manufacturing plant audits and NTPEP test results from the current cycle ofNTPFP testing for all pipe diameters supplied. 'type U corrugated polyethylene pipe is not allowed. Corrugated poh clhylcne pipe greaser than 60 inches in nominal diameter is not alloacd. In Section 64 -1.05 replace the 1st paragraph with: Exeavalion, backfill, and shaped bedding shall comply with Section 19 -3. "Structure F,xeavation and Backfill", except the following: I. At locations where pipe is to be backlilled with concrete, the backfill shall comply with Section 64 -1.06, "Concrete Backfill." 2. Corrugated polyethylene pipe that is greater than 48 inches in nominal diameter but not exceeding 60 inches in nominal diameter shall be backflled with either controlled low strength material under the special provisions or slurry cement backfill under Section 19- 3.062, "Slurry Cement Backfill." 3. Where cementitious or flowable backfill is used for structure backfill, the backfill shall be placed to a level not less than 12 inches above the crown of the pipe. in Section 64 -1,06 replace the let paragraph with: At locations where pipe is to be backlilled with concrete as shown on the plans, the concrete backfill shall be constructed of minor concrete or Class 4 concrete conforming to the provisions in Section 90, "Portland Cement Concrete." Minor concrete shall contain not less than 380 pounds of cementitious material per cubic yard. The concrete to be used will be designated in the contract item or shown on the plans. In Section 64 -1.06 replace the 3rd paragraph with: The surface of the concrete backfill shall be broomed with a heavy broom to produce a uniform rough surface if hot mix asphalt is to be placed directly thereon. AAAAAAAAAAAAAAAAAAAAAAA AAAAAAAAAAAAAAAAA SECTION 65 REINFORCED CONCRETE PIPE (Issued 11- 30 -10) In Section 65 -1.02 replace the 1st paragraph with: Cementitious material and aggregate shall conform to the provisions in Section 90 -2, "Materials" except that grading requirements shall not apply to the aggregate. Use of supplemental cementitious material shall conform to AASHTO Designation: M 170. In Section 65- 1.02A(1) in the 11th paragraph, replace item cwith: c. Cementitious material and aggregate for non - reinforced concrete pipe shall conform to the provisions in Section 65 -1.02, "Materials." In Section 65 -1.035 replace the Ist paragraph with: At locations obere pipe is to be backlilled �.iih concrete as shown on the plans, the concrete backtill shall he constructed of minor concrete or Cloys a concrete in conformance with the provisions in Section 90. "Portland Cement Concrete." Minor concrete shall contain not less than 380 pounds of cementitious malerial per cubic yard. 'I lie concrete to be used will be designated in the contract item. In Section 65 -1.035 replace the 3rd paragraph with: The surface of the concrete backfill shall be broomed wish a hcavv broom to produce a uniform rough surface if hot mix asphalt is to be placed directly thereon. In Section 65 -1.06 in the 2nd paragraph, replace the Ist subparagraph with: Cement Mortar. - Monar shall be composed of one part cementitious material and 2 parts sand b� volume. Supplementary cementitious material will not be required. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 66 CORRUGATED METAL PIPE (Issued 07- 31 -07) In Section 66 -1.045 replace the Is{ paragraph with: At locations "here pipe is to be backlilled with concrete as shown on the plans, the concrete backfill shall be constructed of minor concrete or Class 4 concrete conforming to the provisions in Section 90, "Portland Cement Concrete." Minor concrete shall contain not less than 380 pounds of cementitious material per cubic yard. The concrete to be used %%ill be designated in the contract item or shown on the Plans. In Section 66 -1.045 replace the 3rd paragraph with: The surface of the concrete backfill shall be broomed with a heavy broom to produce a uniform rough surface if hot mix asphalt is to be placed directly thereon. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 68 SUBSURFACE DRAINS (Issued 07- 31 -07) In Section 68 -3.02D replace the Ist and 2nd paragraphs with! Concrete for splash pads shall be produced from minor concrete conforming to the provisions in Section 90 -10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. Mortar placed where edge drain outlets and cenis connect to drainage pipe and existing drainage inlcts shall conform to the provisions in Sccliun 51- 1.11 >. "Moamar." In Section 68 -3.03 replace the 131th paragraph with: Cement treated permeable material. which is not covered will) hot mix asphalt within 12 hours alter compaction o f t he permeable mmerial, shall be cured by either sprinkling the material with a fine sprav of water every 4 hours during daylight hours m covering the material with a while polyethylene sheet, not less than 6 mils thick. The above curing requirements shall begin at 7:00 am. on the morning following compaction of' the cement treated permeable material and continue for the next 72 hours or until the material is covered with hot mix asphalt. whichever is less. The cement treated permeable malerial shall not be sprayed with water during the lust 12 hours after compacting, but may be covered with the polyethylene sheet during the first 12 hours or prior to the beginning of the tune period. In Section 68 -3.03 replace the 17th and 18th paragraphs with: Hot mix asphalt for backfilling trenches in existing paved areas shall be produced from commercial quality aggregates and asphalt and mixed at a central mixing plant. The aggregate shall conform to the 3/4 inch grading, or the 1/2 inch grading for Type A and Type B hot mix asphalt specified in Section 39- 1.02F., "Aggregate." The amount of asphalt binder to be mixed with the aggregate shall be between 4 percent and 7 percent by weight of the dry aggregate, as determined by the Engineer. Hot mix asphalt backfill shall be spread and compacted in approximately 2 equal layers by methods that will produce a hot mix asphalt surfacing of uniform smoothness, texture and density. Each layer shall be compacted before the temperature of the mixture drops below 250 °F. Prior to placing the hot mix asphalt backfill, a tack coat of asphaltic emulsion conforming to the provisions in Section 94, "Asphaltic Emulsions," shall be applied to the vertical edges of existing pavement at an approximate rate of 0.05 gallon per square yard. In Section 68 -3.03 replace the 20th paragraph with: Type A pavement markers conforming to the details shown on the plans and the provisions in Section 85, "Pavement Markers," shall be placed on paved shoulders or dikes at outlet, vent and cleanout locations as directed by the Engineer. The waiting period for placing pavement markers on new hot mix asphalt surfacing will not apply. Replace Section 68 -3.05 with: 68 -3.05 PAYMENT The contract price paid per linear foot for plastic pipe (edge drain) of the size or sizes shown 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 edge drains complete in place, including excavation (and removal of any concrete deposits that may occur along the lower edge of the concrete pavement in Type 1 installations) and hot mix asphalt backfill for Type I edge drain installation, tack coat, filter fabric, and treated permeable material, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The contract price paid per linear foot for plastic pipe (edge drain outlet) of the size or sizes shown 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 edge drain outlets, vents and cleanouts complete in place, including outlet and vent covers, expansion plugs, pavement markers, concrete splash pads, connecting outlets and vents to drainage facilities, and excavation and backfill [aggregate base, hot mix asphalt, tack coat, and native material] for outlets, vents, and cleanouts to be installed in embankments and existing shoulders. as shown on the plans. as specified in these specifications and the special provisions, and as direcied by the Engineer. AAAAAAAAAAAAAAAAAAAAAAAAAAA ^AAAAAAAAAA SECTION 69 OVERSIDE DRAINS (Issued 07- 31 -07) In Section 69 -1.01 replace the 1St paragraph with: This work shall consist of furnishing and installing entrance tapers, pipe downdrains, tapered inlets, flume downdrains, anchor assemblies, reducers, slip joints and hot mix asphalt overside drains to collect and carry surface drainage down the roadway slopes as shown on the plans or as directed by the Engineer and as specified in these specifications and the special provisions. Replace Section 69 -1.02D with: 69 -1.02D Hot Mix Asphalt Not mix asphalt for overside drains shall conform to the provisions in Section 39 -1.13, "Miscellaneous Areas." Replace Section 69 -1.04 with: 69 -1.04 HOT MIX ASPHALT OVERSIDE DRAINS Hot mix asphalt overside drains shall be constructed as shown on the plans or as directed by the Engineer. The hot mix asphalt shall be placed in conformance with the provisions in Section 39 -1.13, "Miscellaneous Areas." In Section 69 -1.06 replace the 2nd paragraph with: Quantities of hot mix asphalt placed for overside drains will be paid for as provided in Section 39 -5, "Measurement and Payment," for hot mix asphalt placed in miscellaneous areas. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 70 MISCELLANEOUS FACILITIES (Issued 11- 30 -10) In Section 70 -1.02C replace the 2nd paragraph with: Precast concrete Flared end sections shall conform to the requirements for Class III Reinforced Concrete Pipe in AASHTO Designation: M 170M. Cementitious materials and aggregate shall conform to the provisions in Section 90 -2, "Materials," except that grading requirements shall not apply to the aggregate. Use of supplementary cementitious material shall conform to the requirements in AASHTO Designation: M 170. The area of steel reinforcement per linear foot of Oared end section shall be at least equal to the minimum steel requirements for circular reinforcement in circular pipe for the internal diameter of the circular potion of the flared end section. The basis of acceptance of the precast concrete flared end section shall conform to the requirements of Section 5.1.2 orAASHTO Designation: M 170. In Section 70- 1.02II replace the Ist paragraph with: Precast concrete pipe risers and pipe reducers, and precast concrete pipe sections, adjustment rings and tapered sections for pipe energy dissipators, pipe inlets and pipe manholes shall conform to the requirements in AASHTO Designation: M 199M /M 199, except that the cementitious material and aggregate shall conform to the provisions in Section 90 -2. "Materials," except that grading requirements shall not apply to the aggregate. Use of supplementary cementitious material shall conform to the requirements in AASHTO Designation: M 170. In Section 70 -1.03 replace the 2nd paragraph with: Cutoff walls for precast concrete flared end sections shall be constructed of minor concrete conforming to the provisions in Section 90 -10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 72 SLOPE PROTECTION (Issued 03- 13 -09) In Section 72 -4.04 replace the 6th paragraph with: Pervious backfill material, if required by the plans, shall be placed as shown. A securely tied sack containing one cubic foot of pervious backfill material shall be placed at each weep hole and drain hole. The sack material shall conform to the requirements for filter fabric in Section 88 -1.02, "Filtration." AAAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 73 CONCRETE CURBS AND SIDEWALKS (Issued 06- 05 -09) In Section 73 -1.01 in the 2nd paragraph, replace item 2 with: 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 505 pounds of cementitious material per cubic yard. In Section 73 -1.06 replace the 15th paragraph with: Where hot mix asphalt or portland cement concrete pavements are to be placed around or adjacent to manholes. pipe inlets or other miscellaneous strtrtures in sidewalk, gutter depression, island paving, curb amps or driveway areas, the structures shall not be cosstrucled to final grade until after the pavements have been constructed for a reasonable distance on each side of the structures. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 74 PUMPING PLANT EQUIPMENT (Issued 07- 01 -08) In Section 74 -1.02 delete the 2nd paragraph. A. AAAAA AAAAAAAAAAAA AAAAAAAAAAAAAAAAAAAA SECTION 75 MISCELLANEOUS METAL (issued 06- 05 -09) In Section 75 -1.03 replace the 13th paragraph with: Concrete anchorage devices shall be mechanical expansion or resin capsule types installed in drilled holes or cast -in -place insert types. The anchorage devices shall be selected from the Department's Pre- Qualified Products List. The qualification requirements for concrete anchorage devices may be obtained from the Pre - Qualified Products List Web site. The anchorage devices shall be a complete system, including threaded studs, hex nuts, and cut washers. Thread dimensions for externally threaded concrete anchorage devices prior to zinc coating shall conform to the requirements in ASME Standard: 131.1 having Class 2A tolerances or ASME Standard: B 1.13M having Grade 6g tolerances. Thread dimensions for internally threaded concrete anchorage devices shall conform to the requirements in ASTM A 563. In Section 75 -1.03 replace the 18th paragraph with: Mechanical expansion anchors shall, when installed in accordance with the manufacturer's instructions and these specifications and tested in conformance with the requirements in California Test 681, withstand the application of a sustained tension test load of at least the following values for at least 48 hours with a movement not greater than 0.035 inch: Stud Diameter (inches) Sustained Tension'I'cst Load pounds) 4 .i.4 5,000 5/8 4,100 1/2 3200 3/8 2,100 U4 1,000 Maxmmum 5wd diammi penniued for mechaniut cxpansmo xnchom Resin capsule anchors shall, when installed in accordance with the manufacturer's instructions and these specifications and tested in conformance with the requirements in California Test 681, withstand the application of a sustained tension test load of at least the following values for at least 48 hours with a movement not greater than 0.010 inch: Stud Diameter (inches) Sustained Tension Test Load ounds 1 -1/4 31,000 1 17,900 7/8 14,400 3/4 5,000 5/8 4,100 2 3,200 3/8 2,100 1/4 1,000 At least 25 days before use, the Contractor shall submit one sample of each resin capsule anchor per lot to the Transportation Laboratory for testing. A lot of resin capsule anchors is 100 units, or fraction thereof, of the same brand and product name. In Section 75 -1.03 replace the 20th paragraph with: A Certificate of Compliance for concrete anchorage devices shall be furnished to the Engineer in conformance with the provisions in Section 6 -1.07, "Certificates of Compliance." In Section 75 -1.03 replace the 24th paragraph with: Sealing compound, for caulking and adhesive sealing, shall be a polysulfide or polyurethane material conforming to the requirements in ASTM Designation: C 920, Type S, Grade NS, Class 25, Use O. In Section 75 -1.035 in the 3rd paragraph, replace the 1st sentence with: Cables shall be 3/4 inch preformed, 6 x 19, wire strand core or independent wire rope core (IWRQ, galvanized in conformance with the requirements in Federal Specification RR -W -410, right regular lay, manufactured of improved plow steel with a minimum breaking strength of 23 tons. In Section 75 -1.035 in the 4th paragraph, replace item C with: C. Nuts shall conform to the requirements in ASTM Designation: A 56:1 including Appendix X I, except lubrication is not required. In Section 75 -1.035 replace the 12th paragraph with: Concrete for Fi lling cable drum units shall conform to the provisions in Section 90 -10, "Minor Concrete," of at the option of the Contractor, may be a inix with 3!8 -inch maximum size aggregate and not less than 675 pounds ofcementitious material per cubic yard. In Section 75 -1.05 replace the 6th paragraph with: Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the requirements in ASTM Designation: A 153/A 153M, except whenever threaded studs, bolts, nuts, and washers are specified to conform to the requirements in ASTM Designation: A 307, A 325, A 449, A 563, or F 436 and zinc coating is required, they sha44 be hot -dip zinc coated or mechanically zinc coated in conformance with the requirements in the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. In Section 75 -1,05 replace the 8th paragraph with: Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overlapping allowances in ASTM Designation: A 563. AAAAAAAAAAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAA SECTION 80 FENCES (Issued 01- 05 -07) In Section 80 -3.01F replace the 4th paragraph with: Portland cement concrete for metal post and brace footings and for deadmen shall be minor concrete conforming to the provisions in Section 90 -10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. In Section 80 -4.OIC replace the 4th paragraph with: Portland cement concrete for metal post and for deadmen shall be produced from minor concrete conforming to the provisions in Section 90 -10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAnnn AAAAA SECTION 83 RAILINGS AND BARRIERS (issued 04- 03 -09) fn Section 83 -1.02 replace the 7th paragraph with: Mortar shall conform to the provisions in Section 51- 1.135. "Mortar," and shall consist of one pan by volume of Mnentitious material and 3 parts of clean sand. In Section 83 -1.0213 in the 24th paragraph in the 8th subparagraph, replace the 1st sentence with: Anchor cable shall be 3/4 inch preformed, 6 x 19, wire strand core or independent wire rope core (IWRC), galvanized in conformance with (lie requirements in Federal Specification RR -W -410, right regular lay, manufactured of improved plow steel with a minimum breaking strength of 23 tons. In Section 83 -1.02E in the 6th paragraph, replace the 2nd sentence with: Cable shall be galvanized in conformance with the requirements in Federal Specification RR -W -410, In Section 83-1.021 replace the 5th paragraph with: Where shown on the plans, cables used in the frame shall be 5/16 inch in diameter, wire rope, with a minimum breaking strength of 5,000 pounds and shall be galvanized in conformance with the requirements in Federal Specification RR -W -410. In Section 83 -1.02I replace the 14th paragraph with: Chain link fabric shall be 11 -gage conforming to one of the following: 1. AASHTO Designation: M181, Type(, Class C 2. AASHTO Designation: M181, Type IV, Class A 3. ASTM F 1345, Class 2 in Section 83- 2.02A(1) replace the 5th paragraph with: When concrete barriers are to be constructed on existing structures, the dowels shall be bonded in holes drilled in the existing concrete. Drilling of holes and bonding of dowels shall conform to the following: The bonding materials shall be either magnesium phosphate concrete, modified high alumina based concrete or portland cement based concrete. Magnesium phosphate concrete shall be either single component (water activated) or dual component (with a prepackaged liquid activator). Modified high alumina based concrete and portland cement based concrete shall be water activated. Bonding materials shall conform to the following requirements: Property Test Method Requirements Com ressive Strength at 3 hours, MIN California Test 551 21 min. _ at 24 hours, MPa California Test 551 35 min. Flexure Strength at 24 hours, MPa California Test 551 _ 3.5 min. Bond Strength: at 24 hours SSD Concrete, MPa California Test 551_ 2.1 min. Dry Concrete, MPa California Test 551 2.8 min. Water Absorption, % _ California Test 551 10 max.__ Abrasion Resistance_ at 24 hours, grams Califomia Test 550 25 max. Drying Shrinkage at 4 days, % ASTM Designation: C 596 0.13 max. Soluble Chlorides by weight, % California Test 422 0.05 max. Water Soluble Sulfates by weight, % California Test 417 0.25 max. 2. Magnesium phosphate concrete shall be formulated for minimum initial set time of 15 minutes and minimum final set time of 25 minutes at 70° F. The materials, prior to use, shall be stored in a cool, dry environment. 3. Mix water used with water activated material shall conform to the provisions in Section 90 -2.03, "Water." 4. The quantity of water for single component type or liquid activator (for dual component type) to be blended with the dry component, shall be within the limits recommended by the manufacturer and shall be the least amount required to produce a pourable batter. 5. Addition of retarders, when required and approved by the Engineer, shall be in conformance with the manufacturer's recommendations. 6. Beforc using concrete material that has not been previously approved, a minimum of 45 pounds shall be submitted to the Engineer for testing. The Contractor shall allow 45 days for the testing. Each shipment of concrete material that has been previously approved shall be accompanied by a Certificate of Compliance as provided in Section 6 -1,07, "Certificates of Compliance." 7. Magnesium phosphate concrete shall not be mixed in containers or worked with tools containing zinc, cadmium, aluminum or copper metals. Modified high alumina based concrete shall not be mixed in containers or worked with tools containing aluminum. 8. The surface of any dowel coated with zinc or cadmium shall be coated with a colored lacquer before installation of the dowel. The lacquer shall be allowed to dry thoroughly before embedment of the dowels. 9. The holes shall be drilled by methods that will not shatter or damage the concrete adjacent to the hole. The diameter of the drilled hole shall be 1/2 inch larger than the nominal diameter of the dowels. 10. The drilled holes shall be clean and dry at the time of placing the bonding material and the steel dowels. Bonding material and dowel shall completely fill the drilled hole. The surface temperature shall be 40° F or above when the bonding material is placed. 1 1. After bonding, dowels shall remain undisturbed for a minimum of 3 hours or until the bonding material has reached a strength sufficient to support the dowels. Dowels that are improperly bonded, as determined by the Engineer, shall be removed. The holes shall be cleaned or new holes shall be drilled and the dowels replaced and securely bonded to the concrete. Removing, redrilling and replacing improperly bonded dowels shall be performed at the Contractor's expense. Modified high alumina based concrete and porlland 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. In Section 83- 2.021)(2) in the 1st paragraph, replace item b with: b. If the 3/8 -inch maximum size aggregate grading is used to construct extruded or slip - formed concrete barriers, the cementitious material content of the minor concrete shall be not less than 675 pounds per cubic yard. In Section 83- 2.021)(2) replace the 3rd paragraph with: The concrete paving between the tops of the 2 walls of concrete barrier (Types 50E, 60E, 60GL-, and 60SE) and the optional concrete slab at the base between the 2 walls ofconcrete barrier (Types 50E, 60E, 60GE, and 60SE) shall be constructed of minor concrete conforming to the provisions of Section 90 -10, "Minor Concrete," except that the minor concrete shall contain not less than 505 pounds of cementitious material per cubic yard. nnAnAnnnnnnnnnnnn AnnnnnnAnAnnnnnnnnnnAnn SECTION 85 PAVEMENT MARKERS (Issued 07- 31 -07) In Section 85 -1.06 replace the 6th paragraph with: Pavement markers shall not be placed on new hot mix asphalt surfacing or seal coat until the surfacing or seal coat has been opened to public traffic for a period of not less than 7 days when hot melt bituminous adhesive is used, and not less than 14 days when epoxy adhesive is used. In Section 85 -1.06 in the 14th paragraph, replace the 2nd sentence with: Cleaning shall be done by blast cleaning on all surfaces regardless of age or type, except that blast cleaning of clean, new hot mix asphalt and clean, new seal coat surfaces will not be required when hot melt bituminous adhesive is used. AAnnnAAi. nnnnnni .nnni.nnnnnnnnnnnnnnnnnnnnn SECTION 86 SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS (Issued 06- 05 -09) Replace Section 86 with: SECTION 86 ELECTRICAL SYSTEMS 86 -1 GENERAL 86 -1.01 DESCRIPTION Section 86 includes specifications for installing, modifying, and removing: 1 . Traffic signal 2. Interconnect system 3. Ramp metering system 4. Flashing beacon system 5. Lighting system 6. Sign illumination system 7. Traffic monitoring station 8. Communication system 9. Electrical equipment in structure 10. Falsework lighting Comply with Part 4 of the California MUTCD. Nothing in this Section 86 is to be construed as to reduce the minimum standards in this manual. The locations of electrical system elements are approximate; the Engineer will approve final location. 86 -1.015 DEFINITIONS Definitions pedain only to Section 86, "Electrical Systems." actuation: The action of a vehicle or pedestrian causing a detector to create a call in that phase or movement to request right of way. channel: Discrete information path. controller assembly: Controller unit and auxiliary equipment housed in a rainproof cabinet to control a system's operations. controller unit: Part of the controller assembly performing the basic timing and logic functions. detector: Device indicating passage or presence of vehicles or pedestrians. electrolier: Complete assembly of lighting standard and luminaire. flasher: Device to open and close signal circuits at a repetitive rate. flashing beacon control assembly: Switches, circuit breakers, terminal blocks, flasher, wiring, and necessary electrical components all housed in a single enclosure to properly operate a beacon. inductive loop detector: Detector capable of being actuated by inductance change caused by vehicle passing or standing over the loop. lighting standard: Pole and mast arm supporting the luminaire. luminaire: Consists of housing, reflector, refractor or lens, lamp socket, integral ballast, terminal strip, and lamp. magnetic detector: Detector capable of being actuated by induced voltage caused by vehicle passing through the earth's magnetic field. powder coating: A coating applied electrostatically using UV- stable polyester triglycidyl isocyanurate exterior grade powder pre -timed controller assembly: Operates traffic signals under a predetermined cycle length. signal face: As defined in the California N1U'I`CD. signal head: As defined in the California MUTCD. signal indication: As defined in the California MUTCD. signal section: As defined in the California MUTCD. signal standard: Pole and mast arm supporting one or more signal faces with or without a lummaire mast arm. traffic - actuated controller assembly: Operates traffic signals under the varying demands of traffic as registered by detector actuation. traffic phase: Signal phase as defined in the California MUTCD. vehicle: As defined in the California Vehicle Code. 86 -1.02 REGULATIONS AND CODEElectrical equipment must comply with one or more of the following: 1. EIA 2. ETL 3. NEMA 4. NETA 5. UL Materials and workmanship must comply with: I. ANSI 2. ASTM 3. 8 CA Code of Regs § 2299 et seq. 4. FCC 5. ITE 6. NEC 7. Public Utilities Commission, General Order No. 95, "Rules for Overhead Electrical Line Construction" 8. Public Utilities Commission, General Order No. 128, 'Rules for Construction of Underground Electric Supply and Communication Systems" 86 -1.03 COST BREAK -DOWN Determine quantities required to complete work. Submit the quantities as part of the cost breakdown. The sum of the amounts for the units of work listed in the cost breakdown must equal the contract lump sum price bid for the work. Include overhead and profit for each unit of work listed in the cost breakdown. If mobilization is a bid item, include bond premium, temporary construction facilities, and material plants into the mobilization bid item, otherwise, include in each unit of work listed in the cost breakdown. Do not include costs for traffic control system in the cost breakdown. The cost breakdown may be used to determine partial payment and to calculate payment adjustments for additional costs incurred due to a change order. If a change order increases or decreases the quantities, payment adjustment may be determined under Section 4 -1.03B, "Increased or Decreased Quantities." The cost breakdown must include type, size, and installation method for: I. Foundations 1 Standards and poles 3. Conduit 4. Pull boxes 5. Conductors 6. Service equipment enclosures 7. Telephone demarcation cabinet 8. Signal heads and hardware (). Pedestrian signal heads and hardware 10. Pedestrian push buttons 11, Loop detectors 12. Luminaires and lighting fixtures 86 -1.04 EQUIPMENT LIST AND DRAWINGS Within 15 days of contract approval, submit for review a list of equipment and materials that you propose to install. Comply v: ith Section 5 -1.02, "Plans and Working Drawings." The list must include: I. Name of manufacturer 2. Dimension 3. [tern identification number 4. List of components The list must be supplemented by other data as required, including: 1. Schematic wiring diagrams 2. Scale drawings of cabinets showing location and spacing of shelves, tenninal blocks, and equipment, including dimensioning 3. Operation manual Submit 2 copies of the above data. The Engineer will review within 15 days. Electrical equipment that is manufactured as detailed on the plans will not require detailed drawings and diagrams. Furnish 3 sets of computer- generated cabinet schematic wiring diagrams. The cabinet schematic wiring diagram must be placed in a heavy duty plastic envelope and attached to the inside of the door of each cabinet. Prepare diagrams, plans, and drawings using graphic symbols in IEEE 315, "Graphic Symbols for Electrical and Electronic Diagrams." 86 -1.05 CERTIFICATE OF COMPLIANCE Submit a Certificate of Compliance for all electrical material and equipment to the Engineer under Section 6-1.07, "Certificates of Compliance." an 86 -1.06 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Keep existing electrical system or approved temporary replacement in working order during the progress of the work. Shutdown is allowed for alteration or removal of the system. Traffic signal shutdown must be limited to normal working hours. Lighting system shutdown must not interfere with the regular lighting schedule. Notify the Engineer before performing work on the existing system. Notify the local traffic enforcement agency before traffic signal shutdown. If existing or temporary system must be modified, %,ork not shown on the plans or specified in the special provisions, but required to keep the system in working order will be paid for as extra work as specified in Section 4- 1.03D, "Extra Work." The State or local agency will: I. Continue the operation and maintenance of existing electrical facilities 2. Continue to provide electrical energy to operate existing electrical facilities 3. Repair or replace existing facilities damaged by public traffic 4. Pay for electrical energy to operate existing or new facilities undergoing the functional tests described in Section 86 -2.1 4C, "Functional "testing" Verify location and depth of existing detectors, conduits, pull boxes, and other electrical facilities before using tools or equipment that may damage those facilities or interfere with an electrical system. Notify the Engineer immediately if existing facility is damaged by your activities. Repair or replace damaged facility promptly. if you fail to complete the repair or replacement, promptly, the State will repair or replace and deduct the costs. Damaged detectors must be replaced within 24 hours at your expense. If you fail to complete the repair within 24 hours, the State will repair and deduct the repair costs. If roadway remains open to traffic while an existing lighting system is modified: 1. Keep existing system in working order 2. Make final connection so the modified circuit is in operation by nightfall Keep temporary electrical installations in working order until no longer required. Remove temporary installations as specified in Section 86 -7, "Removing, Reinstalling or Salvaging Electrical Equipment." These provisions do not void your responsibilities as specified in Section 7 -1.12, "Indemnification and Insurance," and Section 7 -1.16, "Contractors Responsibility for the Work and Materials." During traffic signal system shutdown, place W3 -la, "STOP AHEAD," and RI -1, "STOP," signs in each direction to direct traffic through the intersection. For 2 -lane approaches, place 2 R I -I signs. W3 -la and R1 -I signs must comply with Section 12 -3.06, "Construction Area Signs." Use a minimum size of 30 inches for the R 1 -1 sign. Cover signal faces when the system is shut down overnight. Cover temporary W3 -la and R1 -1 signs when the system is turned on. 86 -1.07 SCHEDULING OF WORK Except service installation and service equipment enclosure, do not work above ground until all materials are on hand to complete electrical work at each location. Schedule work to allow each system to be completed and ready for operation before opening the corresponding section of the roadway to traffic. If street lighting exists or is installed in conjunction with traffic signals, do not turn on the signals until the street lighting is energized. Traffic signals will not be placed in operation until the roadways to be controlled are open to public Iraff c. Lighting and traffic signals, including flashing operation, will not be placed in operation before starting the functional test period specified in Section 86 -2.14, "Testing." Do not pull conductors into conduit until: I . Pull boxes are set to grade 2. Metallic conduit is bonded In \- hicular undercrossings, soffit lights must be in operation as soon as practicable after falsework has been removed Irom the sumcture. I,ighfing for pedestrian structures must be in operation before opening the structure to pedestrian traffic. If the Engineer orders soffit lights or lighting for pedestrian structures to be activated before permanent power service is available, the cost of installing and removing temporary power service will be paid for as extra work as specified in Section 4- 1.03D, "Extra Work." The initial traffic signal turn -on must be made between 9:00 a.m. and 2:00 p.m. Before the initial turn -on, all equipment, including pedestrian signals, pedestrian push buttons, vehicle detectors, lighting, signs, and pavement delineation must be installed and in working order. Direct louvers, visors, and signal faces to maximize visibility. Start functional tests on any v,orking day except Friday or the day before a legal holiday. You must noti fy the Lngineer 48 hours before the start of functional test. 86 -1.08 (BLANK) 86 -2 MATERIALS AND INSTALLATION 86 -2.01 EXCAVATING AND BACKFILLING Dispose of surplus excavated material under Section 7 -1.13, "Disposal of Materials Outside the Highway Right of Way." Backfill as specified in Section 19 -3, "Structure Excavation and Backfill." Compact backfill in conduit trenches outside the hinge point of slopes and not under pavement to a minimum relative compaction of 90 percent. Compact backfill within hinge points and in areas where pavement is to be constructed to a minimum relative compaction of 95 percent. Backfill trenches and restore sidewalk, pavement, and landscaping at one intersection before starting excavation at another intersection. If excavating on a street or highway, restrict closure to I lane at a time. 86 -2.02 REMOVING AND REPLACING IMPROVEMENTS Replace or reconstruct sidewalk, curb, gutter, concrete pavement, asphalt concrete pavement, underlying material, lawn, plant, and other facilities damaged by your activities. Replacement material must be of equal or better quality than the material replaced. Work must be in a serviceable condition. If a part of a square or slab of concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square or slab must be removed and reconstructed. Cut outline of PCC sidewalk or driveway to be removed: 1. Using a power- driven saw 2. On a neat line 3. To a 0.17 -foot minimum depth 86 -2.03 FOUNDATIONS Except for concrete for cast -in- drilled -hole concrete pile foundation, PCC must comply with Section 90- 10, "Minor Concrete." Construct concrete foundation on firm ground. After each post, standard, and pedestal is properly positioned, place mortar under the base plate. f=inish exposed portion to present a neat appearance. Mortar must comply with Section 51- 1.135, "Mortar," except mortar trust have: 1. 1 part by volume of cementitious material 2. 3 parts by volume of clean sand Reinforced cast -in- drilled -hole concrete pile foundation must comply with Section 49. "Piling," except: I. Material resulting from drilling holes must be disposed ofas specified in Section 86 -2.01, "Excavating and Backfilling" 2. Concrete for cast -in- drilled -hole concrete pile will not be considered as designated by compressive strength Form exposed portion of the foundation to present a neat appearance and true to line and grade. The top of a foundation for post and standard must be finished to curb or sidewalk grade. Forms must be rigid and securely braced in place. Conduit ends and anchor bolts must be placed at proper height and position. Anchor bolts must be installed a maximum of 1:40 lrom vertical and held in place by rigid top and bottom templates. Use a steel bottom template at least 1/2 inch thick that provides proper spacing and alignment of anchor bolts near the embedded bottom end. Install bottom template before placing footing concrete. Provide new foundation and anchor bolts of the proper type and size for relocated standards. Steel parts must be galvanized as specified in Section 75 -1.05, "Galvanizing." Provide 2 nuts and washers for the upper threaded part of each anchor bolt. Provide 3 nuts and washers for each anchor bar or stud. Do not weld high- strength steel used for anchor bolt, anchor bar, or stud. Before placing concrete, moisten forms and ground. Keep forms in place until the concrete sets for at least 24 hours and is strong enough to prevent damage to surface. Except if located on a structure, construct foundation for post, standard, and pedestal monolithically. Apply ordinary surface finish as specified in Section 51- 1.18A, "Ordinary Surface Finish." If a foundation must be extended for additional depth, the extension work will be paid for as extra work as specified in Section 4- 1.03D, "Extra Work." Do not erect post, pole, standard, pedestal, or cabinet until the foundation is set for a minimum of 7 days. The Engineer will choose the plumbing or raking technique for posts, standards, and pedestals. Plumb or rake by adjusting the leveling nuts before tightening nuts. Do not use shims or similar devices. After final adjustments of both top nuts and leveling nuts on anchorage assemblies have been made, and each post, standard, and pedestal on structure is properly positioned, tighten nuts as follows: Tighten leveling nuts and top nuts, following a crisscross pattern, until bearing surfaces of all nuts, washers, and base plates are in firm contact. Use at) indelible marker to tnark the top nuts and base plate with lines showing relative alignment of the nut to the base plate. Tighten top nuts, following a crisscross pattern, an additional 1 /6th of a turn. In unpaved areas, construct a raised PCC pad in front of each controller cabinet. Completely remove foundations not to be reused or abandoned. If abandoning a foundation, remove the top of foundation, anchor bolts, and conduits to a minimum depth of 0.5 foot below sidewalk surface or original ground. Backfill the resulting hole with material equivalent to the surrounding material. 86 -2.04 STANDARDS, STEEL PEDESTALS AND POSTS Bolts, including anchor bolts, nuts, and washers for signal and lighting support structures must comply with Section 55 -2, "Materials." Except for bearing -type connection or slip -base, high - strength bolted connection must comply with Section 55 -3.14, "Bolted Connections" Welding, nondestructive testing of welds, and acceptance and repair criteria for steel member nondestructive testing must comply with American Welding Society (AWS) Dl.l. Lasing stainless steel rivets. attach rectangular corrosion - resistant metal identification tag on all standards and poles. except Type I : I . Above the hand hole, near the base of standards and poles 2. On the underside of mast arms near the arm plate The lettering on each identification tag must be depressed or raised, 1/4 inch tall, legible.. and include the following information: I. Name of the manufacturer 2. Date of manufacture 3. Identification number 4. Contract number 5. Unique identification code that is: 5.1. Assigned by the manufacturer 5.2. Traceable to a particular contract and the welds on that component 5.3. Readable after the support structure is coated and installed Type I standard and steel pedestal for controller cabinet must be manufactured of one of the following: 1. 0.12 -inch or thicker galvanized steel 2. 4 -inch standard weight galvanized steel pipe as specified in ASTM A 53 3. 4 -inch Type I conduit with the top designed for post -top slip - fitter Ferrous metal parts of a standard that has a shaft length of 15 feet or longer must comply with the provisions in Section 55 -2, "Materials," and the following: J. Standard must be manufactured from sheet steel of weldable grade having a minimum yield strength of 40,000 psi after manufacturing. 2. Certified test report verifying compliance with minimum yield strength requirements must be submitted. "rest report may be the mill test report for the as- received steel or if the as- received steel has a lower yield strength than required you must provide test data assuring that your method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. Test data must include tensile properties of the steel afler cold forming for specific heats and thicknesses. 3. If a single -ply 5/16 -inch thick pole is specified, a 2 -ply pole with equivalent section modulus may be substituted. 4. Standard may be manufactured of full - length sheets or shorter sections. Each section must be manufactured from 1 or 2 pieces of sheet steel. If 2 pieces are used, the longitudinal welded seams must be directly opposite from one another. If the sections are butt- welded together, the longitudinal welded seams of adjacent sections must be placed to form continuous straight seams from base to top of standard. 5. Butt - welded circumferential joints of tubular sections requiring CJP groove welds most be made using a metal sleeve backing ring inside each joint. The sleeve must be 1 /8 inch nominal thickness, or thicker, and manufactured from steel having the same chemical composition as the steel in the tubular sections to bejoined. If the sections to bejoined have different specified minimum yield strengths, the steel in the sleeve must have the same chemical composition as the tubular section having the higher minimum yield strength. The width of the metal sleeve must be consistent with the type of nondestructive testing selected and must be a minimum width of I inch. At fitting time, the sleeve must be centered at the joint and in contact with the tubular section at the point of the weld. 6. Welds most be continuous. 7. Weld metal at the transverse joint must extend to the sleeve, making the sleeve an integral part of thejoint. 8. During manufacturing, longitudinal seams on vertical tubular members of cantilevered support structures must be centered on and along the side of the pole that the pole plate is located. Longitudinal scams on horizontal tubular members, including signal and luminaire arms, must be within ±45 degrees of the bottom of the arm. 9. Longitudinal seam weld in steel tubular section may be made by the electric resistance welding process. 10. Longitudinal seam weld must have 60 percent minimum penetration, except: 10.1. Within 6 inches of circumferential weld, longitudinal seam weld must be CJP groove weld. 10.2. Longitudinal seam weld on lighting support structure having telescopic pole segment splice must be CJP groove weld on the female end for a length on each end equal to the designated slip -fit splice length plus 6 inches. 1 1. Exposed circumferential weld, except fillet and fatigue - resistant weld, must be ground Flush with the base metal before galvanizing or painting. Ground flush is specified as -0, 10.08 -inch. 12. Circumferential weld and base plate -to -pole weld may be repaired only one time. 13. Exposed edges of the plates that make up the base assembly must be finished smooth and exposed corners of the plates must be broken. Provide shafts with slip -fitter shaft caps. 14. Surface flatness requirements of ASTM A 6 apply to plates: 14.1. In contact with concrete, grout, or washers and leveling nuts 14.2. In high- strength bolted connections 14.3. In joints, where cap screws are used to secure luminaire and signal arms 14.4. Used for breakaway slip -base assemblies 15. Standard must be straight with a maximum variation of: 15.1. 1 inch measured at the midpoint of a 30 -foot to 35 -foot standard 15.2. 3/4 inch measured at the midpoint of a 17 -foot to 20 -foot standard 15.3. 1 inch measured 15 feet above the base plate for Type 35 and Type 36 standards 16. Zinc- coated nuts used on fastener assemblies having a specified preload obtained by specifying a prescribed tension, torque value, or degree of turn must be provided with a colored lubricant, clean and dry to the touch. The lubricant color must contrast the zinc coating color on the nut so the presence of the lubricant is visually obvious. Lubricant t� ,p must be insoluble in water or the fastener components must be shipped to the job site in a sealed container. 17. Do not make additional holes in structural members. 18. Standard with an outside diameter of 12 inches or less must be round. Standard with an outside diameter greater than 12 inches must be round or multisided. Multisided standard must be convex with a minimum of 12 sides and have a minimum bend radius of 4 i inches. 19. Manufacture mast arm from material specified for standard. 20. Manufacture cast steel option for slip base from material of Grade 70 -40, as specified in ASTM A 27/A 27M. Other comparable material may be used if approved by the Engineer. The casting tolerances must comply with the Steel Founders' Society of America's recommendations for green sand molding. 21. One casting from each lot of a maximum of 50 castings must be radiographed as specified in ASTM E 94. Casting must comply with the acceptance criteria for severity level 3 or better for the types and categories of discontinuities in ASTM E 186 and E 446. If the casting fails the inspection, 2 additional castings must be radiographed. If the 2 additional castings fail the inspection, the entire lot will be rejected. 22. Material certification, consisting of physical and chemical properties, and radiographic film of the casting must be filed at the manufacturer's office. Certification and film must be available for inspection. 23. High- strength bolts, nuts, and flat washers used to connect slip -base plate must comply with ASTM A 325 or A 325M and be galvanized as specified in Section 75 -1.05, "Galvanizing." 24. Plate washers must be manufactured by saw cutting and drilling steel plate. Steel plate must comply with AISI 1018 and be galvanized as specified in Section 75 -1.05, "Galvanizing." Before galvanizing, remove buns and sharp edges and chamfer both sides of holes to allow the bolt head to make full contact with the washer without tension. d 25. High- strength cap screws for attaching arms to standards must comply with ASTM A 325, A 325M, or A 449, and the mechanical requirements in ASTM A 325 or A 325M after galvanizing. Cap screws must be galvanized as specified in Section 75 -1.05, "Galvanizing." Coat threads of cap screws with a colored lubricant, clean and dry to the touch. Lubricant color must contrast the zinc - coating color on the cap screw so the presence of the lubricant is visually obvious. Lubricant must be insoluble in water or the fastener components must be shipped to the job site in a sealed container. 26. Bolted connection attaching signal or luminaire arm to pole must be considered slip critical. Galvanized faying surfaces of plates on luminaire, signal arm, and pole must be roughened by hand using a wire brush before assembly and must comply with J requirements for Class C surface conditions for slip - critical connections in "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts," a specification approved by the Research Council on Structural Connections (RCSC). Paint for faying surfaces must be as specified in the RCSC specification for Class B coating. 27. The Engineer will randomly take samples of fastener components from each production lot and submit to the Transportation Laboratory with test reports as specified in ASTM fastener specifications for QA testing and evaluation. The Engineer will determine sample sizes for each fastener component, Change in mast arm configuration is allowed as long as the mounting height and stability are maintained. 1 Before manufacturing, details must be adjusted to ensure that cap screw heads can be turned using conventional installation tools. During manufacturing process, to avoid interference with the cap screw heads, the position of the luminaire arm on the arm plate must be properly located, Configure mast arm as a smooth curving arm. Push button post, pedestrian barricade, and guard post must comply with ASTM A 53. Assemble and tighten slip base when pole is on the ground. Threads of heavy hex nuts for each slip -base bolt must be coated with additional lubricant that is clean and dry to the touch. Tighten lugh strength slip -base bolts to within ±10 foot - pounds of the following: Slip -Base Bolt - Tightening Requirements Standard Tye Torque foot - pounds) 15 -SB 150 30 150 31 200 36 -20A 165 Hole in shaft of existing standard, due to removal of equipment or mast arms, must be sealed by fastening a galvanized steel disk to cover the hole. Fasten using a single central galvanized steel fastener. Seal edges of disk and hole with polysulfide or polyurethane sealing compound of Type S, Grade NS, Class 25, and Use O, as specified in ASTM C 920. If existing standard is ordered to be relocated or reused, remove large dents, straighten shafts, and replace parts that are in poor condition. You must furnish anchor bolts or bars and nuts required for relocating or reusing standard. Repair and replacement work will be paid for as extra work as specified in Section 4- 1.03D, "Extra Work." New nuts, bolts, cap screws, and washers must be provided if: 1. Standard or mast arm is relocated 2. Used standard or mast arm is State furnished If the standard has a slip base, a new keeper plate must be provided. 86 -2.05 CONDUIT Run conductors in conduit except for overhead and where conductors are run inside poles. You may use a larger size conduit than specified as long as you use it for the entire length between outlets. Do not use reducing coupling. New conduit must not pass through existing foundations for standards. 86 -2.OSA Material Conduit and conduit fitting must be UL or ETL listed and comply with the following: Conduit and Conduit Fitting Requirements Type 1 Hot -dip galvanized rigid steel conduit and conduit couplings must comply with UL 6 and ANSI C80.1. Zinc coating testing must comply with copper sulfate test requirements in UL 6. Conduit couplings for rigid steel conduit must be electrogalvanized. Type 2 Hot -dip galvanized rigid steel conduit must comply with requirements for Type ]conduit and be coated with polyvinyl chloride (PVC) or polyethylene. Exterior thermoplastic coating must have a minimum thickness of 35 mils. Internal coating must have a minimum thickness of mils. Coated conduit must comply with UL 6; NEMA RN 1; or ETL PVC -001. Type 3 Rigid non - metallic conduit must comply with UL 651, UL 651A or UL 651B. Install at underground locations only. Type 4 Waterproof flexible metal conduit must consist of conduit with a waterproof non- metallic sunlight - resistant jacket over an inner flexible metal core. Type4 conduit must be UL listed for use as the grounding conductor. Type 5 Intermediate steel conduit and conduit couplings must comply with UL 1242 and ANSI C80.6. Zinc coating testing must comply with copper sulfate test requirements in UL 1242. Conduit couplings for intermediate rigid steel conduit must be electro alvanized. e 5 conduit must only be used if specified. Bonding bushings to be installed on metal conduit must be insulated and either galvanized or zinc alloy type. Fittings for steel conduit and for watertight flexible metal conduit must be UL listed at UL 514B. 86 -2.05B Use Install Type I conduit on all exposed surfaces and at the following locations: 1. In concrete structures 2. Between a structure and nearest pull box Exposed conduit installed on painted structure must be painted the same color as the structure. Change or extend existing conduit runs using the same material. Install pull box if an underground conduit changes from the metal] is type to Type 3. Minimum trade size of conduit must be: 1. 1 -1/2 inches from electrolier to adjacent pull box 2. 1 inch from pedestrian push button post to adjacent pull box 3. 2 inches from signal standard to adjacent pull box 4. 3 inches from controller cabinet to adjacent pull box 5. 2 inches from overhead sign to adjacent pull box 6. 'I -1/2 inches if unspecified Two conduits must be installed between controller cabinet and adjacent pull box. 86 -2.05C Installation Whether shop or field cut, ream ends of conduit to remove burrs and rough edges. Make cuts square and true. Slip joints and running threads are not allowed for coupling conduit. If a standard coupling cannot be used for coupling metal type conduit, use a threaded union coupling that is UL or ETL listed. Tighten couplings for metal conduit to maintain a good electrical connection through conduit run. Cut Type 3 conduit with tools that will not deform the conduit. Use solvent weld for connections. -I '9 el i ,_J Cut Type 2 conduit with pipe cutters; do not use standard conduit - threading dies. Tighten conduit approved groove joint pliers. Protect shop -cut threads from corrosion as follows: hacksaws. Coated conduit must be threaded with into couplings or fttlings using strap wrenches or Shop-Cut Thread Protection _ Steel conduit and ANSI C80.1 conduit couplings Intermediate metal ANSI C80.6 conduit and conduit couplings Paint conduits as specified in Section 91, "Paint." Apply 2 coats of approved unthinned zinc -rich primer of organic vehicle type. Do not use aerosol cans. Paint the following parts of conduits: 1. All exposed threads 2. Field -cut threads before installing conduit couplings to steel conduit 3. Damaged surfaces on metal conduit Do not remove shop - installed conduit couplings. Damaged Type 2 conduit or conduit coupling must be wrapped with at least I layer of 2 inch wide, 20 mil minimum thickness PVC tape, as specified in ASTM D 1000, with a minimum tape overlap of 1/2 inch. Before applying the tape, conduit or fitting must be cleaned and painted with 1 coat of rubber -resin based adhesive as recommended by the tape manufacturer. You may repair damaged spots in the thermoplastic coating by painting over with a brushing type compound supplied by the conduit manufacturer instead of the tape wrap. The ends of Types 1, 2, or 5 conduit must be tiveaded and capped with standard pipe caps until wiring is started. The ends of Types 3 and 4 conduit must be capped until wiring is started. if caps are removed, replace with conduit bushings. Fit insulated bonding bushings on the end of metal conduit ending in pull box or foundation. Bell or end bushings for Type 3 conduit must be non-metallic type. Conduit bends, except factory bends, must have a radius of not less than 6 times the inside diameter of the conduit. if factory bends are not used, bend the conduit without crimping or flattening using the longest radius practicable. Bend conduits as follows: Conduit - Bending Requirements Type 1 By methods recommended by the conduit manufacturer and with equipment approved for the puTosc. Type 2 Use standard bending tool designed for use on thermoplastic coated conduit. Conduit must be free of burrs and pits. Type 3 By methods recommended by the conduit manufacturer and with equipment approved for the purpose. Do not expose conduit to direct flame. Type 4 Type S By methods recommended by the conduit manufacturer and with equipment approved for the pu rpose. Install pull tape in conduit that is to receive future conductors. The pull tape must be a flat woven lubricated soft -fiber polyester tape with a minimum tensile strength of 1,800 pounds and have printed sequential measurement markings every 3 feet. At least 2 feet of pull tape must be doubled back into the conduit at each end. Existing underground conduit to be incorporated into a new system must be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Install conduit to a depth of not less than 30 inches below finished grade, except in sidewalk and curbed paved median areas, where it must be at least 18 inches below grade. You may lay conduit on existing pavement within new curbed median. Conduit coupling must be a minimum of 6 inches from face of foundation. Place a minimum of 2 inches of sand bedding in the trench before installing Type 2 or Type 3 conduit. Place a minimum of inches of same material over conduit before placing additional backfill material. Obtain approval from the Engineer before disturbing pavement. If obstruction is encountered, obtain approval from Engineer to cut small holes in the pavement to locate or remove obstruction If jacking or drilling method is used, keep jacking or drilling pit 2 feet away from edge of pavement. Pavement must not be weakened or subgrade softened from excess water use. Conduit used for drilling or jacking must be removed; install new conduit for completed work. If a hole larger than the conduit is pre - drilled and you install conduit by hand or by method recommended by the conduit manufacturer with equipment approved for purpose, you may install Type 2 or Type 3 conduit under pavement. If trenching in pavement method is specified, conduit installation under pavement that is not a freeway lane or freeway to freeway connector ramp, must comply with the following: 1. Use Type 3 conduit. Place conduit under pavement in a trench approximately 2 inches wider than the outside diameter of conduit, but not exceeding 6 inches in width. Trench depth must not exceed the greater of 12 inches or conduit trade size plus 10 inches, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit must be a minimum of 9 inches below finished grade. 2. Trenching installation must be completed before placing final pavement layer. 3. Cut pavement to be removed with a rock cutting excavator. Minimize shatter outside the removal area. 4. Place conduit in bottom of trench and backfill with minor concrete as specified in Section 90 -10, "Minor Concrete. Minor concrete must contain a minimum of 590 pounds of cementitious material per cubic yard. If the trench is in asphalt concrete pavement and pavement overlay is not placed, backfill the top 1 -3/4 -inch of trench with minor HMA. 5. Before spreading HMA, apply tack coat as specified in Section 39, "Hot Mix Asphalt." 6. BackFill trenches, except for the top 0.10 foot, by the end of each day. The top 0. 10 foot must be filled within 3 days after trenching. Conduit installed beneath railroad tracks must be: 1. Type 1 or 2 2. 1 -1/2 -inch minimum diameter 3. Placed a minimum depth of 3 feet below bottom of tie If jacking or drilling method is used, construct jacking pit to a minimum of 13 feet from the centerline of track at the near side ofjacking pit. Coverjacking pit with substantial planking if left overnight. Conduit ending in standard or pedestal must not extend more than 3 inches vertically above the foundation and must be sloped toward the handhole opening. Conduit entering through the side of non- metallic pull box must end inside the box within 2 inches of the wall and 2 inches above the bottom and be sloped toward the top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box must end 2 inches above the bottom and be located near the end walls to leave the major portion of the box clear. At outlet, conduit must enter from the direction of the run. Underground conduit runs, including under sidewalks, that are adjacent to gasoline service stations or other underground gasoline or diesel storage, piping, or pumps and that lead to a controller cabinet, circuit B d ..3 oSo �c L breaker panel, service, or enclosure where an arc may occur during normal operations must be sealed if the conduit is within the limits specified in the NEC for Class 1, Division 1. Use Type 1 or Type 2 conduit for these runs. Conduit for future use in structures must be threaded and capped. Conduit leading to soffit, wall, or other lights or fixtures below pull box grade must be sealed and made watertight, except where conduit ends in a No. 9 or No. 9A pull box. Support for conduit in or on wall or bridge superstructure must comply with the following: 1. Steel hangers, steel brackets, and other fittings must comply with Section 75 -1.03, "Miscellaneous Bridge Metal." 2. Construct precast concrete conduit cradles using minor concrete and commercial quality welded wire fabric. Minor concrete must comply with Section 90 -10, "Minor Concrete," and contain a minimum of 590 pounds of cementitious material per cubic yard.. The cradles must be moist cured for a minimum of 3 days. Bond precast concrete cradles to structure with epoxy adhesives specified in one of the following: 2.1. Section 95 -2.03, "Epoxy Resin Adhesive for Bonding New Concrete to Old Concrete" 2.2. Section 95 -2.04, 'Rapid Set Epoxy Adhesive for Pavement Markers" 2.3. Section 95 -2.05, "Standard Set Epoxy Adhesive for Pavement Markers" 3. Use pipe sleeve or form opening for conduit through bridge superstructure concrete. Sleeve or opening through either prestressed member or conventionally reinforced precast member must be: 3.1. Transverse to the member 3.2. Through the web 3.3. Not more than 3 inches maximum gross opening in concrete 4. Where conduits pass through the abutment concrete, wrap conduit with 2 layers of asphalt -felt building paper securely taped or wired in place. Fill space around conduit that runs through bridge abutment wall with mortar as specified in Section 51- 1_135, "Mortar," except the proportion of cementitious material to sand must be 1 to 3. Fill the space around conduits that run through abutments after prestressing is completed. 5. Run surface - mounted conduit straight and true, horizontal or vertical on the wall, and parallel to wall on ceiling or other similar surfaces. Support conduit at a maximum of 5- foot intervals or closer where necessary to prevent vibration or unsightly deflection. The supports must include galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices as specified for concrete anchorage devices in Section 75 -1.03, "Miscellaneous Bridge Metal." Threaded studs must be galvanized and be of the largest diameter that will pass through the mounting hole in conduit clamp. 6. Where pull boxes are placed in conduit runs, conduit must be fitted with threaded bushings and bonded. 7. Mark location of conduit end in structure, curb, or wall with a "Y" that is a minimum of 3 inches tall, directly above conduit. _1 86 -2.05D Expansion Fittings Install expansion fitting where the conduit crosses an expansion joint in structure. Each expansion fitting for metal conduit must include a copper bondingjumper having the ampacity specified in NEC. i Each expansion - deflection fitting for expansion joints of 1 -1/2 -inch movement rating must be watertight and include a molded neoprene sleeve, a bonding jumper, and 2 silicon bronze or zinc - plated iron hubs. 'y Each fitting must allow a minimum of 3/4 -inch expansion, contraction, and lateral deflection. 86 -2.06 PULL BOXES You may use a larger standard size pull box than that shown on the plans or specified. Pull box, cover, and extensions must be of the same material. 86 -2.06A Materials b Pull box, cover, and extension for installation in ground or sidewalk area must be precast reinforced PCC or non -PCC material. Non -PCC material must: .t 1. Be fire resistant with a burn rate no greater than 0.3 -inch per minute per 0.1 inch of thickness when tested as specified in ASTM D 635 2. Show no significant change in physical properties with exposure to weather 3. Be dense, free of voids or porosity, and gray or brown in color Non -PCC pull box must comply with the following: 1. Top dimensions must not exceed the bottom dimensions by more than 1 inch. 2. Extension most be attached to pull box to maintain the minimum combined depths. 3. Cover must not fail and must not deflect more than 1/4 inch when a vertical force of 1,500 pounds is applied through a 1 /2" x 3" x 6" steel plate to a non -PCC cover on a pull box. Center the steel plate on cover with its longitudinal axis coinciding with longitudinal axis of cover. Non -PCC pull boxes must be of sufficient rigidity that when a designated concentrated force is applied & perpendicularly to the midpoint of one of the long sides at the top while the opposite long side is supported by a rigid surface, it must be possible to remove the cover without the use of tools. The " designated concentrated force must be 150 pounds for a No. 3 -1/2 pull box and must be 100 pounds for a No. 5 or No. 6 pull box. If a transformer or other device must be placed in a non - metallic pull box, include recesses for hanger. Secure cover, except ceiling pull box cover, with 3/8 -inch hold down bolts, cap screws, or studs, washers, and brass stainless steel or other non - corroding -metal nut. Stainless steel hardware must have an 18 percent or greater chromium content and an 8 percent or greater nickel content. I Galvanize ferrous metal parts as specified in Section 75 -1.05, "Galvanizing." Traffic pull box must be provided with steel cover and special concrete footing. Steel cover must have a embossed non -skid pattern. Traffic pull box and cover must have a vertical proof -load strength of 25,000 pounds. Comply with Federal Specification RR -F -621 and distribute the 25,000 pound load through a 9" x 9" x 2" steel plate. You must be able to place the load anywhere on box and cover for 1 minute without causing cracks or permanent deformations. ,1 No. 3-1/2(T) and No. 5(T) traffic pull box must be reinforced with a galvanized Z bar welded frame and cover similar to that shown on the plans for No. 6(T) pull box. Frame must be anchored to box with 1/4" x 2 -1/4" concrete anchors. Four concrete anchors must be included for No. 3- 1 /2(T) pull box; one placed in each comer. Six concrete anchors for must be included for No. 5(T) and No. 6(T) pull boxes; one placed in each comer and one near the middle of each of the longer sides. Hold down screws must be 3/8 inch hex flange cap screws of Type 316 stainless steel. Nut must be zinc plated carbon steel, vibration resistant, and have a wedge ramp at the root of the thread. Nut must be spot welded to the underside or manufactured with galvanized Z bar pull box frame. Steel cover must be countersunk approximately 1/4 inch to accommodate bolt head. When tightened, bolt head must not exceed more than 1/8 inch above the top of cover. A 114 inch tapped hole and brass bonding screw must be included. Concrete placed around and under traffic pull box must be minor concrete as specified in Section 90 -10, "Minor Concrete." 86 -2.06B Cover Marking Marking must be clearly defined, uniform in depth, and parallel to either the long or short sides of cover. Marking letters must be between 1 inch to 3 inch high. Before galvanizing steel or cast iron cover, apply marking by one of the following methods: 1. Use cast iron strip at least 1/4 -inch thick with letters raised a minimum of 1/16 inch. Fasten strip to cover with 1/4 inch flathead stainless steel machine bolts and nuts. Peen bolts after tightening. 2. Use sheet steel strip at least 0.027 -inch thick with letters raised a minimum of 1/16 inch. Fasten strip to cover by spot welding, tack welding, or brazing, with 1/4 inch stainless steel rivets or 1/4 inch roundhead stainless steel machine bolts and nuts. Peen bolts after tightening. 3. Bead weld the letters on cover so that letters are raised a minimum of 3/32 inch. 86 -2.06C Installation and Use Space pull boxes no more than 200 feet apart. You may install additional pull boxes to facilitate the work. Pull box in ground or sidewalk area must be installed as follows: 1. Embed bottom of pull box in crushed rock. 2. Place a layer of roofing paper on crushed rock. 3. Place mortar over layer of roofing paper. Mortar must be 0.50 inch to 1 inch thick and be sloped toward the drain hole. 4. Make a 1 -inch drain hole in center of pull box through mortar and roofing paper. 5. Place mortar between pull box and pull box extension, and around conduits. Reconstruct sump of existing pull box if disturbed by your operations. Remove old grout and replace with new if the sump was grouted. After installation of traffic pull box, install steel cover and keep bolted down when your activities are not in progress at the pull box. When steel cover is placed for final time, cover and Z bar frame must be cleaned of debris and securely tightened. 86 -2.07 (BLANK) 86 -2.08 CONDUCTORS AND CABLES Conductor must be copper wire that complies with ASTM B 3 and B 8. Wire size must comply with the following: Wire Size Requirements Conductor usage Requirement In loop detector lead -in cable ASTM B 286 Everywhere except in loop detector lead -in cable American Wire Gage (AWG)' 'Except conductor diameter must not be less than 98 percent of specified AWG diameter. Single conductor and cable, except detector lead -in cable, must have clear, distinctive, and permanent markings on the outer surface throughout its length. The markings must include the manufacturer's name or trademark, insulation type letter designation, conductor size, voltage, and temperature rating, and for cables, it must also include number of conductors. 86 -2.08A Conductor Identification Conductor insulation must be a solid color with a permanent stripe as specified below. The solid color must be homogeneous through the full depth of insulation. Identification stripe most be continuous throughout the length of conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors must be taped for a minimum length of 20 inches with electrical insulating tape of the required color. Conductor Identification Circuit Signal Phase or Function Identification Size Insulation Color' Band Symbols V Base Stripe' 2,6 Red, Yel, Bm Blk 2,6 14 4,8 Red, Yel, Bm Ora 4,8 14 Vehicle 1,5 Red, Yel, Bm None 1,5 14 Signals''b'd 3,7 Red, Ycl, Bm Put 3,7 14 Ra.mp Meter 1 Red, Yel, Bm None NBR 14 Ramp Meter 2 _ Red, Yel, Bm Blk NBR 14 2 ,6p Red, Bm Blk 2p,6p 2p,6 14 Pedestrian _ 4p,8p 4p,8 Red, Bm Ora 4p,8p 4p,8 14 Signals' I p,5p Red, Bm None 1 P,5p 14 3p,7 3p,7p Red, Bm Put 3 ,7p 14 2p,6 2p,6p Blu Blk P -2,P -6 14 Pedestrian Push 4p,8p Blu Ora P -4,P -8 14 Buttonsd IP,5P Blu None P -1,P-5 14 3P,7 3P,7p Blu Pur P -3,P -7 14 Traffic Signal Ungrounded Circuit Conductor Blk None COW 6 Controller Cabinet Grounded Circuit Conductor Wht None CON -2 6 Highway Ungrounded -Line I Blk None NBR 14 Lighting Pull Ungrounded -Line 2 Red None NBR 14 Box to Luminaire Grounded Wht None NBR 14 Multiple Ungrounded -Line 1 Blk None MLl 10 Highway Lighting Ungrounded-Line 2 Red None ML2 10 Ungrounded to PEU Blk None Cl 14 Lighting Control Switching leg from PEU unit or SM transformer Red None C2 14 Multiple Ungrounded -Line 1 (Signals) Blk None _ NBR` 6 Service Ungrounded -Line 2 (Li ling ) Red' None NBR` 8 Ungrounded-Line 1 Blk - None SL -1 10 Sign Lighting" Ungrounded -Line 2 Red None SL -2 10 Flashing Beacons' Ungrounded between Flasher and Beacons Red or Yel None F -Loa` 14 Pedestrian Push Buttons Wht Blk NBR 14 Signals and Multiple Lighting Wh1 None NBR 10 Grounded and Common Flashing Beacons and Sign Lighting Wht None NBR 12 Lighting Control Wht None C -3 14 Multiple Service Wht None NBR 14 Railroad Preemption Blk None R 14 Spares Blk None NBR 14 NBR = No Band Required PEU= Photoelectric unit 'On overlaps, insulation is striped for lst phase in designation. e.g., phase (2 +3) conductor is striped as for phase 2. and for overlap and special phases as required. `Flashing beacons having separate service do not require banding. °These requirements do not apply to signal cable_ eX "'S" if circuit is switched on line side of service equipment by utility. rBand conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. $Ungrounded conductors between service switch and flasher mechanism must be black and banded. 'Conductors between ballasts and sign lighting lamps must be No. 16 and color must correspond to the ballast leads. 'Black acceptable for size No. 2 and larger. Tape ends for 20 inches with indicated color. 'Color Code: Yel- Yellow, Brn- Brown, Blu -Blue, Blk- Black, Wht- White, Ora - Orange, Pur- Purple. 86 -2.08B Multiple Circuit Conductors Conductor for multiple circuit must be UL or ETL listed and rated for 600 V(ac) operation. Insulation for No. 14 to No. 4 conductors must be one of the following: 1. Type TW PVC as specified in ASTM D 2219 2. Type THW PVC 3. Type USE, RHH, or RHW cross - linked polyethylene Minimum insulation thickness must comply with the following_ Insulation Thickness Insulation Type Conductor Size Insulation Thickness (mils) USE, RHH, or RH W No. 14 to No. 10 39 No. 8 to No. 2 51 THW orTW No. 14 to No. LO 27 No.8 40 No. 6 to No. 2 54 Insulation for No. 2 and larger conductor must be one of the types listed above or Type TH WN. Conductor for wiring wall and soffit luminaire must be stranded copper with insulation rated for use at temperatures up to 125 °C. Yj 86 -2.08C Signal Cable Signal cable, except for the 28- conductor type, must: 1. Not be spliced 2. Be marked in each pull box with the signal standard information it is connecting to J Signal cable must comply with the following: L Cable jacket must be: I A . Black polyethylene with an inner polyester binder sheath 1.2. Rated for 600 V(ac) and 75 °C i ( .S 2- Filler material, if used, must be polyethylene material. 3. Conductor must be, solid copper with Type TIMN insulation as specified in Section 86- 2.08, "Conductors and Cables," and ASTM B 286. The minimum thickness of Type THWN insulation must be 12 mils for conductor sizes No. 14 to No. 12 and 16 mils for conductor size No. 10. The minimum thickness of nylonjacket must be 4 mils. Conductor Sivnal Cable Reouirements 'Conductor signal cable description starts with the number of conductors, followed by "CSC ". (e.g., a signal cable with 3 conductors is labeled "3CSC. ") 12CSC Color Code and Functional Connection Color Code Termination Phase Cable Jacket Maximum 2, 4 6 or 8 Yellow Vehicle signal yellow 2, 4, 6, or 8 Thickness Nominal 2, 4, 6, or 8 Red/black stripe Vehicle signal red Conductor mils Outside 1, 3, 5, or 7 Browniblack stripe Cable Quantity and Diameter Spare, or use as required for red or DONT WALK Average _ Minimum Ty e' Type Red /white stripe Ped signal DON'r WALK (inch) Conductor Color Code Remarks blue/black, blue /orange, Use for pedestrian push 3CSC 3 - No. 14 44 36 0.40 white./black stripe buttons ands are red, yellow, brown, SCSC 5 - No. 14 44 36 0.50 black, white No. 12 - white No. 14 -red, yellow, brown, black, and red/black, yellow black, 8 - No. 14 brown/ black, 9CSC 1 - No. 12 60 48 0.65 white/black stripe No. 12 -white No. 14 - see "12CSC Use for vehicle signals, Color Code and pedestrian signals, 11 -No. 14 Functional Connection" spares, and signal t2CSC I -No. 12 60 1 48 0.80 table common Keep signal commons in each cable separate except at the signal controller. Label each No. 10 -white cable as "C I" or "C2" in No. 14 - see "28CSC pull box. Use "C I" for Color Code and signal phases I, 2, 3, 27 -No. 14 Functional Connection" and 4. Use "C2" for 28CSC 1 -No. 10 80 64 0.90 table phases 5, 6, 7, and 8. 'Conductor signal cable description starts with the number of conductors, followed by "CSC ". (e.g., a signal cable with 3 conductors is labeled "3CSC. ") 12CSC Color Code and Functional Connection Color Code Termination Phase Red Vehicle signal red 2, 4 6 or 8 Yellow Vehicle signal yellow 2, 4, 6, or 8 Brown Vehicle signal green 2, 4, 6, or 8 Red/black stripe Vehicle signal red 1, 3, 5, or 7 Yellow/black stripe Vehicle signal yellow 1, 3, 5, or 7 Browniblack stripe Vehicle signal green I, 3, 5, or 7 Black /red stripe Spare, or use as required for red or DONT WALK Black/white stripe Spare, or use as required for yellow Black S are, or use as required for green or WALK Red /white stripe Ped signal DON'r WALK Brown/white stripe Pad signal WALK 28CSC Color Code and Functional Connection Color Code Termination Phase Red/black stripe Vehicle signal red 2 or 6 Yellow/black stripe Vehicle signal yellow 2 or 6 Brown/black stripe Vehicle signal green 2 or 6 Red /orange stripe Vehicle signal red 4 or 8 Yellow /orange stripe Vehicle signal yellow 4 or 8 Brown/orange stripe Vehicle signal green 4 or 8 Red /silver stripe Vehicle signal red I or 5 Yellow /silver stripe Vehicle signal yellow 1 or 5 Brown/silver stripe Vehicle signal green Ior5 Red/ urpIc stri pe Vehicle signal red 3 or 7 Yellow/purple stripe Vehicle signal yellow 3 or 7 Brown/purple stripe Vehicle signal green 3 or 7 Red /2 black stripes Ped signal DONT WALK 2 or 6 Brown/2 black stripes Ped signal WALK _ 2 or 6 Red /2 orange stripes Ped signal DONT WALK 4 or 8 Brown/2 orange stripes Ped signal WALK 4 or 8 Red /2 silver stripes Overlap A, C red OLA, OLC Brown/2 silver stripes Overlap A, C green OLA, OLC Red /2 purple stripes Overlap B, D red OLB, OLD Brown/2 purple stripes Overlap B, D green OLB, OLD Blue/black stripe Ped push button 2 or 6 Blue/orange stripe Ped push button 4 or 8 Blue /silver stripe Overlap A, C yellow OLA(y ), OLC(y Blue/ purple stripe Overlap B, D yellow OLB(y), OLD (y) White/black stripe Ped push button common Black/red stripe Railroad preemption Black Spare 86 -2.081) Signal Interconnect Cable (SIC) Signal interconnect cable must be a 3 -pair or 6 -pair type with stranded tinned copper No. 20 conductors. Each conductor insulation must be 13 mils minimum nominal thickness, color- coded, polypropylene material. Conductors must be in twisted pairs. Color coding distinguishes each pair. Each pair must be wrapped with an aluminum polyester shield and must have a No. 22 or larger stranded tinned copper drain wire inside the shielded pair. Cable jacket must be, black, high density polyethylene, rated for a minimum of 300 V(ac) and 60 °C, and must have a minimum nominal wall thickness of 40 mils. Cablejacket or moisture- resistant tape directly under the outerjacket must be marked as specified in Section 86 -2.08. You must have a minimum of 6 feet of slack at each controller cabinet. Splicing is allowed only if shown on the plans. Insulate conductor splice with heat - shrink tubing and overlap at least 0.6 inch. Cover overall cable splice with heat- shrink tubing and overlap the cablejacket at least 1 -1/2 inch. 86 -2.09 WIRING y �y r 1 Run conductors in conduit, except for overhead and temporary installations and where conductors are run inside poles. Solder by hot iron, pouring, or dipping method, connectors and terminal lugs for conductor sizes No. 8 and smaller. Do not perform open -flame soldering, I 86 -2.09A Circuitry Do not run traffic signal indication conductors to a terminal block on a standard unless connected to a mounted signal head. Use only 1 conductor to connect to each terminal of a pedestrian push button. The common for pedestrian push button circuit must be separate from traffic signal circuit grounded conductor. 86 -2.09B Installation Use a UL- or ETL- listed inert lubricant for placing conductors in conduit. Pull conductors into conduit by hand using pull tape specified in Section 86- 2.OSC, "installation." Do not use winches or other power- actuated pulling equipment. If adding new conductors or removing existing conductors, remove all conductors, clean conduit as specified in Section 86- 2.OSC, "Installation," and pull all conductors in conduit as 1 unit. If traffic signal conductors are run in lighting standard containing street lighting conductors from a different service point, you must encase the traffic signal conductors or the lighting conductors with a flexible or rigid metal conduit for a length until the 2 types of conductors are no longer in the same raceway. If less than 10 feet above grade, enclose temporary conductors in flexible or rigid metal conduit. Leave slack for each conductor as follows: Conductor Slack Rea uirements Location Slack feet) Signal standard I Lighting standard I Signal and lighting standard I Pull box 3 Splice 3 Standards with slip base D After conductors are installed, seal ends of conduits with an approved sealing compound. To form a watertight seal, tape ends of spare conductors and conductors ending in pull boxes. Conductors and cables inside fixture or cabinet must be neatly arranged and tied together by function with self - clinching nylon cable ties or enclosed in plastic tubing or raceway. Identify conductors for: 1. Signal overlap phase as specified for vehicle signals in the table titled "Conductor Identification." 2. Metered and unmetered conductors occupying the same pull box. Identify unmetered circuit conductors with "LNMETERED-STREET LTG," or " UNM ETERED- COUNT STATION." Permanently identify conductors by function. Place identification on each conductor, or each group of conductors forming a signal phase, at each pull box and near the end of conductors. Label, tag, or band conductors by mechanical methods. Identification must not move along the conductors. 86 -2.09C Connectors and Terminals Connectors and terminals must be UL- or ETL - listed crimp type. Use manufacturer- recommended tool for connectors and terminals to join conductors. Comply with MIL -T -7928. a fl Terminate stranded conductors smaller than No- 14 in crimp style terminal lugs. 86 -2.09D Splicing and Terminations Splices are allowed for: 1. Grounded conductors in pull box. 2. Pedestrian push button conductors in pull box. 3. Conductors in pull box adjacent to each electrolier or luminaire. 4. Ungrounded traffic signal conductors in pull box, if traffic signals are modified. 5. Ungrounded traffic signal conductors to a terminal compartment or signal head on a standard with conductors of the same phase in the pull box adjacent to the standard. 6. Ungrounded lighting circuit conductors in pull box, if lighting circuits are modified. 86 -2.09E Splice Insulation Splice must function under continuous submersion in water, 1 Multi- conductor cable must be spliced and insulated to form a watertight joint and to prevent moisture absorption by the cable. Low - voltage tape must be: 1 1. UL or ETL listed 2. Self - fusing, oil and flame - resistant, synthetic rubber 3. PVC, pressure- sensitive adhesive of 6 mils minimum thickness Insulating pad must be a combination of an 80 -mils thick electrical grade PVC laminate and a 120 -mils thick butyl splicing compound with removable liner. Heat - shrink tubing must comply with the following: I. Be medium or heavy wall thickness, irradiated polyolefin tubing with an adhesive mastic inner wall. 2. Before contraction, minimum wall thickness must be 40 mils. 3. Heating must be as recommended by the manufacturer. Do not perform open -flame heating. 1 4. When heated, the inner wall must melt and fill crevices and interstices of the covered object and the outer wall must shrink to form a waterproof insulation. 5. After contraction, each end of the heat - shrink tubing or the open end of end cap of heat - shrink tubing must overlap the conductor insulation at least 1 -1/2 inches. Coat ends and seams with electrical insulation coating. 6. Comply with requirements for extruded insulated tubing at 600 V(ac) in UL Standard t 468D and ANSI Cl 19. 1, and the following requirements: Heat- Shrink Tubine Reauirements Shrinkage Ratio 33 percent, maximum, of supplied diameter when heated to 125 °C and allowed to cool to 25 °C Dielectric Siren h 350 kV per inch, minimum Resistivit 21" n per inch, minimum Tensile Siren th 2,000 psi, minimum Operating Temperature -40 °C to 90 °C ( 1 35 °C in emergency) Water Absorption 0.5 percent, maximum 7. If 3 or more conductors are to be enclosed in 1 splice, place mastic around each conductor before placing inside tubing. Use mastic type recommended by heat - shrink tubing manufacturer. You may use "Method B" as an alternative method for splice insulation. Use at least 2 thicknesses of electrical insulating pad. Apply pad to splice as recommended by manufacturer. 86 -2.095 FUSED SPLICE CONNECTORS Install a fused disconnect splice connector in each ungrounded conductor, between the line and the ballast, in the pull box adjacent to each luminaire. Connector must be accessible in the pull box. For 240 and 480 V(ac) circuits, each connector must simultaneously disconnect both ungrounded conductors. Connector must not have exposed metal parts, except for the head of stainless steel assembly screw. Recess head of stainless steel assembly screw a minimum of l/32 inch below top of plastic boss that surrounds the head. Splice connector must protect fuse from water or weather damage. Contact between fuse and fuseholder must be spring loaded. Splice connector terminals must be: 1. Rigidly crimped, using a tool recommended by manufacturer of fused splice connector, onto ungrounded conductors 2. Insulated 3. Watertight Fuses must be standard midget ferrule type, with "Non- Time - Delay" feature, and 13/32" x 1 -1/2 ". 86 -2.10 BONDING AND GROUNDING Secure all metallic components, mechanically and electrically, to form a continuous system that is effectively grounded. Bondingjumper must be copper wire or copper braid of the same cross sectional area as a No. 8 or larger to match the load. Equipment grounding conductors must be color coded as specified in NEC or be bare. Attach bondingjumper to standard as follows: Bonding Jumper Attachment Standard type Requirements Standard with handhole Use UL- listed lug and 3/16 -inch diameter or larger brass or and traffic pull box lid bronze bolt- Run jumper to conduit or bonding wire in cover adjacent pull box. Groundingjumper must be visible after the standard is installed and mortar pad is placed on foundation. Standard without _ Use UL- listed ground clamp on each anchor bolt. handhole Slip -base standard Use UL- listed ground clamp on each anchor bolt or attach UL- listed lug to bottom slip -base plate with 3116 -inch diameter or larger brass or bronze bolt. Ground one side of secondary circuit of stcp -down transformer. Ground metal conduit, service equipment, and grounded conductor at service point as specified by NEC and service utility, except grounding electrode conductor must be No. 6 or larger. Equipment bonding and grounding conductors are required in conduit. Run a No. 8 minimum bare copper wire continuously in conduit system. The bonding wire must be sized as specified in the NEC. Ground electrode must be: 1. 1 piece 2. 10 -foot minimum length of one of the following: 2.1. Galvanized steel rod or pipe not less than 3/4 inch in diameter 2.2. Copper clad steel rod not less than 5/8 inch in diameter 3. Installed as specified in NEC 4. Bonded to service equipment using one of the following: 4.1. Ground clamp 4.2. Exothermic weld 4.3. No. 6 or larger copper conductor Or) wood pole, metallic equipment mounted less than 8 feet above ground surface must be grounded. Bond metallic conduit in non- metallic pull box using bonding bushing or bondingjumper. Bond metallic conduit in metal pull box using bonding bushings and bonding jumpers connected to bonding wire running in the conduit system. 86 -2.11 SERVICE Electrical service installation and materials must comply with service utility requirements. If service equipment is to be installed on utility-owned pole, you must furnish and install conduit, conductors, and other necessary material to complete service installation. Service utility will decide riser and equipment position. Install service equipment early on to allow service utility to schedule its work before project completion. Furnish each service with a circuit breaker that simultaneously disconnects all ungrounded service entrance conductors. Circuit breakers must: D el t r .q i ny ..i i I . Be quick -break on either automatic or manual operation. 2. Have operating mechanism that is enclosed and trip -free from operating handle on overload. 3. Be trip indicating. 4. Have frame size plainly marked. 5. Have trip rating clearly marked on operating handle. 6. Have overload tripping of breakers not influenced by ambient temperature range of - 18 °C to 50 °C. 7. Be internal trip type. 8. Be UL or ETL listed and comply with UL 489 or equal. t 9. Have minimum interrupting capacity of 10,000 A, rms, if used as service disconnect. Service equipment enclosure must be a NEMA 3R enclosure with dead -front panel and a hasp with a 7/16 -inch hole for a padlock. Enclosure must be field marked as specified in the NEC to warn qualified persons of potential electric arc Flash hazards. ? Service equipment enclosure, except Types Il and III, must be galvanized or have a factory- applied rust - resistant prime coat and finish coat. Types If and IIf service equipment enclosures must be manufactured from one of the following: I. Galvanized sheet steel J 2. Sheet steel plated with zinc or cadmium after manufacturing 3. Aluminum Manufacture service equipment enclosure as specified in Section 86- 3.04A, "Cabinet Construction." Overlapping exterior seams and doors must comply with requirements for NEIvIA 3R enclosures in the NEMA Enclosure Standards. If an alternative design is proposed for Type II or III service equipment enclosure, submit plans and shop drawings to the Engineer for approval before manufacturing. Except for falsework lighting and power for your activities, when you submit a written request, the Engineer will arrange: I. With the service utility to complete service connections for permanent installations and the Department will pay all costs and fees required by the service utility. Submit request at least 15 days before service connections are required. 2. For furnishing electrical energy. Energy used before contract completion will be charged to you, except cost of energy used for public benefit as ordered by the Engineer will be paid by the Department or local authorities. Full compensation for furnishing and installing State -owned or permanent service poles, service equipment, conduit, conductors, and pull boxes, including equipment, conduit, and conductors placed on utility -owned poles, is included in the contract item of electrical work involved and no additional compensation will be allowed therefor. If the service point is indeterminate and is shown on the plans as "approximate location' or "service point not yet established," the labor and materials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as specified in Section 4 -1-03D, "Extra Work." 86 -2.12 WOOD POLES Wood poles must comply with the following: 1. Class 5 or larger as specified in ANSI 0 5.1 2. Less than 180 - degree twist in grain over the full length 3. 4 -inch or less sweep 4. Beveled top 5. placed in ground at least 6 feet 6. Length must be: 6.1. 25 feet for service pole 6.2. 35 feet for other After each pole is set in ground, backfill space around pole with selected earth or sand, free of rocks and other deleterious material, placed in 4 -inch thick layers. Moisten each layer and thoroughly compact. Manufacture mast arm from standard pipe, free from burrs. Each mast arm must have an insulated wire inlet and wood pole mounting brackets for mast arm and tie -rod cross arm. Manufacture tie rod from structural steel and pipe. Mount mast arm for luminaire to provide a 34 -foot mounting height for a 200 W high pressure sodium luminaire and 40 -foot mounting height for 310 W high pressure sodium luminaire. Traffic signals and flashing beacons on mast arm must provide a minimum vertical clearance of 17 feet from bottom of equipment to pavement. After manufacturing, pressure -treat pole as specified in Section 58, 'Preservative Treatment of Lumber, Timber and Piling," and AWPA Use Category System: UC4B, Commodity Specification D. If specified, treat pole with waterborne wood preservative. 86 -2.13 LIGHTING AND SIGN ILLUMINATION CONTROL Enclosure for the circuit breaker for lighting and sign illumination control must: 1. Be NEMA 3R 2. Be galvanized, cadmium plated, or powder- coated 3. Include dead front panel and a hasp with a 7/16 inch diameter hole for padlock 86 -2.14 TESTING 86 -2.14A Materials Testing Deliver material and equipment to be tested to either the Transportation Laboratory or a testing location ordered by the Engineer. Allow 30 days for acceptance testing from the time material or equipment is delivered to test site. You must pay for all shipping, handling, and related transportation costs associated with testing. If equipment is rejected, you must allow 30 days for retesting. Retesting period starts when corrected equipment is delivered to test site. You must pay for all retesting costs. Delays resulting from submittal of non- compliant materials do not relieve you from executing the contract within the allotted time. If equipment submitted for testing does not comply with specifications, remove the equipment within 5 business days after notification that the equipment is rejected. If equipment is not removed within that period, it may be shipped to you at your expense. When testing is complete, you will be notified. You must pick up the equipment at the test site and deliver it to thejob site. Testing and quality control procedures for all other traffic signal controller assemblies must comply with NEMA TS Standards for Traffic Control Systems. 86 -2.1413 Field Testing Before starting functional testing, perform the following tests in the presence of the Engineer: 86- 2.148(1) Continuity Test each circuit for continuity. 86- 2.1413(2) Ground Test each circuit for grounds. 86- 2.14B(3) Insulation Resistance Perform insulation resistance test at 500 V(dc) on each circuit between the circuit and a ground. Insulation resistance must be 10 Mn minimum on all circuits, except for inductive loop detector circuits that must have an insulation resistance value at least 100 Mfg. 86 -2.14C Functional Testing Test periods must comply with Section 86 -1.07, "Scheduling of Work." Acceptance of new or modified traffic signal will be made only after all traffic signal circuits have been thoroughly tested. Perform functional test to show that each part of the system functions as specified. a t b Functional test for each new or modified system must include at least 5 business days of continuous, satisfactory operation. If unsatisfactory performance of the system occurs, the condition must be corrected and the system retested until the 5 business days of continuous, satisfactory operation is obtained. Except for new or modified parts of existing lighting circuit and sign illumination system, the State or local agency will maintain the system during test period and pay the electrical energy cost. Except for electrical energy, you must pay the cost of necessary maintenance performed by the State or local agency on new circuits or on the portions of existing circuits modified under the contract. Shutdown of electrical system caused by traffic from a power interruption or from unsatisfactory performance of State - furnished materials does not constitute discontinuity of the functional test. 86 -2.15 GALVANIZING Galvanize as specified in Section 75 -1.05, "Galvanizing." Cabinet material may be galvanized before manufacturing as specified in ASTM A 653l653M, Coating Designation G 90. Steel pipe standard and pipe mast arm must be hot -dip galvanized after manufacturing and must comply with Section 75 -1.05, "Galvanizing." . Remove spikes from galvanized surfaces. A minimum of 10 inches of upper end of anchor bolts, anchor bars or studs, and nuts and washers must be galvanized as specified in Section 75 -1.05, "Galvanizing." After galvanizing, bolt threads must accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Galvanizing existing materials in an electrical installation will not be required. 86 -2.16 PAINTING Paint electrical equipment and material as specified in Section 59, 'Painting," and the following: 7. Use paint material specified in Section 91, "Paint." 2. Factory or shop cleaning methods for metals are acceptable if equal to the methods specified. 3. Instead of temperature and seasonal restrictions for painting as specified in Section 59, "Painting," paint may be applied to equipment and materials for electrical installations if ordered by the Engineer. 4. Ungalvanized ferrous surface to be painted must be cleaned before applying prime coat. Blast cleaning is not required. 5. If an approved prime coat is applied by manufacturer, and in good condition, the Ist primer application is not required. 6. Existing equipment to be painted in the field, including State- furnished equipment, must be washed with a stiff bristle brush using a solution of water containing 2 tablespoons of heavy duty detergent powder per gallon. After rinsing, surface must be wire- brushed with a coarse, cup - shaped, power - driven brush to remove badly bonded paint, rust, scale, corrosion, grease, or dirt. Dust or residue remaining after wire brushing must be removed before priming. 7. Do not paint galvanized metal guard post, galvanized equipment, State- fitmished controller cabinet, and wood poles for traffic signal or flashing beacon. 8. New galvanized metal surface to be painted in the field must be cleaned as specified for existing equipment before applying the prime coat. Do not wire brush new galvanized surface. 9. After erection, examine exterior surface for damaged primer, clean, and spot coat with primer. -I 10. Paint Types II and III steel service equipment enclosures with a polymeric or an enarnel coating system matching Color No. 14672, light green, of Federal Standard 595B. Coating must be commercially smooth and free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. Coating must comply with the following: 10.1. Coating hardness - Finish must have pencil lead hardness of HB, minimum, using an Eagle Turquoise pencil. n 10.2. Salt spray resistance - Undercutting coating system's film must not exceed 1/8 -inch average, from lines scored diagonally and deep enough to expose the base metal, after 336 hours of exposure in a salt spray cabinet complying with ASTM B 117. I 10.3. Adherence - Must not have coating loss when tested as specified in California Test 645. Perform testing by applying coating to 4" x 8" x 0.024" test specimens of the same material as the cabinet, using the same application method. 11. Finish interior of metal signal visor, louver, and front face of back plates with 2 applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal surface. Good condition factory finish will be acceptable. 12. Finish metal signal section, signal head mounting, brackets and fittings, outside of visor, pedestrian push button housing, pedestrian signal section and visor, and back face of back plate with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surface. Match dark olive green color to Color Chip No. 68 filed at the Transportation Laboratory. 13. Prepare and finish conduit and conduit fitting above ground the same as adjacent standard or post. 14. Relocated, reset or modified equipment previously finished as specified in this section, except for previously - finished galvanized standard with traffic signal yellow enamel, must be given a spot finishing application on newly primed areas and 1 finishing application over the entire surface. If signal face or mounting brackets are required to be painted under this section, all signal faces and mounting brackets on the same mounting must be repainted. 15. Small rusted or repaired areas of relocated or reset galvanized equipment must be cleaned and painted as specified in Section 75 -1.05, "Galvanizing," for repairing damaged i galvanized surfaces. -° t6. Stencil equipment number neatly on the standard or adjacent structure. Obtain number from the Engineer. 17. Perform painting neatly. The Engineer reserves the right to require use of brushes if the work performed by paint spraying machine is unsatisfactory. k 86 -3 CONTROLLER ASSEMBLIES 86 -3.01 CONTROLLER ASSEMBLIES A controller assembly houses a complete mechanism for controlling the operation of traffic signals or other systems. Model 170 and Model 2070, specified as a Model 170/2070 controller assembly, includes a Model 170, 170E or 2070 controller unit, a wired cabinet, and all auxiliary equipment required to control the system. 86 -3.02 (BLANK) 86 -3.03 (BLANK) 86 -3.04 CONTROLLER CABINETS Controller cabinets for controller assemblies other than Model 170/2070 must comply with the following: 86 -3.04A Cabinet Construction Cabinet must be rainproof and the top crowned 1/2 inch or slanted toward the back to prevent standing water. Cabinet and door must be manufactured from one of the following: 1. 0.073 -inch minimum thickness cold - rolled steel with continuously- welded exterior seams 2. 0.073 -inch minimum thickness stainless steel with overlapping exterior seams complying with Type 4 enclosures of the NEMA Enclosure Standards 3. 0.125 -inch minimum thickness aluminum with continuously - welded exterior seams Exterior welds must be ground smooth and edges filed to a radius of at least 0.03 inch. Cabinet manufactured from cold - rolled steel must comply with Section 86 -2.16, "Painting," and the following: 1. Cabinet manufactured from cold - rolled steel must be finished with a polymeric or an enamel coating system conforming to Color No. 14672 of Federal Standard 595B. 2. Cabinet must not have coating loss when 2 test specimens, 4" x 8 ", of the same material and coating as the cabinet are tested. Two 9- inch - diagonal scratches exposing bare metal will be made on a specimen. Soak specimen in demineralized water for 192 hours. Tightly affix a ] -inch wide strip of masking tape to the surface and remove with one quick motion. Specimen showing evidence of blistering, softening, or peeling of paint or coating from the base metal will be rejected. Testing must comply with California Test 645, except passing 180 Degree Bend Test is not required. 3. Metal must be prepared by the 3 -step, iron phosphate conversion coating bonderizing technique. 4. Inside walls, doors, and ceiling of the housing must be the same as the outside finish. Cabinet manufactured from stainless steel must comply with the following: 1. Use annealed or quarter -hard stainless steel that complies with ASTM A 666 for Type 304, Grades A or B. 2. Use gas tungsten arc welding (GTAW) process with bare stainless steel welding electrodes. Electrodes must comply with AWS A5.9 for FR308 chromium- nickel bare arc welding electrodes. 3. Procedures, welder, and welding operator must comply with requirements and practices recommended in AWS C5.5. 4. Ground or brush exposed, exterior surfaces of stainless steel cabinet to a 25 to 50- microinch finish using iron -free abrasives or stainless steel brushes. 5. After grinding or brushing, cabinet must not show rust discoloration when: r 5. 1. Exposed for 48 hours in a salt spray cabinet as specified in ASTM B 117 5.2. Exposed 24 hours in a tap water spray cabinet with the water temperature between 38 'C and 45 'C R 6. After the test, cabinet showing rust discoloration anywhere on its surface will be rejected. �hh Rejected cabinets may be cleaned, passivated, and resubmitted for testing. 9 Cabinet manufactured from aluminum sheet must comply with ASTM B 209 or B 209M for 5052 -H32 aluminum sheet, and the following: I. Use gas metal arc welding (GMAW) process with bare aluminum welding electrodes. ^n Electrodes must comply with AWS A5.10 for ER5356 aluminum alloy bare welding 1' electrodes. f 2. Procedures, welder, and welding operator for welding must comply with requirements in , AWS 83.0, "Welding Procedure and Performance Qualification," and to practices recommended in AWS C5.6. 1 Surface finish of each aluminum cabinet must comply with MIL -A -8625 for a Type II, Class I coating, except anodic coating must have a minimum thickness of 0.0007 inch and a minimum coating weight of 0.001 ounce per square inch. The anodic coating must be sealed in a 5 percent aqueous solution of nickel acetate, pH 5.0 to 6.5, for 15 minutes at 97 'C. Before applying anodic coating, clean and etch cabinets using the steps below: 3.1. Clean by immersing into inhibited alkaline cleaner, Oakite 61A, Diversey 909, or equal, 6 to 8 ounces per gallon at 71 'C for 5 minutes. 3.2. Rinse in cold water. 3.3. Etch in solution of 1 -1/2 ounce of sodium fluoride and 4 to 6 ounces of sodium hydroxide per gallon of distilled water at 60'C to 65'C for 5 minutes. 3.4. Rinse in cold water. i 3.5. Immerse in 50 percent by volume nitric acid solution at room temperature for 2 minutes. d 3.6. Rinse in cold water. Cabinet must have: 1. Single front door with: 1� I.I. 44 -inch maximum door width. f 1.2. Lock, when closed and latched, that is locked. 1.3. Police panel mounted on door, equipped with a keyed lock and 2 police keys. Each police key must have a shaft at least 1 -3/4 inch in length. 2. Dust -tight gasketing on all door openings, permanently bonded to the metal. Mating 1 surface of the gasketing must be covered with silicone lubricant to prevent sticking. 3. Handle that: 3.1. Allows padlocking inclosed position f 3.1 Has a minimum length of 7 inches ' 3.3. Has a 5/8 -inch, minimum, steel shank 3.4. Is manufactured of cast aluminum, or zinc - plated or cadmium - plated steel 4. Cabinet door frame with: 4.1. Latching mechanism that: 4.1.1. Holds tension on and forms a firm sea] between door gasketing and frame. 4.1.1 Is a 3 -point cabinet latch with nylon rollers that have a minimum diameter of 314 inch and equipped with ball bearings. 4.1.3. Has a center catch and a pushrod made of zinc - plated or cadmium - plated steel. Pushrod must be at least 1/4" x 3/4" and fumed edgewise at outer supports. Cadmium plating must comply with MIL -QQ -416. Zinc plating must comply with MIL -QQ -325. 42. Hinging that: 4.2.1. Has 3 -bolt butt hinges, each having a stainless steel fixed pin. Hinges must be stainless steel or may be aluminum for aluminum cabinet. 4.2.2. Is bolted or welded to the cabinet. Hinge pins and bolts must not be accessible when door is closed. 4.2.3. Has a catch to hold the door open at 90 degrees and 180 degrees, t 10 degrees, if a door is larger than 22 inches in width or 6 square feet in area. Catch must be at least 3/8 -inch diameter, stainless steel plated rod capable of holding door open at 90 degrees in a 60 mph wind at an angle perpendicular to the plane of the door. 5. Lock that: 5.1. Is solid brass, 6 -pin tumbler, rim type 5.2. Has rectangular, spring- loaded bolts 5.3. Is left hand and rigidly mounted with stainless steel machine screws approximately 2 inches apart 5.4. Extends 1/8 to 3/8 inch beyond the outside surface of door 6. 2 keys that are removable in the locked and unlocked positions. Submit alternative design details for review and approval before manufacturing cabinet. Use metal shelves or brackets that will support controller unit and auxiliary equipment. Machine screws and bolts must not protrude outside the cabinet wall- 86-3.04B Cabinet Ventilation Each controller cabinet must have: 1. 8 screened, 1/2 -inch diameter or larger, raintight vent holes, in lower side or bottom of cabinet. You may use louvered vents with a permanent metal mesh or 4 -ply woven polypropylene air filter held firmly in place, instead. 2. Electric fan with ball or roller bearings and capacity of at least 100 cubic feet per minute. Fan must be thermostatically controlled and manually adjustable to turn on between 32 °C and 65 °C with a differential of not more than 6 °C between automatic turn on and turn off. Fan circuit must be fused at 125 percent of ampacity of installed fan motor. Fan and cabinet vent holes must be positioned to direct bulk of airflow over controller unit or through ventilating holes of controller unit. 86 -3.04C Cabinet Wiring Conductors used in controller cabinet wiring must: c py3 _1 q 1. Be neatly arranged and laced, or enclosed in plastic tubing or raceway. 2. End with properly sized captive or spring -spade terminal or be soldered to a through - panel solder lug on the back side of the terminal block. Apply crimp -style connector with proper tool to prevent opening of handle until crimp is completed. Controller cabinet must have an equipment grounding conductor bus that is grounded to the cabinet and connected to metal conduit system or other approved ground with a No. 8, or larger, grounding conductor. With all cabinet equipment in place and connected, resistance between grounded conductor terminal bus and equipment grounding conductor bus must be 50 Mn, minimum, when measured with an applied voltage of 150 V(de). If direct current is to be. grounded, connect to equipment ground only. Use two or more terminal blocks for field connection. Install field terminal within 22 inches from front of cabinet and orient for screwdriver operation. Terminal must be a minimum of 5 inches above foundation. No more than 3 conductors per terminal are allowed. Two flat metal jumpers, straight or U shaped, may be placed under terminal screw. At least 2 full threads of terminal screws must be fully engaged when screw is tightened. Live parts must not extend beyond the barrier. 86 -3.05 CABINET ACCESSORIES 86 -3.05A Labels Include permanently printed, engraved, or silk- screened label for equipment and removable items of equipment. t Labeling must match cabinet wiring diagram. Label for shelf - mounted equipment must be on shelf face below item. Label for wall- mounted equipment must be below item. s 86 -3.0511 Convenience Receptacle Mount convenience receptacle in a readily accessible location inside the cabinet. Convenience receptacle must be a duplex, 3- prong, NEMA 5 -15R grounding type outlet that complies with UL Standard 943. 9 86 -3.05C Surge Arrestor Surge arrestor must reduce effects of power line voltage transients and have ratings as follows: Surge Arrestor Requirements Recurrent peak voltage 184 V(ac) Ener y ratio , maximum 111 Power dissi anon, avers e 0.85 W Peak current for pulses less than 7 us 1,250 A i Standby current must be l mA or less for 120 V(ac), 60 Hz sinusoidal input. 86 -3.05D Terminal Blocks Terminal block must be rated 600 V(ac), minimum, and have nickel -, silver -, or cadmium - plated brass binder head screw terminal. Heavy duty terminal block must be rated at 20 A and have 12 position with No. 10 x 5/16 -inch nickel - plated brass binder head screws and nickel- plated brass inserts. Each position must have 2 screw -type terminals. Terminal block must be barrier type with shorting bars in each of the 12 positions, and must have integral type marking strips. Light duty terminal block must be rated at 5 A and have 12 positions with No. 6 x 1/8 inch binder head screws. Each position must have 1 screw -type terminal. 86 -3.06 COMPONENTS 86 -3.06A Toggle Switches Toggle switch must 1. Have poles as required 2. Be rated at 200 percent of circuit current for circuits of 10 A or less and 125 percent of circuit current for circuits over 10 A 86 -3.06B Cartridge Fuses Install cartridge fuse in panel- mounted fuseholder. Fuse type and rating must be as recommended by the fuse manufacturer for protecting the toad. 86 -3.06C Circuit Breakers Circuit breaker must comply with Section 86 -2.11, "Service;' except breaker must have a minimum interrupting capacity of 5,000 A, rms. 86 -3.06D Connectors Use connector designed to interconnect various parts of circuit together and constructed for the application involved- Design connector for positive connection of circuit and easy insertion and removal of mating contacts. Connector must be permanently keyed to prevent improper connection of circuit. Connector, or device plugging into connector, must have positive connection to prevent a circuit from breaking due to vibration, a pull on connecting cable, or similar disruptive force. 86 -3.07 ACCESSORIES Accessories must comply with the following: 86 -3.07A Telephone Bridge Telephone bridge must comply with the following: 86- 3.07A(1) General Description Dual 5 -way active data bridge must include: 1. 4 -wire transmission interconnection between a dedicated common port and 4 multiple ports. Ports must be characterized by a balanced 600 Q terminating impedance. The module's active circuit must allow unused multiple ports to be left unterminated without affecting the transmission response of ports in use. 11 2. Splitter channel and combiner channel. Connect multiple inputs to a common output in combiner channel. Connect common input to multiple outputs in splitter channel- ` Splitter and combiner must be separate and independent, allowing operation in full- 4 duplex data transmission applications. Input, output, and line monitor jacks on front panel of bridge must allow isolated- module, isolated - facility, and cross - bridge measurement of transmission parameters in both, splitter and combiner channels. $ 3. Front - panel - accessible potentiometers with continuous adjustment of cross - bridge loss or gain within -30 to -10 dB and -10 to +10 dB ranges. Select either range for each channel. Adjusted level must be same for all cross - bridge port combinations so if the splitter - channel potentiometer is set for +3 dB gain, all common -to- multiple -port paths in the splitter channel must receive a +3 dB level increase. 4. Input voltage of -22 to -56 V(dc) at a maximum current of 60 mA. i) Individually package each dual 5 -way active bridge unit in housing. Circuitry must be solid state, j constructed on removable industry standard circuit boards with plug in edge connectors. Testjack, edge j connector, and external plug connector must be made of material suitable for use in above stated environment without deterioration of electrical connection for useful life of equipment. Physical size of case must not exceed 225 cubic inches and must be suitable for mounting to frame of field cabinet. Use mounting holes to attach unit to one side of frame of relay rack. Include input and output ports for 5 full duplex telephone circuits with input and output ports labeled as to function. Level control, or switches and level adjustment potentiometers, and input and output level test jacks most provide external adjustments without removal of the housing. 86- 3.07A(2) Application Use dual 5 -way active data bridge to interconnect 4 -wire data modems to a common data channel or link. At the distant end, terminate common data link into a computer that may time sequentially poll outlying or remote data terminals. Use bridge for central transmission arrangement, or "hubbing" network, to extend data transmission to outlying terminals. To expand number of multiple ports of a 4 -wire data hubbing network in a tandem bridge arrangement, directly connect I multiple port in each channel of 1 st bridge to common port of the same channel of 2nd .r bridge to get a 4 -wire data bridge with I common and 7 multiple ports. J 86- 3.07A(3) Circuit Description Combiner channel of dual 5 -way active data bridge must have a variable - gain - integrated- circuit operational amplifier with an input summing circuit. Summing circuit must add transmission energy from all multiple input ports at low- impedance summing point for input port isolation. Connect amplifier output to transformer for balanced connection to facility. Splitter channel must include a transformer - input, variable -gain, integrated- circuit operational amplifier and power amplifier. Power transformer output most be very low impedance and drive eight 300 n resistors to derive proper impedance at multiple output circuits and provide isolation between output circuits Multiple ports in bridge splitter and combiner channels most be isolated, and balanced by output transformer and matched precision resistors in each channel. 1 86- 3.07A(4) Electrical Requirements J Comply with following electrical requirements'. m= Electrical Reouircments Specification Requirement Splitter channel loss or gain -30 to +10 dB usable range Combiner channel loss or gain -36 to +10 dB usable range Maximum output level (overload Splitter: +5 dBm point) Combiner: +12 dBm Level change with loading I dB max, I port to all ports loaded Input port impedance Splitter (multiple ports): 600 Q balanced Combiner (common port): 600 4 balanced Output port impedance Splitter (multiple ports): 600.4 balanced Combiner (common port): 600 4 balanced Harmonic distortion Splitter. less than (percent at +3 dBm Combiner: less than 1 percent at +8 dBm Noise 20 dBm max Frequency response tl dB re 1,000 Hz level, 300 to 5,000 Hz Delay distortion Less than 75 ps, 400 to 3,000 Hz Cross-port coupling loss (crosstalk) Greater than 55 dB Input power -22 to -56 V(dc), 60 mA max Operating environment -7 °C to 54 °C, humidity to 95% (no condensation) Mounting I position 86- 3.07A(5) Testing and Troubleshooting You must have complete testing and troubleshooting instructions, circuit diagrams and pictorial component location, and identification guides for each unit. 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.01 VEHICLE SIGNAL FACES Each vehicle signal face must: 1. Be adjustable and allow for 360 - degree rotation about vertical axis 2. Comply with ITE publication ST -017B, "Vehicle Traffic Control Signal Heads" 3. Comply with Cal ifomia Test 604, except for arrow and "X" faces 4. Have 3 sections arranged vertically: red at top, yellow at center, and green at bottom 5. Be of the same manufacturer and material, if more than 1 is installed at an intersection, except for programmed visibility type 6. Be sealed with neoprene gasket at top opening 7. Be LED modules 86 -4,01A Signal Sections Each signal section must comply with the following: 1. Maximum height must be 10 -1/4 inches for an 8 -inch section and 14 -3/4 inches for a 12- inch section. 2. Housing must: 2.1. Be either die -cast or permanent mold -cast aluminum, or if specified, be structural plastic. 2.2. Comply with ITE publication ST -017B if die -cast or permanent mold -cast aluminum is used. 2.3. Have a I- piece, hinged, square - shaped door designed to allow access for relamping without the use of tools. Door must be secured to hold the door closed during loading tests. Module or lens must be watertight and mounted in the door. 3. Hinge pins, door latching devices, and other exposed hardware must be Type 304 or 305 stainless steel. Interior screws and fittings must be stainless steel, or steel with a corrosion resistant plating or coating. 4. Opening must be placed on top and bottom to receive 1 -1/2 -inch pipe. The 8 -inch and 12 -inch sections of an individual manufacturer must be capable of joining to form a signal face in any combination. This interchangeability is not required between metal and plastic sections. 5. Gaskets must be made of a material that is not affected if installed in a section with metal or plastic housing that is continuously operated for 336 hours. Structural failure is described as follows: Signal Section Structural Failure Signal Section Type Requirements Description of Structural Failure Metal California Test 666 Fracture within housing assembly or deflection of more than half the lens diameter of signal section during wind load test Plastic California Test 605 Fracture within housing assembly or deflection of more than 10 degrees in either the vertical or horizontal plane after wind load has been removed from front of signal face, or deflection of more than 6 degrees in either the vertical or horizontal plane after wind load has been removed from back of signal face 86- 4.01A(1) Metal Signal Sections Each metal signal section must have a metal visor metal backplates. Metal signal faces requiring backplates must have 86- 4.01A(2) Plastic Signal Sections Housing must be molded in 1 piece, or fabricated from 2 or more pieces and joined into a single piece. Plastic must have ultraviolet stability, be unaffected by lamp heat, and be self- extinguishing. Housing and door must be colored throughout and be black, matching Color No. 17038, 27038, or 37038 of Federal Standard 5953. Each face section must bejoined to adjacent section by one ofthe following: 1. Minimum of 3 machine screws for 8 -inch sections and 4 machine screws for 12 -inch sections, installed through holes near front and back of housing. Each screw must be a No. 10 and have a nut, flat washer, and lock washer. 2. Two machine screws, each with a nut, flat washer, and lock washer, installed through holes near the front of the housing, and a fastening through the l -I /2 -inch pipe opening. 1 x 7 Fastening must have 2 large flat washers to distribute the load around the pipe opening and 3 carriage bolts, each with a nut and lock washer. Minimum screw size must be No. 10. Minimum carriage bolt size must be 1/4 inch. Supporting section of each signal face supported only at top or bottom must have reinforcement. Reinforcement plate must be either sheet aluminum, galvanized steel, or cast aluminum. Each plate must be a minimum of 0.11 -inch thick and have a hole concentric with 1 -1/2 -inch pipe- mounting hole in the housing. Place reinforcement plate as follows: Reinforcement Plate Placement Type of Reinforcement Plate Placement Sheet aluminum Inside and outside of housing Galvanized steel Inside of housing Cast aluminum Outside of housing Reinforcement plates placed outside of the housing must be finished to match signal housing color and be designed to allow proper serrated coupling between signal face and mounting hardware. Minimum of 3 No. 10 machine screws must be installed through holes in each plate and matching holes in the housing. Each screw must have a round or binder head, a nut, and lock washer. If signal face is supported by a Type MAS side attachment slip -fitter inserted between 2 sections, place spacers between the 2 sections. Vertical dimension of spacers must allow proper seating of serrations between the slip -fitter and the 2 sections. In addition to the fastening through the large openings in housing, the 2 sections must join with at least 2 machine screws through holes near the front of housing and the spacers, and through matching holes in a reinforcing plate installed in housing. Machine screws must be No. 10 minimum size. Spacers must be made of same material as signal housing. If reinforcing webs are used to corutect back of housing to top, bottom, and sides, reinforcing plates are not required. Holes for machine screws must be either cast or drilled during signal section manufacturing. Surround each hole with a 1/8 -inch minimum width boss to allow contact between signal sections about axis of hole. Each plastic signal section must have a plastic or metal visor. Plastic signal faces requiring backplates must have plastic backplates. Serrated nylon washer must be inserted between each plastic signal section and metal mounting assembly. Each washer must be between 3/16- and 1/4 -inch thick. Serrations must match those on signal section and mounting assembly. 864.01B Visors Include removable visor with each signal section. Comply with ITE publication ST -017B. Visors are classified by lens enclosure as full circle, tunnel or cap. Bottom opens for tunnel type and both, bottom and lower sides open for cap type. Visors must be tunnel type. Visor must have a downward tilt between 3 and 7 degrees with a length of: 1. 9 -1/2 -inch minimum for nominal 12 -inch round lenses 2. 7 inch for nominal 8 -inch round lenses Metal visor must be formed from 0.050 -inch, minimum thickness, aluminum alloy sheet. Plastic visor must be either formed from sheet plastic or assembled from one or more injection, rotational, or blow - molded plastic sections. Material must be of a black homogeneous color with lusterless finish. Sections must be joined using thermal, chemical, or ultrasonic bonding, or with aluminum rivets and washers permanently colored to match visor. Sy a f Secure each visor to its door and prevent removal or permanent deformation when wind load specified in California Test 605 for plastic visors or 666 for metal visors is applied to its side for 24 hours. If directional louvers are used, fit louvers snuggly into full - circular signal visors. Outside cylinder must be constructed of 0.030 -inch nominal thickness, or thicker, sheet steel and vanes must be constructed of 0.016 -inch nominal thickness, or thicker, sheet steel, or the cylinder and vanes must be constructed of °a 5052 -H32 aluminum alloy of equal thickness. 7i 86 -4.02 (BLANK) 86 -4.03 (BLANK) 86 -4.04 BACKPLATES 8tl :11 J Background light must not be visible between backplate and signal face or between sections. Plastic backplates must be either formed from sheet plastic or assembled from extruded, molded, or cast p� sections. Sections must be factoryjoined using one of the following: i ,I 1. Appropriate solvent cement 2. Aluminum rivets and washers painted or permanently colored to match backplate 3. No. 10 machine screws with washers, lock washers, and nuts, painted to match backplate Backplate material must be of black homogeneous color with a lusterless finish. Secure each plastic backplate to the plastic signal face in a manner that prevents its removal or permanent deformation when the wind -load test is applied to either the front or back of signal face. Permanent deformation of any portion of backplate must not exceed 5 degrees forward or backward after wind loading is applied for 24 hours. If plastic backplate requires field assembly, join with at least 4 No. 10 machine screws at each field - assembled joint. Each machine screw must have an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either a locking nut or a nut and lockwasher. Machine screws, nuts, and washers must be stainless steel or steel with a zinc or black -oxide finish. If a metal backplate has 2 or more sections, fasten sections with rivets or aluminum bolts peened after assembly to avoid loosening. Instead of the screws shown on the plans, you may use self - threading No. 10 steel screws to fasten plastic j backplates to plastic signal face. Each screw must have an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and is stainless steel or steel with a zinc or black -oxide finish. 9 86 -4.05 PROGRAMMED VISIBILITY VEHICLE SIGNAL FACES Programmed visibility signal face and its installation must comply with Section 86 -4.01, "Vehicle Signal Faces," Section 86 -4.04, "Backplates," and Section 86 -4.08, "Signal Mounting Assemblies." Each programmed visibility signal section must: 1. Have a nominal 12 -inch diameter circular or arrow indication 2. Comply with ITE publication ST -017B for color and arrow configuration °4 3. Have a cap visor 4. Have an adjustable connection that provides incremental tilting from 0 to 10 degrees above or below horizontal while maintaining a common vertical axis through couplers ra and mountings Terminal connection must allow external adjustment about the mounting axis in 5- degree increments. _a Signal must be mountable with ordinary tools and capable of servicing without tools. Preset adjustment at 4 degrees below horizontal. Visibility of each programmed visibility signal face must be capable of adjustment or programming, within the face. When programmed, each signal face's indication must be visible only in those areas or lanes to be controlled, except that during dusk and darkness a faint glow to each side is allowed. You must program the head as recommended by the manufacturer. 86 -4.06 PEDESTRIAN SIGNAL FACES Message symbols for pedestrian signal faces must be white "WALKING PERSON" and Portland orange "UPRAISED HAND." Comply with ITE Standards: "Pedestrian Traffic Control Signal Indications" and California MUTCD. Each symbol's height must be at least 10 inches and width must be at least 6 -1/2 inches. Luminance of "UPRAISED HAND" symbol must be 1,100 foot - lamberts, minimum, and luminance of "WALKING PERSON" symbol must be 1,550 foot - lamberts, minimum, when tested as specified in California Test 606. Uniformity ratio of an illuminated symbol must not exceed 4 to I between the highest luminance area and the lowest luminance area - Luminance difference between a nonilluminated symbol and the background around the symbol must be less than 30 percent when viewed with the visor and front screen in place and at a low sun angle. Each housing, including front screen, must have maximum overall dimensions of 18-1/2-inch width, 19- inch height, arid 11 -1/2 -inch depth. All new pedestrian signal faces installed at an intersection must be the same make and type. 86 -4.06A Type A Each Type A pedestrian signal face must include a housing, 1 LED pedestrian signal combo module and a front screen. 86 -4.06B Front Screen Front screen instal lation for each Type A signal must comply with one of the foI lowing: 1. Install, tilting downward, at an angle of 15 ±2 degrees out from the top, an aluminum honeycomb screen with 0.2 -inch cells, 3/8 -inch thick, or a plastic screen of 3/8 -inch squares, 1/2 -inch thick with wall thickness of 1/16 -inch. Completely cover message plate. Include a clear front cover of 1/8 -inch minimum thickness acrylic plastic sheet or 1/16 -inch minimum thickness polycarbonate plastic. Hold screen and cover firmly in place with stainless steel or aluminum clips or stainless steel metal screws. 2. Install a 1 -1/2 -inch deep eggcrate or Z crate type screen of t/32 -inch nominal thickness polycarbonate. Mount screening in a frame constructed of 0.040 -inch minimum thickness aluminum alloy or polycarbonate. Install screen parallel to face of message plate and hold in place with stainless steel screws. Visor as specified in Section 86- 4.06D, "Visors," is not required.. The Department will test screens in a horizontal position with its edges supported. When a 3 -inch diameter, 4 -pound steel ball is dropped on the screen from a height of 4 feet above, the front screen must not fracture, separate at the welds, or compress more than 1/8 -inch. When pedestrian housing is used to support front screen during test, remove message plate from pedestrian signal housing, so there is no back support for the screen. Screen and frame must be one of the following: 4. S 1. Manufactured from aluminum anodized flat black 2. Finished with lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces 3. Manufactured from flat black plastic 86 -4.06C Housing i Pedestrian signal housing must comply with Section 86- 4.01A, "Signal Sections_" rr 86 -4.06D Visors Use material similar to housing. Extend top of visor a minimum length of 6 inches at top and 5 inches at bottom when measured from front surface of line. Front must be normal to top. a 86 -4.06E Finish Paint exterior of each housing and visor, and interior of visor as specified in Section 86 -2.16, "Painting." 86 -4.06F Control Pedestrian signals must be controllable by solid -state switching devices specified for traffic signal controller assemblies. 86 -4.06G Terminal Blocks Include light duty terminal block, as specified in Section 86- 4.01B, "Electrical Components," with each pedestrian signal face. 86 -4.07 (BLANK) 86 -4.08 SIGNAL MOUNTING ASSEMBLIES Signal mounting assembly must include: 1. 1 -1/2 -inch standard steel pipe or galvanized conduit 2. Pipe fitting made of ductile iron, galvanized steel, aluminum alloy Type AC -84B No. 380, or bronze 1 Mast arm and post top slip - fitters, and terminal compartments made of cast bronze or hot - dip galvanized ductile iron ,z After installation, clean and paint exposed threads of galvanized conduit brackets and bracket areas damaged by wrench or vise jaws. Use wire brush to clean and apply 2 coats of approved unthinned zinc- e9 rich primer, organic vehicle type, as specified in Section 91, 'Paint." Do not use aerosol can. Fit each terminal compartment with a terminal block having a minimum of 12 positions, each with 2 screw -type terminals. Each terminal must accommodate at least five No. 14 conductors. Include a cover on compartment for ready access to terminal block. Terminal compartment used to bracket mount signals must be bolted securely to pole or standard. Horizontal dimension of mounting assembly members between vertical centerline of terminal compartment or slip - fitter, and the vertical centerline of each signal face must not exceed 11 inches, except where required for proper signal face alignment or to allow programming of programmed visibility signal faces. Mounting assembly members must be plumb or level, symmetrically arranged, and securely assembled, y Mounting assembly must be watertight, and free of sharp edges or protrusions that might damage conductor insulation. Include positive locking serrated fittings that, if mated with similar fittings on signal faces, will prevent faces from rotating. Orient each mounting assembly to allow maximum horizontal clearance to adjacent roadway. Use slip -fitter for post -top mounting of signals. Fit slip -fitter over a 4 -1/2 -inch outside diameter pipe or tapered standard end. Include cadmium - plated steel set screws. Include an integral terminal compartment for each slip -fitter used to post -top mount signals with brackets. Do not install signal faces at an intersection until all other signal equipment, including complete controller assembly, is in place and ready for operation. You may mount signal faces if covered or not directed toward traffic. 86 -4.09 FLASHING BEACONS Flashing beacon must include: 1. Single section traffic signal face with yellow or red LED module indications 2. Backplate 3. Tunnel visor 4. Flashing beacon control assembly Beacon flasher unit must be independent of intersection flasher unit. 86 -4.09A Flashing Beacon Control Assembly 86- 4.09A(l) Enclosure Enclosure must be: 1. NEMA 3R with a dead front panel and a hasp with a 7/16 -inch hole for a padlock 2. Powder coated, hot -dip galvanized, or factory- applied rust resistant prime coat and finish coat 86- 4.09A(2) Circuit Breakers and Switches Circuit breakers must comply with Section 86 -2.11, "Service." Switch for manually operating sign lighting circuit must be a single- hole - mounting toggle type with a single pole and throw and rated at 12 A, 120 V(ac). Fumish switch with an indicating nameplate reading "Auto- Test." 86- 4.09A(3) Flasher Comply with Section 8, "Solid -State Flashers," of NEMA Standards publication No. TS 1. Flasher must be a solid -state device with no contact points or moving parts. Include 2 output circuits to allow alternate flashing of signal faces. Flasher must be able to carry a minimum of 10 A per circuit at 120 V(ac). 86- 4.09A(4) Wiring Conductors and wiring in the enclosure must comply with Section 86- 2.09B(1), "Cabinet and Enclosure installation." 86- 4.09A(5) Terminal Blocks Terminal blocks must be: 1. Rated 25 A, 600 V(ac) 2. Molded phenolic or nylon material 3. Barrier type with plated brass screw terminals and integral marking strips 86 -5 DETECTORS 86 -5.01 VEHICLE DETECTORS Sensor unit and isolator must comply with TEES. 86 -5.O1A Inductive Loop Detectors i t z 86- 5.01A(1) General fl Inductive loop detector includes a completely installed loop or group of loops, in the roadway, lead -in cable, and a sensor unit, with power supply installed in a controller cabinet. 86- 5.01A(2) Sensor Unit Construction Card type sensor unit must comply with TEES, issued by the Department. Shelf- mounted sensor unit must comply with Section 11 of the NEMA Standards Publication No. TS I. ' 86- 5.OIA(3) Construction Materials Conductor for each inductive loop detector must be continuous, unspliced, and one of the following: Conrluctar Ontinni for Inductive Loon Detector Option Specifications Type 1 loop wire Type MW-USE neoprene jacketed or Type USE cross- linked polyethylene insulated, No. 12, stranded copper wire with a 40 mils minimum thickness at any point. Type 2 loop wire Type THWN or Type XHHW, No. 14, stranded copper wire in a plastic tubing. Plastic tubing must be polyethylene or vinyl, rated for use at 105 °C, and resistant to oil and gasoline. Outside diameter of tubing must be 0.27 inch maximum with a wall thickness of 0.028 inch minimum. i Conductor for loop detector lead -in cable must be two No. 16, 19 x 29, stranded, tinned copper wires, I comply with the calculated cross sectional area of ASTM B 286, Table 1, and be one of the following: .41 Conductor Options for Loon Detector Lead -in Cable Option S ecifications Type B lead -in cable Insulated with 20 mils of high- density polyethylene. Conductors must be twisted together with at least 2 turns per foot and the twisted pair must be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire must be connected to equipment ground within cabinet. Cable must have a high- density polyethylene or high- density polypropylene outerjacket with a nominal thickness of 32 mils. Include an amorphous interior moisture penetration barrier of nonh drosco is polyethylene or polypropylene fillers. Type C lead -in cable Comply with International Municipal Signal Association (IMSA) Specification No, 50 -2. A No. 20, minimum, copper drain wire must be, connected to equipment ground within cabinet. 86- S.OIA(4) Installation Details P 9 l Install loop conductors without splices and end in nearest pull box. Seal open end of cable jacket or tubing similar to splicing requirements to prevent water from entering. Do not make final splices between a� loops and lead -in cable until loop operations under actual traffic conditions is approved. i 8 Splice all loop conductors for each direction of travel for same phase of a traffic signal system, in same pull box, to a detector lead -in cable that runs from pull box adjacent to loop detector to a sensor unit mounted in controller cabinet. End all loop conductors in a pull box or terminal strip in the cabinet. Identify and band conductors for inductive loop installations. Band, in pairs, by lane, in the pull box adjacent to the loops and near the end of conductors in the cabinet. Bands must comply with Section 86- 2.09, "Wiring." If HMA surfacing is to be placed, install loop conductors before placing uppermost layer of HMA. Install conductors in compacted layer of HMA immediately below the uppermost layer. Install conductors as shown on the plans, except fill slot with sealant flush to the surface. When tuning loops: 1. Residue from slot cutting activities must not be allowed to flow across shoulders or lanes occupied by public traffic and must be removed from the pavement surface before residue flows off. Dispose of residue from slot cutting activities under Section 7 -1.13, "Disposal of Materials Outside the Highway Right of Way." 2. Surplus sealant must be removed from adjacent road surface without using solvents before setting. Sealant for filling slots must comply with one of the following: Elastomeric Sealant Polyurethane material that will, within stated shelf life, cure only in the presence of moisture. Sealant must be suitable for use in both HMA and PCC. The cured sealant must have the following performance characteristics: Performance Characteristics of Cured Sealant Specification ASTM Re uirement Hardness (indentation) at 25 °C and 50% relative D 2240 hutnidi (Type A, Model 1700 only) Rex. 65 -85 Tensile Strength: D 412 3.45 MPa, min. Pulled at 508 mm per minute Die C Elongation: D 412 400 %, min. Pulled at 508 mm per minute Die C Flex at -40 °C: -- No cracks 0.6 -mm free film bend (1800) over 13 -mm mandrel Weathering Resistance: Weatherometer 350 h, cured 7 days at 25 °C @ 50% D 822 Slight chalking relative humidity Sall Spray Resistance: ° 28 days at 36 °C with 5 /° NaCI, Die C & pulled at 508 B 1 17 3.45 MPa, min. tensile 400 %, min. elongation mm er minute Dielectric Constant over a temperature range of -30 °C D 150 Less than 25% change to 50 °C Asphaltic Emulsion Sealant Comply with State Specification 8040- 41A -I5. Use maximum of 5/8 inch in width. Do not use where the Material must not be thinned beyond manufacturer's temperature is at least 7 °C. for filling slots in HMA pavement that are a slope causes the material to run from the slot. recommendations. Place material when air Hot -Melt Rubberized Asphalt Sealant Hot -melt rubberized asphalt must be: Fa D II Y V r I. In solid form at room temperature and fluid at application temperature of 190 °C to 205 °C. Fumes must be non - toxic. e 2. Suitable for use in both HMA and PCC, r 3. Melted in a jacketed, double - boiler type melting unit. Temperature of heat transfer medium must not exceed 245 °C. a 4. Applied with a pressure feed applicator or pour pot, when the pavement surface temperature is greater than 4 °C. 5. Packaged in containers clearly marked "Detector Loop Sealant" and specifying manufacturer's batch and lot number. The cured sealant must have the following performance characteristics: Perfnrmnnre Chararlerictirc arrured Sealant Specification ASTM Requirement Cone Penetration, 25 °C, 150 g, 5 5 I D 5329, Sec. 6 1.5 mm, max Flow, 60 °C D 5329, Sec. 8 5 mm, max Resilience, 25 °C D 5329, Sec. 12 25 %, min Softening Point D36 82 °C, min Ductility, 25 °C, 50 mm /min D 113 300 mm, min Flash Point. COC, °C D 92 288 °C min Viscosiry, Brookfield Thermoset, No. 27 Spindle, 20 rpm, 190 °C D 150 Less than 25% change 86 -5,01B Magnetic Detectors Cable from pull box, adjacent to magnetic detector sensing element, to the field terminals in the controller cabinet must be the type specified for inductive loop detectors. 86 -5.02 PEDESTRIAN PUSH BUTTON ASSEMBLIES Housing must be either die -cast or permanent mold -cast aluminum, or ultraviolet stabilized, self - extinguishing structural plastic, if specified. Plastic housing must be black matching Color No. 17038, 27038 or 37038 of Federal Standard 595B, and colored throughout. Assembly must be rainproof and shockproof in any weather condition. Switch must be a single -pole, double - throw, switching unit, with screw type terminals, rated 15 A at 125 V(ac), and must have: I. Plunger actuator and a U frame to allow recessed mounting in push button housing 2. Operating force of 3.5 pounds 3. 1/64 -inch maximum pretravel 4. 7/32 -inch minimum overtravel 5. 0.0004- to 0.002 -inch differential travel 6. 2 -inch minimum diameter actuator Where pedestrian push button is attached to a pole, shape housing to fit the pole curvature and secure. Include saddles to make a neat fit if needed. Where a pedestrian push button is mounted on top of a 2 -1/2 -inch diameter post, fit housing with a slip - fitter and use screws for securing rigidly to post. Pedestrian push button signs must be porcelain enameled metal or structural plastic. Install push button and sign on crosswalk side of pole. Point arrows on push button signs in the same direction as the corresponding crosswalk. Attach sign on Type B push button assembly. For Type C pedestrian push button assembly, mount instruction sign on the same standard as the push button assembly, using 2 straps and saddle brackets. Straps and saddle brackets must be corrosion - resisting chromium nickel steel and comply with ASTM A 167, Type 30213. Theft -proof bolts must be stainless steel with a chromium content of at least 17 percent and a nickel content of at least 8 percent. 86 -6 LIGHTING 86 -6.01 HIGH PRESSURE SODIUM LUMINAIRES High pressure sodium luminaires must be the enclosed cutoff type. Housing must be manufactured from aluminum. Painted or powder - coated housing must withstand a 1,000 -hour salt spray test as specified in ASTM B 117. Other metal parts must be corrosion resistant. Each housing must include a slip -fitter that can be mounted on a 2 -inch pipe tenon and can be adjusted 5 degrees from the axis of the tenon. Clamping brackets of slip -fitter must not bottom out on housing bosses when adjusted within the f5 degree range. The slip -fitter mounting bracket must not permanently set in excess of 0.020 -inch when the 3/8 -inch diameter cap screw used for mounting is tightened to 10 foot - pounds. Luminaire to be mounted horizontally on mast arm, when tested as specified in California Test 611, must be capable of withstanding cyclic loading for a minimum of 2 million cycles without failure of any luminaire parts as follows: Cyclic Loading Plane Internal Ballast Minimum Peak Acceleration Level' Vertical Removed 3.0 G peak -to -peak sinusoidal loading same as J.5 G peak) FforizontaF Installed 1.5 G peak -lo -peak sinusoidal loading (same as 0.75 G peak) Vertical Installed 1.0 G peak-to-peak sinusoidal loading (same as 0.5 G peak) 'G = Acceleration of gravity bperpendicular to direction of mast arm If a photoelectric unit receptacle is included, a raintight shorting cap must be installed. If luminaire housing has a hole for the receptacle, hole must be permanently closed, covered, and sealed with weatherproof material. Optical system must be in a sealed chamber and include: 1. Reflector shaped so that a minimum of light is reflected through the arc tube of the Lamp. Reflector surface must be specular and protected by either an anodized finish or a silicate film on it's specular surface. 2. Refractor or lens mounted in a door frame that is hinged to the housing and secured with a spring - loaded latch. Refractor must be made of glass or polycarbonate plastic. Lens must be made of heat- and impact- resistant glass. 3. Lamp socket that is a porcelain enclosed mogul - multiple type. Shell must include integral lamp grips to assure electrical contact under conditions of normal vibration. Socket must be mounted in the luminaire to allow presetting a variety of specified light distribution patterns. Socket must be rated for 1,500 W and 600 V(ac), and a 4 kV pulse. 4. Lamp. Sealing must be provided by a gasket between the reflector and: 1. Refractor or lens 2. Lamp socket Chamber must allow for filtered flow of air in and out of the chamber from lamp heat. Filtering must be accomplished by either a separate filter or a Filtering gasket. i If components are mounted on a down- opening door, door must be hinged and secured to luminaire housing separately from refractor or flat lens frame. Door must be easily removable and replaceable, and secured to housing to prevent accidental opening when refractor or flat lens frame is opened. 9 Field wires connected to luminaire must terminate on a barrier -type terminal block secured to the housing. Terminal screws must be captive and equipped with wire gips for conductors up to No. 6. Each terminal positions most be clearly identified. Minimum light distribution for each luminaire must meet the isolux diagrams. Maximum brightness of each cutoff luminaire, with the lamp indicated, must be as follows: Cutoff Type Lamp ANSI Code No. Lamp Wattage Maximum Brightness foot- lamberls S55 ISO 40 S66 200 40 S50 250 50 S67 310 _ 60 S51 400 75 Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees. When measured on the 90 -degree and 270- degree lateral angle line, maximum brightness must not exceed above specified brightness when meter is located at a horizontal distance of 120 feet and a vertical distance of 7.5 feet between luminaire and meter, or at an angle of 3 degrees 35 minutes from the horizontal to the line between luminaire and meter. Measurements must be made from 90- degree line and 270- degree line, and averaged. Lamp used for each test must operate at wattage necessary to produce the following light output: Light Output Lamp Watta e Lumens 150 16,000 200 22,000 250 27,000 310 37,000 400 50,000 86 -6.01A High Pressure Sodium Lamp Ballasts Each ballast must: 1. Operate the lamp for its rated characteristics and wattage V 2. Continuously operate at ambient air temperatures from -20 °C to 25 °C without reduction in ballast life 3. Operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short- circuited condition and without measurable reduction in operating requirements 4. Have a design life of not less than 60,000 hours 5. Provide proper starting and operating waveforms, voltage, and current 6. Provide reliable lamp starting and operation at ambient temperature down to -20 °C for the rated I ife of lamp Ballast must be tested as specified in ANSI C82.6 -1980, "Methods of Measurement of High- Intensity- Discharge Lamp Ballasts." Starting aids for ballast of a given lamp wattage must be interchangeable between ballasts of same wattage and manufacturer, without adjustment. Each integral ballast must consist of separate components that can be easily replaced. An encapsulated starting aid will be counted as a single component. Each component must include screw terminals, NEMA tab connectors, or a single multi- circuit connector. Conductors and terminals must be identified. Mount heat - generating component so as to use the portion of the luminaire it is mounted to as a heat sink. Place capacitor a maximum practicable distance from heat - generating components or thermally shield to limit the case temperature to 75 °C. Transformer and inductor must be resin - impregnated for protection against moisture. Capacitors, except those in starting aids, must be metal cased and hermetically sealed. The Department will test high- pressure sodium lamp ballast. High - pressure sodium lamp ballast most have a characteristic curve that will intersect both of the lamp- voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement must be met at the rated input voltage of the ballast and at the lowest and highest rated input voltage of the ballast. Throughout the lifetime of the lamp, ballast curve must fall within the specified limits of the lamp voltage and wattage. Ballast for luminaires must be located in the luminaire housing. 86- 6- OIA(l) Regulator Type Ballasts Regulator type ballast must comply with the following: I. For nominal input voltage and lamp voltage, ballast design center must not vary more than 7.5 percent from rated lamp wattage. 2. Ballast must be designed for a capacitance variance of f6 percent that will not cause more than t8 percent variation in lamp wattage regulation during rated lamp life. 3. Lamp current crest factor must not exceed 1.8 for input voltage variation of ±10 percent at any lamp voltage during tamp life. Regulator -type ballast must be one of the following: Revulatnr -Tvne Rallact Ballast T e Power Factor Lamp Regulation Lag -type' __ Not less than 90 percent Lamp wattage regulation spread does not vary by or High- throughout the life of lamp when more than 18 percent for tl0 percent input Reactance ballast is operated at nominal voltage variation from nominal through life line voltage with a nominally - rated reference lam Lead -type b Not less than 90 percent Lamp wattage regulation spread does not vary by throughout the life of lamp when more than 30 percent for ±10 percent input ballast is operated at nominal voltage variation from nominal through life line voltage with a nominally - rated reference lam 'Primary and secondary windings must be electrically isolated bConstant wattage autoregulator (CWA) 86- 6.O1A(2) Nonregulator Type Ballasts Each nonregulator type ballast must comply with the following: 1. For nominal input voltage and lamp voltage, ballast design center must not vary more than 7.5 percent from rated lamp wattage. 2. Lamp current crest factor must not exceed 1-8 for input voltage variation of t5 percent at any lamp voltage during lamp life. Ballast Tye Power Factor Lamp Regulation Aulotranstormer Not less than 90 percent Lamp wattage regulation spread does not vary by or High- throughout the life of lamp when more than 25 percent for f5 percent input voltage Reactance ballast is operated at nominal variation from nominal through life line voltage with a nominally - rated reference lamp 86 -6.0113 High Pressure Sodium Lamps High pressure sodium lamps must comply with ANSI C 78.42, "High Pressure Sodium Lamps," when tested as specified in ANSI C 78.389, "American National Standard for Electric Lamps - High Intensity Discharge- Methods of Measuring Characteristics." High pressure sodium lamps must have a minimum average rated life of 24,000 hours- 86-6.02 LOW PRESSURE SODIUM LUMINAIRES Each low pressure sodium luminaire must be completely assembled with a lamp and ballast, and must: 1. Be the enclosed type, either semi- cutoff or cutoff type. 2. Include housing, reflector, refractor or lens, lamp socket, integral ballast, removable ballast tray, lamp support, terminal strip, capacitor, and slip fitter. Reflector may be an integral part of the housing. Luminaire housing most be minimum 1/16 -inch thick, corrosion resistant die cast aluminum sheet and plate with concealed continuous welds, or minimum nominal wall thickness of 3/32 -thick acrylonitrile- butadiene- Styrene sheet material, on a cast aluminum frame that provides mounting for all electrical components and slip fitter. Housing must be divided into optical and power compartments that are I `figg .�9 sl ,t i I of individually accessible for service and maintenance. Position and clamp luminaire to pipe tenon by tightening mounting bolts. Painted exterior surface of luminaire most be finished with a fused coating of electrostatically applied polyester powder paint or other ultraviolet inhibiting film. Color must be aluminum gray. High temperature neoprene, or equal, sealing ring must be installed in pipe tenon opening to prevent entry of water and insects into power and optical compartments. Access to power unit assembly must be through a weathertight hinged cover, secured with spring type latches or captive screws, to luminaire housing. Hardware must be stainless steel or cadmium plated. Use machine screws or bolts to secure removable components. Do not use sheet metal screws. Semi- cutoff luminaires and molded refractor style cutoff luminaires must include a refractor. Other cutoff luminaires must include a flat lens. Refractor must be 1 -piece injection molded polycarbonate of 3/32 inch minimum thickness, or 1 -piece injection molded acrylic of 1/8 inch minimum thickness. Flat lens most be I -piece polycarbonate of 3/32 inch minimum thickness, mounted to metal forme. Refractor assembly and flat lens assembly must be constructed to rigidly maintain its shape, and hinged and secured with spring type latches to luminaire housing. Alternate methods of manufacturing refractor may be approved provided minimum specified thicknesses are maintained. Lamp socket must be high temperature, flame retardant thermoset material with self - wiping contacts or equivalent. Socket must be rated for 660 W and 1,000 V(ac). Position of socket and support must maintain the tamp in correct relationship with reflector and refractor for designed distribution pattern. Isofootcandle distribution must be ANSI Type 111, short or Type IV, medium distribution, for cutoff or semi -cutoff luminaires. With a 40 -foot mounting height, each type of luminaire must maintain a minimum of 0.2 footcandle at least 60 feet each side, along the longitudinal roadway line below the luminaire, and a minimum of 0.35 footcandle at a transverse roadway distance from luminaire location equal to 1.5 times the luminaire mounting height. Certified luminaire performance data must be provided. This data must include complete photometric test data in isofootcandle charts at a scale of I inch equals 20 feet, for the luminaire and lamp sizes shown on the plans. Alternate data may be in horizontal footcandle values recorded on a 15' x 15' area extending 90 feet longitudinally each side of the light source, and 15 feet behind and 90 feet in front of the light source, for luminaire and lamp sizes, and mounting height shown on the plans. Horizontal footcandle levels in data submitted must equal or exceed levels specified. Failure to meet referenced values will be justification for rejection of the luminaires. Photometric testing must be performed and certified by an independent and recognized testing laboratory. Low pressure sodium lamps must: 1. Be I80 W, single- ended, bayonet base, tubular gas discharge lamp 2. Maintain a minimum of 93 percent of initial lumens during rated life and must comply with the following minimum performance requirements: Performance Re uirements Lamp Designation ANSI 1-74 -RP -180 Initial Lumens 7000 lumens Rated Ave. Life (@ 10 hrs /Start ) 18,000 hours Operating Position Horizontal X20 degrees Reach 80 percent of light output within 10 minutes and must restrike within 1 minute after an outage due to power interruption or voltage drop at the lamp socket e oI 4. Identify the month and year of installation. 5. Have an autotransformer or high- reactance type ballast. The ballast must comply with t i the following: 5.1. Lamp current crest factor must not exceed 1.8 at nominal line voltage 5.2. Ballast loss must not exceed 24 percent for 180 W ballast at nominal line voltage Antntrancfnrmer nr Hiah- Rrartanrc Tvnc Rallact Ballast age Power Factor Lame Operation AutolranSfnrmer Not less than 90 percent when Lamp wattage regulation spread does not vary by or High- ballast is operated at nominal more than t6 percent for 7F10 percent input Reactance line voltage with a nominally- voltage variation from nominal through life rated reference lam A mufti- circuit connector must be included for quick disconnection of ballast tray. 86 -6.03 SOFFIT AND WALL LUMINAIRES Soffit and wall luminaire must be weatherproof and corrosion resistant. Each flush- mounted soffit luminaire must consist of: 1. Metal body with two 1 -inch minimum conduit hubs and provisions for anchoring into concrete 2. Prismatic refractor made of heat - resistant polycarbonate mounted in a door frame and clearly identified as to street side 3. Specular anodized aluminum reflector 4. Ballast located either within housing or in a ceiling pull box as shown on the plans 5. Lamp socket The door frame assembly must be hinged, gasketed, and secured to body by at least 3 machine screws. Each pendant soffit luminaire must be enclosed and gasketed, have an aluminum finish, and include: 1. Reflector with a specular anodized aluminum finish 1 Refractor made of heat-resistant polycarbonate 3. Optical assembly hinged and latched for lamp access and a device to prevent dropping 4. Ballast designed for operation in a raintight enclosure 5. Galvanized metal box with a gasketed cover, 2 captive screws, and 2 chains to prevent dropping and for luminaire mounting Each wall- mounted luminaire must consist of: .1J 1 °r n� r e1 ,1 <JI 1. Cast metal body 2. Prismatic refractor, made of glass, mounted in a door frame 3. Aluminum reflector with a specular anodized finish 1 4. Integral ballast v 5. Lamp socket 6. Gasket between refractor and body T At least two 5/16 -inch minimum diameter mounting bolts { Cast - aluminum bodies to be cast into or mounted against concrete must have a thick application of alkali - resistant bituminous paint on all surfaces to be in contact with concrete. Each soffit luminaire and wall luminaire must include a 70 W high- pressure sodium lamp with a minimum average rated life of 24,000 hours. Each ]amp socket must be positioned to locate the light center of the lamp within 1/2 inch of light center location of the luminaire design. Ballast must comply with Section 86- 6.01A, "High Pressure Sodium Lamp Ballasts." Wall luminaire ballast must be located in luminaire housing or, if shown on the plans, in a pull box adjacent to luminaire. 86 -6.04 PEDESTRIAN CROSSING FIXTURES Before starting fixture manufacturing, submit fixture design for approval. If requested, submit 1 complete prototype fixture for approval at least 30 days before manufacturing the fixtures. The prototype fixture will be returned to you, and if permitted, the fixture may be installed in the work. Lens unit in door section must be formed of 1 -1/2 -inch methyl methacrylate rod cut and fire- glazed for a clear finish or a cast unit with equivalent tolerances and finish. Lens must be secured to door section with an extruded lens retainer of 6063 -T5 aluminum alloy that fits the lens shape. Lens retainer must fit the full length of lens on both sides. Continuous lens retainer for the full length of 3 lenses is allowed. Z bars of 5052 -H32 or 5005 -H14 aluminum alloy, 1/16 inch minimum thickness may be substituted for extruded lens retainer. A captive positive -keyed screw -type latching device requiring a special socket wrench must be installed at upper edge to secure door in the closed position as shown on the plans. Furnish 2 special wrenches to the Engineer. Each fixture must include a F48T12 /CW rapid start fluorescent lamp with recessed, double contact base installed on back side of door directly behind lens. Each lampholder must be UL listed for outdoor use without an enclosure and with 1,500 mA rapid start fluorescent lamp. Lampholder must be spring - loaded type. For each lamp, the distance from face of lampholder to the lamp must be designed to provide a compression of at least 0.10 -inch on the spring -type lampholder when lamp is in place. Lamp must have positive mechanical and electrical contact when lamp is in place. Socket on spring -type lampholder must have enough travel to allow lamp installation. Spring must not be a part of current - carrying circuit. Ballast must be high - power- factor type with weatherproof leads for operation of one 48 -inch rapid -start lamp. Ballast must be UL listed for outdoor operation on 110 to 125 V(ac) 60 Hz circuit and rated at 1,500 mA. Conductors from ballast leads to lampholder must be minimum size of No. 16, stranded, and UL- listed copper AWM. Splicing of lampholder conductors to ballast leads must be performed by using mechanically secure connectors. Conductors in fixture except ballast leads and entrance line conductors, must be UL- listed AWM. Provide sufficient slack in the conductors to allow the fixture door to fully open. Circuit conductors entering the fixture must be terminated on molded phenolic barrier -type terminal blocks rated at 15 A and 600 V(ac) and must have integral -type white waterproof- marking strips. Current - carrying parts of terminal blocks must be insulated from fixture with integral plugs or strips to provide protection from line -to- ground flashover voltage. Terminal blocks must be attached to wireway cover in top section. If you use sectionalized terminal blocks, each section must include an integral barrier on each side and be capable of rigid mounting and alignment. Exposed surfaces of fixture must be uniform in appearance and free from significant defects, including improper fit, dents, deep scratches and abrasions, burrs, roughness, off - square ends, holes off - center or jagged, and surface irregularities. Screws for attaching components to fixture door, including Z bars, ballasts, and terminal block, must be tapped into door from the inside only. Screwheads, nuts, or other fasteners must not be removable from the outside. 9 r 86 -6.04A Pedestrian Undercrossing Fixtures Fixture shell must be cast aluminum alloy, industrial type or Federal Class 18 aluminum of 1/4 inch minimum thickness. Door must be l piece of 6061 -T6 aluminum alloy of 1/8 inch minimum thickness. Continuous piano hinge must be Type 1 100 aluminum alloy. The piano hinge must be welded or riveted ' to door section with 1/8 inch aluminum rivets. Matching holes must be drilled in the hinge and lower 4 edge of fixture. After shell is in place, door assembly must be attached by minimum 3/8 -inch No. 8 stainless steel self - tapping screws. T A neoprene gasket must be attached to frame to provide a cushion between the shell and the door. Chain or other device must be included to prevent the door, when fully opened, from coming in contact ` with the undercrossing wall. Fixture must be held in place by three 3 /8" x 8" anchor bolts with 2 nuts each. ,t Fixture surfaces in contact with concrete, and with anchor bolts and nuts must be painted with a thick _Q application of alkali - resistant bituminous paint. Paint must comply with MIL -P -6883. Circuit conductor entering the fixture must be terminated on 2- position terminal blocks. a Both ends of fixture must have holes for 1 -inch conduit. Unused holes must be plugged with pressed metal closures. .y 86 -6.04B Pedestrian Overcrossing Fixtures Fixture shell must consist of: Top section and a door section of extruded 6063 -TS aluminum alloy, each with a nominal 1/8 inch wall thickness 2. 2 cast -end sections of 319 aluminum alloy 3. Internal wireway cover of 505-1132 aluminum alloy Top section and door section must be joined together on one side by a continuous hinge formed as part of the 2 extrusions and must overlay to allow locking on the other side. Hinge must be treated with a silicone grease that will prevent the entrance of water by capillary action. Wireway cover with 3/16 inch hemmed ends up and terminal blocks and circuit conductors must be inserted before welding end sections and must provide clearance at both ends for conductors. Cover must be fastened by at least two 114 inch No. 4 self- threading sheet metal screws with binding head and blunt point. You may substitute blind rivets of equivalent strength. One or more bronze sash chains or other device must be included to prevent door from opening to an extent that will damage the hinge. Lampholder must include heat - resistant circular cross section neoprene sealing gasket, silver- coated a•p contacts, and waterproofed lead entrance for use with a I,500 mA rapid start fluorescent lamp. Ballast must be at most 13 -1/4 inches long. Circuit conductors entering the fixture must be terminated on 3- position terminal blocks. Lj Electrical system of pedestrian overcrossing most be grounded by a No. 8 copper wire installed in conduit from fixture to fixture, from end fixture to conduit fitting on end post and from conduit fitting on end post to grounding bushing in nearest pull box. Ground wire must be secured to inside of telescoping sleeve end casting where conductors are carried and 1 to the inside of Type LB conduit fitting on end post by a connecting lug and a No. 8 self - threading pan screw. Lamp, lampholder, ballast, and fixture wire, must be attached to door section. Terminal blocks must be attached to top section or wireway cover. Three No. 10, solid copper circuit conductors must be installed between terminal blocks as part of each i completed fixture. y Before shipment to job site, fixture must be completely manufactured and assembled in the shop, 86 -6.05 INDUCTION SIGN LIGHTING FIXTURES Each induction sign lighting fixture must include housing with door, reflector, refractor or lens, lamp, power coupler, high frequency generator, socket assembly, fuse block, and fuses. Each induction sign lighting fixture must: 1. Be designed for mounting near the bottom of sign panel on an overhead sign structure. 2. Be an enclosed design and be raintight and corrosion resistant. 3. Have a minimum average rating of 60,000 hours. 4. Be for a wattage of 87 W, 120/240 V(ac). 5. Have a power factor greater than 90 percent and total harmonic distortion less than 10 percent. 6. Be UL approved for wet locations and be FCC Class A- listed. 7. Not exceed 44 pounds in weight. 8. Include the manufacturers brand name, trademark, model number, serial number, and date of manufacture on packaged assembly. Same information must be permanently marked on the outside and inside of housing. 9. Comply with minimum horizontal footcandle requirement shown on the plans. 10. Be a maximum height of 12 inches above the top of the mounting rails. If fixture is located so that the light center of the lamp is 55 inches in front of, 1 foot below, and centered on a 10 -foot high by 20 -foot wide sign panel, the ratio of maximum to minimum illuminance level on the panel must not exceed 12 to I in 95 percent of the points measured. Illuminance gradient most not exceed 2 to 1 and is defined as the ratio of minimum illuminance on a 1 -foot square of panel to that on an adjacent 1 -foot square of panel. Each fixture must have a mounting assembly that will allow fixture to be mounted on continuous slot channels. Mounting assembly must be either cast aluminum, hot -dip galvanized steel plate, or steel plate that has been galvanized and finished with a polymeric coating system or same finish that is used for housing. Housing must have a door designed to hold a refractor or lens, and to open without the use of special tools. Housing and door must be manufactured of sheet or cast aluminum, and have a powder coat or polyester paint finish of a gray color resembling unfinished manufacturing. Sheet aluminum must comply with ASTM B 209 or B 209M for 5052 -H32 aluminum sheet. Extemal bolts, screws, hinges, hinge pins, and door closure devices must be corrosion resistant. Housing must include weep holes. Door must be hinged to housing on side of fixture away from the sign panel and include 2 captive latch bolts or other latching device. Door must be designed to lock in the open position, 50 degrees minimum from the plane of the door opening, with an 85 -mph 3- second -wind -gust load striking the door from either side. Door and housing must be gasketed to be raintight and dusttight. Thickness of gasket must be 1/4 inch, minimum. Fixture height must be less than 12 inches above the lop of mounting rails. Reflector must be I piece, made from specularly finished aluminum protected with an electrochemically applied anodized finish or a chemically applied silicate film, and designed so deposited water due to condensation will drain away. Reflector must be secured to housing with a minimum of 2 screws and removable without removing any fixture parts. Do not attach reflectors to outside of housing. Refractor or lens must have a smooth exterior and must be manufactured from the material as follows: Refractor and Lens Material Renuirements Component Manufactured From Flat lens Heat- resistant glass Convex lens Heat resistant, high -impact resistant tempered glass Refraclor Borosilicate heat resistant glass o� i a� M Refractor and convex lens must be designed or shielded so no fixture luminance is visible if fixture is w� approached directly from the rear and viewing level is the bottom of the fixture. If a shield is used, it ff must be an integral part of the door casting. Each fixture must include an 85 W induction lamp with an interior wall that is fluorescent phosphor - coated. Light output must be at least 70 percent at 60,000 hours. Lamp must have a minimum color - rendering index of 80, be rated at a color temperature of 4,000K and be removable without the use of tools. Lamp socket must be a porcelain enclosed mogul type with a shell that contains integral lamp grips to + assure electrical contact under normal vibration conditions. Center contact must be spring - loaded. Shell and center contact must be nickel - plated brass. Socket most be rated for 1,500 W and 600 V(ac). Power coupler must include a construction base with antenna, heat sink, and electrical connection cable, I and be designed so it can be removed with common hand tools. High frequency generator must: 1. Start and operate lamps at an ambient temperature of -25 °C or greater for the rated life of the lamp 2. Operate continuously at ambient air temperatures from -25 °C to 25 °C without reduction in generator life 3. Have a design life of at least 100,000 hours at 55 °C 4. Have an output frequency of 2,65 MHz t 10 percent 5. Have radio frequency interference that complies with FCC Title 47, Part 1.8, regulations regarding harmful interference 6. Be replaceable with common hand tools 7. Mounted so the fixture can be used as a heat sink Conductor terminal must be identified by the component terminal the conductor connects to. Submit a copy of the high frequency generator test methods and results from the manufacturer with each ? Q lot of fixtures. Each fixture must include a barrier -type fuse block for terminating field connections. Fuse block must: L Be secured to housing and be accessible without removal of any fixture parts .4 2. Be mounted to leave a minimum of 1/2 inch air space from sidewalls of housing 3. Be designed for easy removal of fuses with a fuse puller, be rated at 600 V(ac), and have box terminals. Fuses most be 13/32 -inch diameter, 1 -1/2 inch long ferrule type and UL or ETL listed. For 120 V(ac) input fixture, only the ungrounded conductor must be fused and there must be a solid link between the neutral and the high frequency generator. If shown on the plans, include a wire guard to prevent damage to the refractor or lens. Guard must be constructed of 1/4 -inch minimum diameter galvanized steel wire, and either hot -dip galvanized or electroplated -zinc coated as specified in ASTM B 633, Service Condition SC4 with a clear chromate dip treatment. Guard elements must be spaced to prevent rocks larger than 1 -1/2 -inch diameter from passing through. 86 -6.06 SIGN LIGHTING FIXTURES FOR FLASHING BEACON Sign lighting fixture must: 1. Be UL or ETL listed for outdoor installation 2. Include a hood with side outlet tapped for conduit, a symmetrical 10 -inch steel reflector with a white porcelain - enamel finish, and a medium base socket 1 Be rated at 150 W minimum 86 -6.07 INTERNALLY ILLUMINATED STREET NAME SIGNS Sign fixture must be: I. Designed and constructed to prevent deformation or failure when subjected to an 85 mph 3- second - wind -gust load as specified in AASHTO publication, "Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals," and its interim revisions 2. Manufactured from all new material and all ferrous parts must be galvanized or cadmium - plated 3. Type A or B signs Top and bottom must be formed or extruded aluminum and must be attached to formed or cast aluminum end fittings. Housing must be designed for continuous sealing between top and bottom assemblies, and end fittings, and be constructed to resist torsional twist and warp. Opening or removing 1 panel must allow access to the interior of the sign for tamp, ballast, and fuse replacement. Photoelectric unit sockets are not allowed. For Type A sign, both sides must be hinged at the top to allow installation or removal of sign panel, and to allow access to interior of sign. For Type B sign, sign panel must be slide - mounted into housing. Reflectors may be used to obtain required sign brightness. Reflectors must be formed aluminum with acrylic baked white enamel surface having a minimum reflectance of 0.85. Sign panel must be slide- mounted or rigid- mounted in a frame, with white legend, symbols, arrows, and border on each face. Background must be green. Sign panels surface must be evenly illuminated. Average of brightness readings for letters must be 150 foot - lamberts, minimum. Light transmission factor of sign panel must provide a letter to background brightness ratio between 10 to I and 20 to 1. Background luminance must not vary by more than 40 percent from the average background brightness reading. Luminance of letters, symbols, and arrows must not vary by more than 20 percent from their average brightness readings. Sign panels most be translucent, high impact, resistant plastic panels of one of the following: L. Glass fiber reinforced acrylated resin 2. Polycarbonate resin 3. Cellulose acetate butyrate plastic Paint on the outside of plastic must be protected by a plastic film that seals the front surface of panel and filters out ultraviolet radiation. Paint must be acrylic plastic type Surface must be free of blemishes in the plastic or coating that may impair the serviceability or detract from the general appearance and color matching of sign. White or green color must not fade or darken when sign is exposed to an accelerated test of ultraviolet light equivalent to 2 years of outdoor exposure. Green color of sign, when not illuminated, must match Color No. 14109 of Federal Standard 595B. Sign panel must not crack or shatter when a 1 -inch diameter, steel ball with a weight of 2.4 ounces is dropped from a height of 8.5 feet above the sign panel to any point of sign panel. For this test, sign panel must be lying in a horizontal position and supported within its frame. For Type A sign, gasket must be installed between sign panel frame and fixture housing to prevent water entry between frame and fixture housing. Gasket must be uniform and even- textured, and be the closed - cell, sponge - neoprene type, designed for use at temperatures between -20 °C and +74 °C. Gasket must be neatly applied to thoroughly degreased, clean surface with a suitable heat - resistant adhesive that will not allow the gasket to slip at temperatures between -20 °C and +74 °C. Ballast must be high power factor type and capable of starting the lamp at -20 °C and above. q Ballast for Type A sign must be rated at 200 mA. Ballasts for Type B sign must be rated at 430 mA. Ballast must be UL or ETL listed for operation on 110 to 125 V(ac), 60 Hz circuits, and comply with ANSI C 82.1 and ANSI C 82.2. Lampholder must be UL or ETL listed for outdoor use and of the spring - loaded type, Lampholder must have silver- coated contacts and waterproofed entrance leads for use with a rapid -start fluorescent lamp. Removal of lamp from socket must de- energize the primary of ballast. Each lampholder must include heat - resistant, circular cross section, partially- recessed neoprene ring to seal against lamp ends and Y protect electrical contacts from moisture, dirt or other injurious elements. Distance between face of lampholders must be designed to provide compression of at least 0.10 inch on the spring -type lampholder when lamp is in place. Lamp must have positive mechanical and electrical contact when lamp is in place. Socket on spring -type lampholder must have sufficient travel to allow lamp installation. Spring must not be a part of current carrying circuit. Lampholder must match lamp requirements and must not increase cathode filament circuit resistance by more than 0.10 f2. Lamp must comply with ANSI C 78. Wiring connections in fixture must be terminated on molded, phenolic, barrier -type, terminal blocks rated at 15 A, 1,000 V(ac), and must have integral -type white waterproof- marking strips. Current carrying parts of terminal blocks must be insulated from fixture with integral plugs or strips to provide protection from line -to- ground flashover voltage. If you choose to use sectionalized terminal blocks, each section must include an integral barrier on each side and be capable of rigid mounting and alignment. Terminal screws must be No. 10, minimum. Fuses must be Type 3AG, miniature, slow - blowing type with appropriate current and voltage ratings. Fuseholder must be a P anel- momttin type with threaded or bayonet-type knob that grips the fuse tightly Y for extraction. Use a separate fuse for each ballast. Screened weep holes must be constructed at strategic locations in members subject to moisture collection. Fasteners, screws, and hardware must be passive stainless steel, Type 302 or 304, or aluminum Type i 6060 -T6. Top of fixture housing must have 2 free - swinging mounting brackets. Each bracket must be adjustable q vertically for leveling the sign to either a straight or curved mast arm. Bracket assembly must allow fixture to swing perpendicular to the sign panel. Hinge pins for the free - swinging brackets must have a minimum diameter of 1/4 inch. Message, as shown on the plans, must be displayed on both sign panels. If not shown on the plans, the message and the size of symbols or arrows will be given by the Engineer at your request. Letters must be 8 -inch upper case and 6 -inch lower case, Series E. Fixture conductors must be UL- or ETL - listed AWM stranded copper wire with 28 mils, minimum, r thermoplastic insulation, rated at 1,000 V(ac) and rated for use at 90 °C. Conductors must be No. 16 I minimum and must match color coding of ballast leads. Conductors within the fixture must be secured with easily removable spring cross straps, not clamped, in i the chassis or fixture. Straps must be installed 12 inches apart or less. Stranded copper conductors connected to screw -type terminals must terminate in approved crimp -type ring connectors. Splices are not allowed within fixture. Submit shop drawings showing the message for each sign, including size of letters, symbols or arrows, as shown on the plans. If requested, you must supply, without cost to the State, sufficient samples of materials to be used in the manufacturing of the sign or a complete sign assembly, to allow adequate testing and evaluation of compliance to specified requirements. 86 -6.08 PHOTOELECTRIC CONTROLS Photoelectric controls must be capable of directly switching multiple lighting systems. 86 -6.08A Types Photoelectric control type must comply with the following: Photoelectric Control Tvnes Type I Includes a remote photoelectric unit and a test switch housed in an enclosure. Type 11 Includes a remote photoelectric unit, a separate contactor located in a service equipment enclosure, and a test switch located in service equipment enclosure. Type III Includes a remote photoelectric unit, a separate contactor, and a test switch housed in an enclosure. Type IV Includes a photoelectric unit that plugs into an EEI -NEMA twist -lock receptacle integral with the luminaire. _ Type V Includes a photoelectric unit, contactor, and test switch located in service equipment enclosure- A switch to allow manual operation of lighting circuit must be included for each Type I, Type 11, Type III, and Type V photoelectric control. Switches must be single -hole mounting toggle type, single -pole, single - throw, rated at 12 A with a voltage rating that matches the circuit. Switches must have an indicating nameplate reading "Auto- Test" and be connected in parallel with the load contacts of the photoelectric unit. Test switches must not have an "OFF" position. Photoelectric unit for Types I, II, and III photoelectric controls, must be pole -top mounted- 86-6.08B Equipment Details 86- 6.08B(I) Photoelectric Unit Photoelectric unit must: I. Have an output in response to changing light levels. Response level must remain stable throughout life of control unit. 2. Have a "turn -on" between I and 5 footcandles, and a "turn-off' between 1.5 and 5 times "tum -on." Measurements must be made by procedures in EEI -NEMA standards for physical and electrical interchangeability of light- sensitive control devices used in the control of roadway lighting. 1 Have a EEI -NEMA type receptacle. Mounting brackets must be used where pole -top mounting is not possible. Photoelectric controls must be installed at locations show on the plans and oriented. 4. Be screened to prevent artificial light from causing cycling. 5. Have a supply voltage rating of 60 Hz, 105 -130 V(ac), 210 -240 V(ac), or 105 -240 V(ac), as specified. it u 4i 6. Have a load rating of 800 W minimum, incandescent, high intensity discharge, or fluorescent. 7. Operate at a temperature range of -20 °C to 55 °C. 8. Have a power consumption less than 10 W. 9. Be housed in a weatherproof enclosure. 10. Have a base with a 3- prong, EEI -NEMA standard, twist -lock plug mounting. 11. Have a "fail -on" feature. Unit components must not require periodic replacement. Photoelectric controls, except Type IV and Type V, must include a 4 -inch minimum inside diameter, pole -top mounting adaptor containing a terminal block, and cable supports or clamps to support pole wires. For switching 480 V(ac), 60 Hz circuits, a 100 VA, minimum, 480/120 V(ac) transformer must be installed in the contactor enclosure to allow 120 V(ac) for the photoelectric control unit. If more than 1 photoelectric unit is to be installed at a location, a single transformer with a volt- ampere rating capable of handling the total controlled load, may be used. 86- 6.0813(2) Contactor Contactor must: 1. Have contacts rated to switch the specified lighting load 2. Be normally open 3. Be the mechanical armature type with contacts of fine silver, silver alloy, or superior alternative material 86- 6.088(3) Enclosure Enclosure for Type I and Type III photoelectric controls must be NEMA 3R. Enclosure must be supplied with a factory- applied mist- resistant prime coat and finish coat. Two applications of paint to match the color of the standard must be applied as specified in Section 86 -2.16, 'Painting." Enclosure may be hot - dip galvanized instead of painting. A minimum of 2 -1/2 inches must be provided between contactor terminals and end of enclosure for wiring connections. Enclosure must be mounted on the same standard as the photoelectric unit at a height of about 6 feet above finished grade. 86- 6.08B(4) Terminal Blocks p Terminal blocks must be rated at 25 A, 600 V(ac), molded from phenolic or nylon material, and of the I barrier type with plated -brass screw terminals and integral -type marking strips. l 86 -6.09 TRANSFORMERS Multiple -to- multiple transformers must be single -phase dry type designed for operation on a 60 Hz supply. 86 -6.09A Electrical Requirements Transformers must have a decal showing a connection diagram. Diagram must show either color- coding or wire - tagging with primary (H 1, 1­12) or secondary (X1, X2) markers, and the primary and secondary voltage and volt- ampere rating. Transformers must comply with the following: i a� J� 6 Transformer Electrical Requirements Transformer Characteristic Multi le-to-Mulli le Unit 1201480 V(ac), 240/480 V(ac), Rating or 480/120 V(ac) Efficiency Exceed 95 percent Secondary Voltage Regulation t3 percent from half load to and Tolerance full load Secondary 480 V(ac) windings must be center - tapped. 86 -6.098 Physical Requirements Extemal leads for multiple -to- multiple secondary connections must be Type USE, No. 10, rated 600 V(ac). Transformer leads must extend a minimum of 12 inches from the case. Transformer insulation must be NEMA 185 C or better- Multiple-to-multiple transformers must withstand the application of 2,200 V(ac) from core to coils and from coil to coil for a 1- minute period. The above tests must be made immediately after operation of transformer at full load for 24 hours. Non - submersible transformers must include metal half -shell coil protection, have moisture resistant synthetic varnish impregnated windings, and be suitable for outdoor operation in a raintight enclosure. Each transformer to be installed in a pull box must be the submersible type and include a handle and a hanger. 86 -6.09C Submersible Type Transformers Submersible type transformers must be securely encased in a rugged corrosion resistant, watertight case and must withstand a 5 -day test submerged in 2 feet of salt water, 2 percent salt by weight, with 12 -hour on and off periods. The operating periods must be at full load. Leads of submersible transformers must be brought out through one or more sealed hubs and secured to withstand a l00 pound static pull without loosening or leaking. 86 -6.J0 (BLANK) 86 -6.11 FALSEWORK LIGHTING 86 -6.11A General Falsework lighting must include lighting to illuminate the pavement, portals, and pedestrian walkways at or under openings in the falsework required for traffic. Lighting for pedestrian walkway illumination must be installed at all pedestrian openings through or under falsework. Before starting falsework opening construction, you must submit a plan of proposed lighting installations for review and obtain approval. Approval will be made as specified in Section 5 -1.02, "Plans and Working Drawings." You must design falsework lighting so that required maintenance can be performed with a minimum of inconvenience to public traffic. Closing of traffic lanes for routine maintenance will not be permitted on roadways with posted speed limits greater than 25 mph. Pavement under falsework with portals less than 150 feet apart and falsework portals must be illuminated only during the hours of darkness as defined in Division 1, Section 280, of the California Vehicle Code. Photoelectric switches must be used to control falsework lighting systems. Pavement under falsework with portals ISO feet or more apart and all pedestrian openings through falsework must be illuminated 24 hours per day. Lighting fixtures must be aimed to avoid glare to oncoming motorists. 8 6 Type NMC cable with No. 12 minimum conductors, with ground wire, must be used. Fasten cable to supporting structure at sufficient intervals to adequately support cable and within 12 inches from every t box or fitting. Conductors within 8 feet of ground must be enclosed in a 1/2 inch or larger metal conduit. Each illumination system must be on a minimum of I separate branch circuit at each bridge location. Each branch circuit must be fused, not to exceed 20 A. For falsework lighting, you must arrange with the serving utility to complete service connections. You must pay for energy, line extension, service, and service hookup costs. t At completion of project or when ordered by (he Engineer, falsework lighting equipment will become your property and you must remove it from thejob site. You may propose a lighting plan that fulfills light intensity requirements to the systems specified herein. $ You must supply sufficient data to allow evaluation of alternative methods. 86 -6.1113 Pavement Illumination Illumination of pavement at vehicular openings through falsework must comply with the following: 1. Fixture must include R/FL commercial type floodlamp holder with protective covers. 2. Fixture must be fully adjustable with brackets and locking screws, and allow mounting directly to a standard metal junction box. 3. Lamp must be medium -base 120 V(ac), 120 W, minimum, PAR -38 quartz- halogen floodlamp. 4, A continuous row of fixture types required must be installed at locations and spacing specified. Fixtures must be installed beneath falsework structure, with the end fixtures not further than 10 feet inside portal faces. Fixtures must be installed and energized immediately after the members supporting them have been erected. S. Fixtures along the sides of the opening must be placed not more than 4 feet behind or 2 feet in front of the roadway face of the temporary railing. Mounting heights of fixtures must be between 12 and 16 feet above the roadway surface and must present an unobstructed light pattern on the pavement. 86 -6.11C Portal Illumination Illumination of falsework portals must comply with the following: 1. On each side of each entrance portal, plywood sheet clearance guides, 4 feet wide by 8 feet high, must be fastened vertically, facing traffic, with the bottom of the panel 3 feet to 4 feet above the roadway. The center of the panel must be located approximately 3 feet i horizontally behind the roadway face of the railing. Panels must be freshly painted for each installation with not less than 2 applications of flat white paint. Paint testing will 9 not be required. , ! 2. If ordered by the Engineer, in order to improve the general appearance of the painted surfaces, you must repaint designated areas and that painting will be paid for as extra t s work as specified in Section 4- 1.03D, "Extra Work." ,h 3. Falsework portals must be illuminated on the side facing traffic with 150 W, minimum, PAR reflector floodlamps mounted on the structure directly over each vertical support 8 adjacent to the traveled way, as needed to uniformly illuminate the exterior falsework beam, the clearance guides, and the overhead clearance sign. Each lamp must be, supported approximately 16 feet above the pavement and approximately 6 feet in front of the portal face. 4 s S 4. Portal lighting and clearance guides must be installed on the day that vertical members are erected. 86 -6.11D Pedestrian Walkway Illumination Illumination of pedestrian openings through or under falsework must comply with the following: 1. Fixtures must be flush- mounted in the overhead protection shield and equipped with a damage- resistant clear polycarbonate diffuser lens. Lamps must be standard incandescent 100 W, 120 V(ac). 2. Fixtures must be centered over the passageway at intervals of not more than 15 feet with the end fixtures not more than 7 feet inside the end of the pedestrian openings. 3. Pedestrian passageway light systems must be installed immediately after the overhead protection shield is erected. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQULPMENT 86 -7.01 REMOVING ELECTRICAL EQIf1,PMENT Existing electrical equipment, pull boxes, and conduits, to be removed and not reused or salvaged, become your property and you must dispose of it under Section 7 -1.13, "Disposal of Materials Outside the Highway Right of Way." Unused underground conduit may be abandoned in place after all conductors have been removed, except that conduit terminations from conduit to be abandoned must be removed from pull boxes to remain. Exercise care in salvaging equipment so that it will not be damaged or destroyed. Mast arms must be removed from standards. Luminaires, signal heads, and signal mounting assemblies must be removed from standards and mast arms. Holes resulting from removing pull boxes must be filled with material equivalent to the surrounding material. 86 -7.02 REINSTALLING REMOVED ELECTRICAL EQUIPMENT If removed electrical equipment is to be reinstalled, you must supply all necessary materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers, and concrete as required to complete the new installation. Luminaires to be reinstalled must be cleaned and relamped. Existing materials required to be reused and found to be unsatisfactory by the Engineer mast be replaced with new material and the replacement cost will be paid for as extra work as specified in Section 4- 1.03D, "Extra Work." 86 -8 PAYMENT 86 -8.01 PAYMENT 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 (hose systems; for temporary systems; or the lump SLIM 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 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, including any necessary pull boxes (except if the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except if shown as a separate contract item); pedestrian barricades; fumishing 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, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. If poles for electrical systems are manufactured from a source located more than 300 air -line miles from Sacramento and Los Angeles, the Department will deduct $5,000 for inspection costs for each inspection site. If poles for electrical systems are manufactured from a source located more than 3,000 air -line miles from Sacramento and Los Angeles, the Department will deduct $8,000 for inspection costs for each inspection site. Full compensation for all additional materials and labor, not shown on the plans or specified, that are necessary to complete the installation of the various systems, is included in the prices paid for the systems, or units thereof, except as provided in Section 86 -1.06, "Maintaining Existing and Temporary Electrical Systems," and no additional compensation will be allowed therefor. If shown as a contract item, the contract price paid per foot for cast -in- drilled -hole concrete pile (signal foundation) includes full compensation for furnishing al) labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile foundations of the size shown on the Engineer's Estimate, including drilling holes, disposing of the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and reinforcing steel, complete in place, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. If shown as a contract item, non - reinforced PCC foundations will be measured and paid for by the cubic yard for foundation concrete in the same manner as specified for minor concrete (minor structure) in Section 5l, "Concrete Structures." If shown as a separate contract item by the lump sum or per foot, interconnection conduit and cable includes all interconnection conductors, and conduit and pull boxes containing interconnection cable and no other conductors. The quantity of interconnection conduit and cable to be paid for by the foot is the length of that conduit. Compensation for conduit containing interconnection cable and other conductors is included in the contract price paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining, and removing falsework lighting equipment is included in the contract prices paid for the items of work involved in the structure that requires the falsework lighting and no additional compensation will be allowed therefor. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 88 ENGINEERING FABRICS (Issued 06- 05-09) Replace Section 88 with: SECTION 88 GEOSYNTHETICS 88 -1.01 GENERAL 88 -1.01A Summary Section 88 includes specifications for geosynthetics. Geosynthetics are used for: 1. Filtration 2. Drainage 3. Reinforcement i .8 e� ..1 J 4. Water pollution control 5. Channel and shore protection 6. Pavement interlayer 7. Separation and stabilization 88 -1.01B Submittals Submit: I. Certificate of Compliance under Section 6 -1.07, "Certificates of Compliance" 2. Samples representing each lot 3. Minimum average roll values (MARV) Label submittals with the manufacturer's name and product information. 88 -1.01C Quality Control and Assurance Treat geosynthetics to resist degradation from exposure to sunlight. Using covers, protect geosynthetics from moisture, sunlight, and shipping and storage damage. 88 -1.02 FILTRATION 88 -1.02A Filter Fabric Geosyntheties used for filter fabric must be permeable and nonwoven. Filter fabric must consist of 1 of the following: 1. Polyester 2. Polypropylene 3. Combined polyester and polypropylene Filter fabric must comply with: Filter Fabric Property ASTM Specification Class A Class R Class C Grab breaking load, 1 -inch grip, Ib minimum in each direction D 4632 157 Apparent elongation, percent minimum in each direction D 4632 50 Hydraulic bursting strength, psi minimum D 3786 210 Ultraviolet resistance, percent minimum retained grab breaking load, 500 hr D 4355 70 Perminivity, sec' minimum D 4491 0.5 0.2 0.1 Apparent opening size, average roll value, U.S. Standard sieve size maximum D4751 40 60 70 88 -1.03 DRAINAGE 88 -1.03A Geocomposite Wall Drain Geocomposite wall drain must consist of a polymeric core with filter fabric integrally bonded to 1 or both 1 sides of the core creating a stable drainage void. Fitter fabric must comply with Section 88 -1.02, "Filtration." a Geocomposite wall drain must comply with: e Cenroinnnsite Wall Drain Property ASTM S ecification Thickness with fabric, -- 2 inches maximum Transmissivity, gradient = D 4716 4 1.0, normal stress = 5,000 psf, gaUmirUft 88 -1.04 REINFORCEMENT 88 -1.04A Geotecbnical Subsurface Reinforcement General Geosynthetic used for geotechnical subsurface reinforcement must be either of the following: 1. Geotextile 2. Geogrid Geotextile permittivity must be at least 0.05 sec-' determined under ASTM D 4491. Geogrid must have a regular and defined open area- The open area must be from 50 to 90 percent of the total grid area. Long Term Design Strength w?4 Long Term Design Strength (LIDS) of geosynthetic reinforcement is the ultimate tensile strength in the primary strength direction divided by reduction factors. Calculate the LTDS from the guidelines in Geosynthetic Research Institute (GRI) Standard Practice GG4a, GRJ GG4b, or GRI GT7. The product of the appropriate reduction factors must be, at least 1.30. Determine the reduction factor for creep using a 75 -year design life for permanent applications and a 5 -year design life for temporary j applications. Determine the installation damage reduction factor based on the characteristics of the i backfill materials used. If test data is not available, use default values of reduction factors in the GRI Standard Practice to calculate LTDS. Submit the LTDS and its supporting calculations at least 15 days before placing geosynthetic reinforcement. Do not install before the Engineer's approval. The LTDS must be signed by an engineer who is registered as a civil engineer in the State. 88 -1.05 WATER POLLUTION CONTROL Geosynthetics used for water pollution control must comply with: f .1 t e� Water Pollution Control Geosynthetics 88 -1.06 CHANNEL AND SHORE PROTECTION 88 -1.06A Rock Slope Protection Rock slope protection (RSP) fabric must be a permeable, nonwoven, needle - punched geotextile. RSP fabric consists of I of the following: 1. Polyester 2, Polypropylene 3. Combined polyester and polypropylene Polymers must be either virgin compounds or clean reworked material. Do not subject virgin compounds to use or processing other than required for initial manufacture. Clean reworked material must be previously processed material from the processor's own production that has been reground, pelletized, or solvated. RSP fabric must not consist of more than 20 percent by weight of clean reworked material. Do not use recycled materials from either post- consumer or post - industrial sources. Class 8 or Class 10 RSP fabric must comply with: Application Silt Fence Sediment Gravel- Temporary Filter Filled Cover Bag Bags Woven Non - Property ASTM woven Grab breaking load, I -inch grip, lb minimum in each direction D 4632 120 120 255 205 200 Apparent elongation, percent minimum, in each direction D 4632 15 50 -- -- 50 Water flow rate, gallons per minute /square foot minimum and maximum avera c roll value D 4491 10- 100 100 - 150 80 - 200. 80- 150 75- 120 Perm i ni vi ty, sec minimum D 4491 0.1 1.1 1.0 0.2 1.0 Apparent opening size, inches maximum average roll value D 4751 0.023 0.023 0.033 0.016 0.007 Ultraviolet resistance, percent minimum retained grab breaking load, 500 hr. D 4355 70 70 70 70 70 88 -1.06 CHANNEL AND SHORE PROTECTION 88 -1.06A Rock Slope Protection Rock slope protection (RSP) fabric must be a permeable, nonwoven, needle - punched geotextile. RSP fabric consists of I of the following: 1. Polyester 2, Polypropylene 3. Combined polyester and polypropylene Polymers must be either virgin compounds or clean reworked material. Do not subject virgin compounds to use or processing other than required for initial manufacture. Clean reworked material must be previously processed material from the processor's own production that has been reground, pelletized, or solvated. RSP fabric must not consist of more than 20 percent by weight of clean reworked material. Do not use recycled materials from either post- consumer or post - industrial sources. Class 8 or Class 10 RSP fabric must comply with: Rnrk Slnne Prntertinn Fahrir Property ASTM Specification Class 8 Class 10 _ minimum Weight, oz/yd 4.1 Grab breaking load, lb minimum D 5261 7.5 9.5 Grab breaking load, lb minimum in each direction ) -inch grip, min. in each 50 Hydraulic bursting strength, psi direction D 4632 200 250 Apparent elongation, percent minimum min., in each direction D 4632 50 50 Permittivity, sec , minimum D 6140 0.2 minimum D 4491 1.0 0.70 Apparent opening size, U.S. Standard sieve size minimum and maximum D 4751 70- 100 70- 100 Ultraviolet resistance, percent minimum retained grab breaking load, 500 hr. D4355 70 70 88 -1.07 PAVEMENT INTERLAYER 88 -1 -67A Paving Fabric Geosynthetics used for paving fabric must be nonwoven. Paving fabric must comply with: Gencvnthetir Pavino Fahrir Property ASTM Specification Mass per unit area, oz/yd minimum D 5261 4.1 Grab breaking load, lb l -inch grip, minimum, in each direction D 4632 100 Apparent elongation, percent minimum in each direction D 4632 50 Hydraulic bursting strength, psi minimum D 3786 200 Melting point, °F minimum D 276 325 Asphalt retention, gal /yd minimum D 6140 0.2 e S. 9 "A u 6 B a I 88 -1.075 Paving Mat Gcosynthetics used for paving mat must be a nonwoven fiberglass and polyester hybrid material. Paving mat must comply with' r ,J 0 Geosvnthelic Pavine Mat Property ASTM Specification Breaking force, lb /2 inches Class II Class III minimum D 5035 45 Ultimate elongation, percent maximum D 5035 5 Mass per unit area, oz/ sq yd minimum D 5261 3.7 Melting point, OF 280 Aperture size, inch minimum D 276 400 Asphalt retention, gal/yd minimum Cali ered minimum D 6140 0.10 88 -1.07C Paving Grid Geosynthetics used for paving grid must be a geopolymer material formed into a grid of integrally connected elements with openings. Paving grid must comply with: Geosvnthetic Pavine Grid Property Test Specification Class I Class II Class III Tensile strength at ultimate, lb /n' minimum ASTM D 6637 560 z 1,120 560 280 Aperture size, inch minimum Cali ered 0.5 0.5 0.5 Elongation, % maximum ASTM D 6637 12 12 12 Mass per area, oz / sgyd minimum ASTM D 5261 16 to 5.5 Melting point, OF minimum ASTM D 276 325 325 325 Note: 'For Class I, machine direction x cross direction. For Class U and Class 111, both directions. 88 -1.07D Paving Geocomposite Grid Paving geocomposite grid consists of paving grid specified under Section 88- 1.07C, 'Paving Grid," bonded or integrated with paving fabric specified under Section 88- 1.07A, 'Paving Fabric." Paving geocomposite grid must have a peel strength of at least 10 pounds per foot determined under ASTM D 413. 88 -1.07E Geocomposite Strip Membrane Geocomposite strip membrane must consist of various widths of strips manufactured from of asphaltic rubber and geosynthetics. Geocomposite strip membrane must comply with: Genrmmnnsite Strin Membrane Property ASTM Specification Strip tensile strength, Ibs /inch Class AI Class A2 minimum D 882 50 Elongation at break, % Elongation at break, % D 4632 minimum D 882 50 Resistance to puncture, lbs. >50 Grab tensile strength, lb minimum E 154 200 Permeance, perms maximum E 96/E 96M 0.10 Pliability, 114 inch mandrel with sample -- No cracks in conditioned at 25 °F D 146 fabric or bitumen Melting point, T D 276 325 88 -1.08 SEPARATION AND STABILIZATION 88 -1.08A Subgrade Enhancement Geotextile Subgrade enhancement geotextile must consist of either of the following: 1. Polyester 2. Polypropylene Subgrade enhancement geotextile must comply with: Suberade Enhancement Geotextile Property ASTM Specification Class AI Class A2 Class B I Class B2 Class B3 Elongation at break, % D 4632 <50 >50 <50 <50 >50 Grab tensile strength, lb minimum D4632 250 160 -- 320 200 Wide width tensile strength at 5% strain, lb/fl minimum D 4595 -- -- 2,000 -- -- Wide width tensile strength at ultimate strength, lb/ft minimum D 4595 -- -- 4,800 -- -- Tear strength, lb minimum D 4533 90 60 -- 120 8o Puncture strength, lb minimum D 6241 500 310 620 620 430 Permittivity, sec minimum D 4491 0.05 0.05 0.20 0.20 0.20 Apparent opening size, inches maximum D4751 0.012 0.012 0.024 0.012 0.012 Ultraviolet stability (retained strength after 500 hrs exposure), % minimum D 4355 70 70 70 70 70 Notes: ' Specifications are based on minimum average roll value in the weaker principle direction except apparent opening size is based on maximum average roll value. t z� e� J i 88 -1.09 PAYMENT The Department measures and pays for geosynthetics under the specifications requiring their use. 9 P 1 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 90 PORTLAND CEMENT CONCRETE (Issued 11- 30 -10) Replace Section 90 with: 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 shat l determine the mix proportions for concrete in conformance with these specifications. Minor concrete shall contain not less than 505 pounds of cementitious material per cubic yard unless otherwise specified in these specifications or the special provisions. Unless otherwise designated on the plans or specified in these specifications or the special provisions, the amount of cementitious material used per cubic yard of concrete in structures or portions of structures shall conform to the following: Use Cementitious Material Content (Pounds /CY) Concrete designated by compressive strength: 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: Deck slabs and slab spans of bridges 675 min. Roof sections of exposed top box culverts 675 min. Prestressed members 675 min. Seal courses 675 min. Other portions of structures S90 min. Concrete for precast members 590 min., 925 max. Except for minor structures, the minimum required compressive strength for concrete in structures or portions of structures shall be the strength specified, or 3600 pounds per square inch at 28 days, whichever is greater. Except for when a modulus of rupture is specified, the minimum required compressive strength for concrete shall be the strength specified, or 2,500 pounds per square inch, whichever is greater. Concrete shall be proportioned such that the concrete will attain the minimum required compressive strength. If the specified 28 -day compressive strength is 3,600 pounds per square inch or greater, the concrete is designated by compressive strength. For concrete with a 28 -day compressive strength greater than 3,600 pounds per square inch, 42 days will be allowed to obtain the specified strength, For concrete not designated by compressive strength, the Engineer may test the concrete for compressive strength. The concrete will be, accepted if the compressive strength at 28 days attains 85 percent or more of the minimum required compressive strength. Concrete shall be proportioned to conform to the following shrinkage limitations when tested in conformance with the requirements of AASHTO Designation: T 160, modified as follows: Condition Maximum Shrinkage of Laboratory Cast S ecimens at 28 d2 Zs DEXing (ave rage of 3, %) Paving and a preach slab concrete 0.050 Bridge deck concrete _ 0.045 Note: Shrinkage requirement is waived for concrete that is used for precast elements. Shrinkage tests shall be either: A. Performed by a laboratory accredited to perform AASHTO Designation: T 160, or B. Performed by a Laboratory that maintains a current rating of 3 or better for the Cement and Concrete Reference Laboratory (CCRL) concrete proficiency sample program. =u 9 a� w Laboratory cast specimens shall have a 4" x 4" cross section. Specimens shall be removed from the 6 molds 23 ± 1 hours after mixing the concrete and placed in lime water at 73 ± 3 °F to 7 days age. A comparator reading shall be taken at 7 days age and recorded as the initial reading. Specimens then shall I be stored in a humidity controlled room maintained at 73 t 3 °F and 50 ± 4 percent relative humidity for the remainder of the test. Subsequent readings shall be taken at 7, 14, 21, and 28 days drying. Test data verifying conformance to the shrinkage limitations shall be submitted with the mix design. Shrinkage testing data accepted by the Engineer no more than 3 years prior to the first working day of this contract will be acceptable for this entire contract, provided the data was for concrete with similar proportions and the same materials and material sources to be used on this contract. Concrete shall be considered to have similar proportions if, when compared to concrete to be used on this project, no more than 2 mix design elements are varied. Varied mix design elements shall fall within the tolerances in the following table: Mix Design Element _ Tolerance (t) Water to cementitious material ratio 0.03 Total water content 5 % Coarse aggregate (weight per cubic yard) 10% Fine aggregate wei t per cubic yard 10% Supplementary cementitious material content 5 % Admixture as originally dosed 25 % Now Admixtures must be of the same brand. Before using concrete or in advance of revising the 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 (SCM) 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 SCM 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 SCM 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 acuially 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. 90 -2 MATERIALS 90 -2.01 CEMENTITIOUS MATERIALS Unless otherwise specified, cementitious material shall be either a combination of Type 11 or Type V portland cement and SCM, or a blended cement. No cementitious material shall be used in the work unless it is on the Department's Pre - Qualified Products List at the time of mix design submittal. Information regarding cementitious material qualification and placement on the Department's approved list can be obtained at the Transportation Laboratory. 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 the various cementitious materials meeting this Section 90 -2.01 are kept separate from each other and from other cementitious materials. A storage silo containing a cementitous material shall be emptied before using that silo for a different cementitious material. Blended cements with a percentage of SCM differing by more than 2 percentage points are considered different cementitious materials. Sampling cementitious materials shall be in conformance with California Test 125. The Contractor shall furnish a Certificate of Compliance for cementitious 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. If blended cement is used, the Certificate of Compliance shall include a statement signed by the blended cement supplier that indicates the actual percentage, by weight, of SCM in the blend. Weight of SCM shall be by weighing device conforming to Section 9 -1.01, "Measurement of Quantities," or as determined by chemical analysis. 90 -2.01A Cement Portland cement shall conform to the requirements in ASTM Designation: C 150 except the C3S content of Type 11 cement shall not exceed 65 percent. Blended cement shall conform to the requirements for Portland Blast- Fumace Slag Cement, Type IS (MS) or Port land- Pozzolan Cement, Type 1P (MS) in AASHTO Designation: M 240, except that the maximum limits on the pozzolan content shall not apply. Blended cement shall be comprised of Type Il or Type V cement and SCM produced either by intergrinding portland cement clinker and SCM, by blending portland cement and either finely ground granulated blast furnace slag or finely divided pozzolan, or a combination of imergrinding and blending. In addition, Type lI 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 K20, when determined by methods as required in AASHTO Designation: T 105; and B. The autoclave expansion shall not exceed 0.50- percent Type III portland cement shall be used only as specified or with the approval of the Engineer. Type III portland cement shall conform to the additional requirements listed above for Type II portland cement. The Contractor may use Type III portland cement in the manufacturing of precast concrete. 90 -2.O1B Supplementary Cementitious Materials Each supplementary cementitious material shall conform to one of the following: A. Fly ash conforming to the requirements in AASHTO Designation: M 295, Class F, and =p these specifications. The available alkali, as sodium oxide equivalent, shall not exceed u 1.5 percent when determined in conformance with the requirements in ASTM Designation: C 311 or the total alkali, as sodium oxide equivalent, shalt not exceed 5.0 percent when determined in conformance with the requirements in AASHTO n Designation: T 105. B. Ultra fine fly ash (UFFA) conforming to the requirements in AASHTO Designation: M g� 295, Class F, and the following chemical and physical requirements: Chemical Requirements Percent Sulfur Trioxide (SO,) 1.5 max. Loss on ignition 1.2 max. Available Alkalies (as Na,O) equivalent 1.5 max. Physical Requirements Percent Particle size distribution 92.0 min. Less than 3.5 microns so Less than 9.D microns 90 Strength Activity Index with portland cement 1.2 max. 7 days 95 (minimum % of control) 28 days 110 (minimum %of control) Expansion at 16 days when testing job materials in 0.10 max. conformance with ASTM C ]567* * In the lest mix, Type 11 or Type V pon Iand cement shall be replaced with at leas) 12% UFFA by weight C. Raw or calcined natural pozzolans conforming to the requirements in AASHTO Designation: M 29S, Class N. and the following requirements and these specifications. 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. ' D. Metakaolin conforming to the requirements in AASHTO Designation: M 295, Class N, and the following chemical and physical requirements: Chemical Requirements Percent Silicon Dioxide (SiOZ) + Aluminum Oxide (AI,,Or) 92.0 min. Calcium Oxide (CaO) 1.0 max Sulfur Trioxide (SO,) 1.0 max. Loss on ignition 1.2 max. Available Alkalies (as Na,O) equivalent 1.0 max. r 1 t i 1 Physical Requirements Percent Particle size distribution 95 Less than 45 microns Strength Activity Index with portland cement 7 days 100 (minimum % of control) 28 days 100 (minimum %of control) E. Ground Granulated Blast Fumace Slag (GGBFS) conforming to the requirements in AASHTO Designation: M 302, Grade 100 or Grade 120. F. Silica Fume conforming 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. Commingling of fly ash from different sources at uncontrolled ratios is permissible only if the following criteria are satisfied: A. Sources of fly ash to be commingled shall each produce fly ash that conforms to the requirements in AASHTO Designation: M 295, Class F. B. Testing of the commingled product is the responsibility of the fly ash supplier. C. Each fly ash's running average of relative density shall not differ from any other by more than 0.25 pound per cubic inch at the time of commingling. D. 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. E. The final product of commingled fly ash shall conform to the requirements in AASHTO Designation: M 295, Class F. 90 -2.01C Required Use Of Supplementary Cementitious Materials General 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 these specifications. The SCM content in portland cement concrete shall conform to one of the following: A. Any combination of portland cement and at least one SCM, satisfying Equations (1) and (2): Equation (1) (25 x UF) + (12 x FA) + (10 x FB) + (6 x SL) >_X MC Where: OF = Silica fume, metakaolin, or UFFA, including the amount in blended cement, pounds per cubic yard. FA = Fly ash or natural pozzolan conforming to the requirements in AASHTO Designation: M 295, Class F or N with a CaO content up to 10 percent, including the amount in blended cement, pounds per cubic yard. FB = Fly ash or natural pozzolan conforming to the requirements in AASHTO Designation: M 295, Class F or N with a Cat) content up to 15 percent, including the amount in blended cement, pounds per cubic yard. SL = GGBFS, including the amount in blended cement, pounds per cubic yard. MC = Minimum amount of cementitious material specified, pounds per cubic yard. X = 1.8 for innocuous aggregate, 3.0 for all other aggregate. Equation (2) MC — MSCM - PC >0 Where: MC =Minimum amount of cementitious material specified, pounds per cubic yard. MSCM = The minimum sum of SCMs that satisfies Equation (1) above, pounds per cubic yard. PC = The amount of portland cement, including the amount in blended cement, pounds per cubic yard. B. 15 percent of Class F fly ash with at least 48 ounces of UNO3 solution added per 100 pounds of portland cement. CaO content of the fly ash shall not exceed 15 percent. Precast Concrete The SCM content in precast portland cement concrete shall conform to one of the following: A. Any combination of portland cement and SCM, satisfying the following equation: Equation (3) (25 x UF) + (12 x FA) + (10 x FB) + (6 x SL) > >X TC Where: OF = Silica fume, metakaolin, or UFFA, including the amount in blended cement, pounds per cubic yard. FA = Fly ash or natural pozzolan conforming to the requirements in AASHTO Designation: M 295, Class F or N with a CaO content up to 10 percent, including the amount in blended cement, pounds per cubic yard. FB = Fly ash or natural pozzolan conforming to the requirements in AASHTO Designation: M 295, Class F or N with a Cat) content up to 15 percent, including the amount in blended cement, pounds per cubic yard. r� �3 t rry r t nl a 3 R yi A SL = GGBFS, including the amount in blended cement, pounds per cubic yard. TC =Total amount of cementitious material used in the mix, pounds per cubic yard. X = 0.0 if precast members are constructed with portland cement concrete using aggregate that is "innocuous" in conformance with the provisions in Section 90- 2.02, "Aggregates." X = 3.0 for all other aggregate. B. 15 percent of Class F fly ash with at least 48 ounces of LiNO3 solution added per 100 pounds of portland cement. CaO content of the fly ash shall not exceed 15 percent. C. Any combination of supplementary cementitious material and portland cement may be used if the expansion of cementitious material and aggregate does not exceed 0.10 percent when tested in conformance with the requirements in ASTM C 1567. Test data shall be submitted with each mix design. Test data accepted by the Engineer no more than 3 years prior to the first working day of this contract will be acceptable for this entire contract, provided the data was for the same concrete mix and the same materials and material sources to be used on this contract. 90 -2.02 AGGREGATES To be considered innocuous, aggregate must be on the Department's approved list, "Innocuous Aggregates for use in Concrete." Information regarding aggregate qualification and placement on the Department's approved list can be obtained at the Transportation Laboratory. Both coarse and fine aggregate must be on the approved list for the aggregate used in concrete to be considered innocuous. 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, Dt, 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 shalt 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 rt and $5.50 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. The 2 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 9 "Contract Compliance" requirements, both paragraphs shall apply. The payments specified in those M 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. 1 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: Tests California 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 fumishes a Certificate of Compliance, as provided in Section 6 -1.07, "Certificates of Compliance," certifying that: A. Coarse aggregate sampled at the completion of processing at the aggregate production plant had a Cleanness Value of not less than 82 when tested in conformance with the requirements in California Test 227; and B. Prequalification tests performed in conformance with the requirements in California Test 549 indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent, based on concrete. 90 -2.02B Fine Aggregate ; Fine aggregate shall consist of natural sand, manufactured sand produced from larger aggregate or a combination thereof. Manufactured sand shall be well graded. � Fine aggregate shall conform to the following quality requirements: ' Fine aggregate developing a color darker than the reference standard color may be accepted if 95% relative mortar strength is achieved when tested in conformance with ASTM C87. 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 Califomia 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 SO,, 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 Califomia Test 422, nor more than 1,300 parts per million of sulfates as SO,, 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. 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 SO,, 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 (Na,O + 0.658 K2O) as determined on the fil(rate. The specific gravity of the water shall not exceed 1.03 and shall not vary more than x0.010 during a day's operations. 90 -2.04 Admixture Materials Admixture materials shall be stored and dispersed in liquid form and conform to the following requirements: California Test Test Requirements Organic I m urities 213 Satisfactory' Sand Equivalent: Operating Range 217 75, min. Contract Compliance 217 71, min. ' Fine aggregate developing a color darker than the reference standard color may be accepted if 95% relative mortar strength is achieved when tested in conformance with ASTM C87. 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 Califomia 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 SO,, 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 Califomia Test 422, nor more than 1,300 parts per million of sulfates as SO,, 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. 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 SO,, 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 (Na,O + 0.658 K2O) as determined on the fil(rate. The specific gravity of the water shall not exceed 1.03 and shall not vary more than x0.010 during a day's operations. 90 -2.04 Admixture Materials Admixture materials shall be stored and dispersed in liquid form and conform to the following requirements: 71 A. Chemical Admixtures —ASTM Designation: C 494. B. Air- entraining Admixtures —ASTM Designation: C260. C. Lithium Nitrate shall be in an aqueous solution conforming to the following: 1. Lithium Nitrate (LiNO) must be 30 percent +/- 0.5 percent by weight 2. Sulfate (SO4) must be less than 1000 ppm 3. Chloride (Cl) must be less than 1000 ppm 4. Alkalis (Na20 + 0.658 K20) must be less than 1000 ppm E 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 famish. 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 Engineers 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: Primary Aggregate Nominal Size Sieve Size Limits of Proposed Gradation 1 -t /2 "x3/4" 1" 19 -41 I" x No. 4 3/4" 52- 85 1" x No. 4 3/8" 15 - 38 1/2" x No. 4 3/8" i 40-78 3/8" x No. 8 3/8" 50 - 85 Fine Aggregate No. 16 55 - 75 Fine A egate 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: _f Y 'i ,1 5 In the above table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90 -3.01, "General." Coarse aggregate for the 1 -1/2 inch, maximum, combined aggregate grading as provided in Section 90- 3.04, "Combined Aggregate Gradings," shall be furnished in 2 or more primary aggregate nominal sizes. Each primary aggregate nominal size may be separated into 2 sizes and stored separately, provided that the combined material conforms to the grading requirements for that particular primary aggregate nominal size. 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: Sieve Sizes Percentage Passing Primary Ao egate Nominal Sizes Contract Com Iiance I -1/2" x 3/4" 1" x No.4 1/2" x No. 4 3/8" xNo. 8 Sieve Sizes Operating Range Contract Compliance Operating Range Contract Compliance Operating Range Contract Compliance Operating Range Contract Compliance 2" 100 100 — — No. 100 2 -12 — — 1 -1/2" 88 - 100 85 - t00 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" — — — — 82- 100 80- 100 100 100 3/8" 0-7 0-9 X ±15 X ±22 X1:15 X ±22 X ±15 X -20 No.4 — — 0 -16 0 -18 0 -15 0 -18 0 -25 0 -28 No.8 — — 0 -6 0 -7 0 -6 0 -7 0 -6 0 -7 In the above table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90 -3.01, "General." Coarse aggregate for the 1 -1/2 inch, maximum, combined aggregate grading as provided in Section 90- 3.04, "Combined Aggregate Gradings," shall be furnished in 2 or more primary aggregate nominal sizes. Each primary aggregate nominal size may be separated into 2 sizes and stored separately, provided that the combined material conforms to the grading requirements for that particular primary aggregate nominal size. 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: Sieve Sizes Percentage Passing Operating Ran e Contract Com Iiance 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. n� "4 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 l provisions, shall be either the 1 -1/2 inch, maximum grading, or the 1 inch, maximum grading, at the option of the Contractor. Grading Limits of Combined Aggregates Percentage Passing Sieve Sizes 1 -1/2" Max. I" Max. t /2" Max. 3/8" Max. 2" 100 _ 1 -1 /2" 90- too 100 — — 1" 50 -86 90 -too — — 3/4" 4S-75 55 - 100 NO — �I /2" — — 90 -too 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 27-4S 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 S- 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 u U Gu i :i 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 4IS, 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. The manufacturer's written recommendations shall include a statement that the admixtures are compatible with the types and amounts of SCMs used. 3 �.Q 90 -4.02 MATERIALS Admixture materials shall conform to the provisions in Section 90 -2.04, "Admixture Materials." p 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. Information regarding admixture qualificalion and placement A on the Department's list can be obtained at the Transportation Laboratory. If the Contractor proposes to use an admixture of a brand and type on the current list of approved admixture brands, the Contractor shall fumish 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 no less than the dosage used in determining approval of the admixture. The Contractor may use Type S admixtures conforming to the requirements in ASTM Designation: C 494. 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. 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 Cahfomia 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 `i 90 -4.10 PROPORTIONING AND DISPENSING LIQUID ADMIXTURES d Chemical admixtures and air - entraining admixtures shall be dispensed in liquid form. Dispensers for liquid admixtures shall have sufficient capacity to measure at one time the prescribed quantity required for each batch of concrete. Each dispenser shall include a graduated measuring unit into which liquid admixtures are measured to within f5 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 hatching 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 hatching control equipment. The dispensers shall be equipped with an automatic warning system in good operating condition that will provide a visible or audible signal at the point at which proportioning operations are controlled when the quantity of admixture measured for each batch of concrete varies from the preselected dosage by more than 5 percent, or when the entire contents of the measuring unit are not emptied from the dispenser into each batch of concrete. Unless liquid admixtures are added to premeasured water for the batch, their discharge into the batch shall be arranged to flow into the stream of water so that the admixtures are well dispersed throughout the batch, except that air - entraining admixtures may be dispensed directly into moist sand in the hatching 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 6 ,a 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 3 the award of the contract and that fumish concrete to the project shall conform to the following; s i A. Intermingling of the different sizes of aggregates shall be positively prevented. The 4 Contractor shall take the necessary measures to prevent intermingling. The preventive measures may include, but are not necessarily limited to, physical separation of stockpiles 9 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 hatching plant, any method that may cause segregation, degradation, or the combining of materials of different gradings that will result in any size of aggregate at the weigh hopper failing to meet the grading requirements, shall be discontinued. Any method of handling aggregates that results in excessive breakage of particles shall be discontinued. The use of suitable devices to reduce impact of falling aggregates may be required by the Engineer. 90 -5.02 PROPORTIONING DEVICES Weighing, measuring, or metering devices used for proportioning materials shall conform to the requirements in Section 9 -1.01, "Measurement of Quantities," and this Section 90.5.02. In addition, automatic weighing systems shall comply with the requirements for automatic proportioning devices in Section 90- 5.03A, "Proportioning for Pavement." Automatic devices shall be automatic to the extent that the only manual operation required for proportioning the aggregates, cement, and SCM 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 t0.5 percent of the individual batch weight designated for each size of aggregate. Equipment for cumulative weighing of cement and SCM shall have a zero tolerance of t0.5 percent of the designated total batch weight of the cement and SCM. Equipment for weighing cement or SCM separately shall have a zero tolerance of f0.5 percent of their designated individual batch weights. Equipment for measuring water shall have a zero tolerance of }0.5 percent of its designated weight or volume. The weight indicated for any batch of material shall not vary from the preselected scale setting by more than the following: A. Aggregate weighed cumulatively shall be within 1 .0 percent of the designated total batch weight of the aggregate. Aggregates weighed individually shall be within 1.5 percent of their respective designated batch weights; and B. Cement shall be 99 to 102 percent of its designated batch weight, When weighed individually, SCM shall be 99 to 102 percent of its designated batch weight. When SCM and cement are permitted to be weighed cumulatively, cement shall be weighed first to 99 to 1,02 percent of its designated batch weight, and the total for cement and SCM shall be 99 to 102 percent of the sum of their designated batch weights When a blended cement is used, the percentages of cement and SCM used for calculating batch weights shall be based on the percentage of SCM indicated in the Certificate of Compliance from the blended cement supplier; and C. Water shall be within 1.5 percent of its designated weight or volume. a G Each scale graduation shall be approximately 0.001 of the total capacity of the scale. The capacity of scales for weighing cement, SCM, or cement plus SCM and aggregates shall not exceed that of commercially available scales having single graduations indicating a weight not exceeding the maximum C permissible weight variation above, ekcept that no scale shall be required having a capacity of less than 1,000 pounds, with one pound graduations- 90-5.03 PROPORTIONING Proportioning shall consist of dividing the aggregates into the specified sizes, each stored in a separate bin, and combining them with cementitious material and water as provided in these specifications. Aggregates shall be proportioned by weight. At the time of batching, aggregates shall have been dried or drained sufficiently to result in a stable moisture content such that no visible separation of water from aggregate will take place during J 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, V withdrawals shall be made from one supply exclusively and the materials therein completely exhausted before starting upon another. 1 Bulk Type IP (MS) or Type IS (MS) cement shall be weighed in an individual hopper and shall be kept separate from the aggregates until the ingredients are released for discharge into the mixer. Bulk cement and SCM 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 SCM are weighed cumulatively, the cement shall be weighed first. If cement and SCM are weighed in separate weigh hoppers, the weigh systems for the proportioning of the aggregate, the cement, and the SCM 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 materiakweighing device. The cement and the SCM shall be discharged into the mixer simultaneously with the aggregate. The scales and weigh hoppers for bulk weighing cement, SCM, or cement plus SCM shall be separate and distinct from the aggregate weighing equipment. For batches of one cubic yard or more, the batching equipment shall conform to one of the following combinations: A. Separate boxes and separate scale and indicator for weighing each size of aggregate. B. Single box and scale indicator for all aggregates. C. Single box or separate boxes and automatic weighing mechanism for all aggregates. In order to check the accuracy of batch weights, the gross weight and tare weight of batch trucks, truck mixers, truck agitators, and non - agitating hauling equipment shall be determined when ordered by the Engineer. The equipment shall be weighed on scales designated by the Engineer. 90 -5.03A Proportioning For Pavement <P Aggregates and bulk SCM 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 3 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. n The batching of cement, SCM, or cement plus SCM 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 SCM hoppers or the cement plus SCM 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 SCM charging mechanisms and cement and SCM are weighed cumulatively, their charging mechanisms shall be interlocked to prevent the introduction of SCM 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 SCMs shall be weighed in a separate weigh hopper and the SCM 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, SCM, aggregates, and water uniformly before discharge, weighing the SCM cumulatively with the cement is permitted. Certification shall contain the following: A. Test results for 2 compressive strength test cylinders of concrete taken within the .first one -third and 2 compressive strength test cylinders of concrete taken within the last one - third of the concrete discharged from a single batch from the stationary paving mixer. Strength tests and cylinder preparation will be in conformance with the provisions of Section 90 -9, "Compressive Strength "; B. Calculations demonstrating that the difference in the averages of 2 compressive strengths taken in the first one -third is no greater than 7.5 percent different than the averages of 2 compressive strengths taken in the last one -third of the concrete discharged from a single batch from the stationary paving mixer, Strength tests and cylinder preparation will be in conformance with the provisions of Section 90 -9, "Compressive Strength;" and C. The mixer rotation speed and time of mixing before discharge that are required to produce a mix that meets the requirements above. The discharge gate on the cement and SCM hoppers or the cement plus SCM hopper shall be designed to permit regulating the now of cement, SCM, or cement phis SCM 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 now 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 simultaneousty. 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." 'i 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 A undispersed cementitious material. Uniformity of concrete mixtures will be determined by differences in penetration as determined by a California Test S33, or slump as determined by ASTM Designation: C 143, and by variations in the proportion of coarse aggregate as determined by California Test 529. r 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, J 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" 11. 4" to 6" 1 -1/2" Greater than 6" to 9" 2" The Contractor shall fumish 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 j 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. When concrete is delivered in a truck mixer, a portion of the mixing water may be withheld r and may be added at the point of delivery as specified under Section 90 -6.03, "Transporting Mixed Concrete." 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 M indicate the exact number of batches proportioned and mixed. Concrete shall be mixed and delivered to the job site by means of one of the following combinations of operations: A. Mixed completely in a stationary mixer and the mixed concrete transported to the point of delivery in truck agitators or in nonagitating hauling equipment (central -mixed concrete). B. Mixed partially in a stationary mixer, and the mixing completed in a truck mixer (shrink - mixed concrete). C. Mixed completely in a truck mixer (transit -mixed concrete). D. Mixed completely in a paving mixer. Agitators may be truck mixers operating at agitating speed or truck agitators. Each mixer and agitator shall have attached thereto in a prominent place a metal plate or plates on which is plainly marked the various uses for which the equipment is designed, the manufacturer's guaranteed capacity of the drum or container in terms of the volume of mixed concrete and the speed of rotation of the mixing drum or blades. Truck mixers shall be equipped with electrically or mechanically actuated revolution counters by which the number of revolutions of the drum or blades may readily be verified. When shrink -mixed concrete is furnished, concrete that has been partially mixed at a central plant shall be transferred to a truck mixer and all requirements for transit -mixed concrete shall apply. No credit in the number of revolutions at mixing speed will be allowed for partial mixing in a central plant. 90 -6.03 TRANSPORTING MIXED CONCRETE Mixed concrete may be transported to the delivery point in truck agitators or truck mixers operating at the speed designated by the manufacturer of the equipment as agitating speed, or in non - agitating hauling equipment, provided the consistency and workability of the mixed concrete upon discharge at the delivery point is suitable for adequate placement and consolidation in place, and provided the mixed concrete after hauling to the delivery point conforms to the provisions in Section 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 water in excess of that in the approved mix design shall be incorporated into the concrete. If approved by the Engineer, water withheld during batching may be added to the concrete at the delivery point in one operation before the discharge of more than 1/4 cubic yard. Equipment for supplying the water shall confortn to Section 90 -6.06, "Amount of Water and Penetration." When water is added at the point of delivery, the drum shalt be revolved not less than 30 revolutions at mixing speed after the water is added and before discharged 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 nonagi ating 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 t a 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. 1e 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. tt 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 CD bU or DVD. 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 �y with the same nonrepeating load number that is unique to the contract and delivered to thejobsite with the y 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 distributed, and the whole mass again turned no fewer than 3 times, not including placing in the carriers or forms. -� E 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 p determined by California Test 533 or the slump of the concrete as determined by ASTM Designation: C a} 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 inches Slump (inches) Penetration (inches) Slump (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 Sections 1 2 inches thick or less 0-1-1/2 0 - 2 — — 2 -1/2 3 — — Concrete placed under water — 6 - 8 — 9 Cast -in -place concrete piles 2- 1/2 -3 -1/2 S -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 SSO 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 LS percent of the quantity of water required to be added to the mix for any position of the mixer. Tanks used to measure water shall be designed so that water cannot enter while water is being discharged into the mixer and discharge into the mixer shall be made rapidly in one operation without dribbling. All equipment shall be arranged so as to permit checking the amount of water delivered by discharging into measured containers. 90 -7 CURING CONCRETE 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 -7.01A Water Method The concrete shall be kept continuously wet by (lie 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: I. 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 I -D, Class A. The infrared scan for the dried vehicle from curing compound (1) shall match the infrared scan on fife 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. t Q _z u _s e� ,P a 3 r e t J 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 chat 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 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 curdled. Settlement of pigment shall be a thoroughly wetted, soft, mushy mass permitting the complete and easy vertical penetration of a paddle. Settled pigment shall be easily redispersed, with minimum resistance to the sideways manual motion of the paddle across the bottom of the container, to form a smooth uniform product of the proper consistency. Curing compounds shall remain sprayable at temperatures above 40 °F and shall not be diluted or altered after manufacture. The curing compound shall be packaged in clean 274- gallon totes, 55- gallon barrels or 5- gallon pails shall be supplied from a suitable storage tank located at the jobsite. The containers shall comply with "Title 49, Code of Federal Regulations, Hazardous Materials Regulations." The 274 - gallon totes and the 55- gallon barrels shall have removable lids and airtight fasteners. The 5- gallon pails shall be round and have standard full open head and bail. Lids with bungholes will not be permitted. Settling or separation of solids in containers, except tanks, must be completely redispersed with low speed mixing prior to use, in conformance with these specifications and the manufacturer's recommendations. Mixing shall be accomplished either manually by use of a paddle or by use of a mixing blade driven by a drill motor, at low speed. Mixing blades shall be the type used for mixing paint. On -site storage tanks shall be kept clean and 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 1 containers in conformance with the Construction Safety Orders and General Industry Safety Orders of the State. Y 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. 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. j 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, 1 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. Thejoint 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. 1 f 90 -7.011) Forms -In -Place Method e 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 S days. r" 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 BLANK 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." 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 OF 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 shalt be at low pressure and in a saturated condition. Steam jets shall not impinge directly on the concrete, test cylinders, or fonns. Dining application of the steam, the temperature rise within the enclosure shall not exceed 40 OF per hour. The curing temperature throughout the enclosure shall not exceed 150 OF and shalt 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 arc still warm, or the temperature under the enclosure shall be maintained above 60 OF until the stress is transferred to the concrete. G. Curing of precast concrete will be considered completed after termination of the steam curing cycle. d 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 1 environment shat I be cured as follows: A. Piles shall be either steam cured or water cured. If water curing is used, the piles shall be kept continuously wet by the application of water in conformance with the provisions in Section 90-7.01 A, "Water Method." e B. If steam curing is used, the steam curing provisions in Section 90 -7.04, "Curing Precast 6 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 fuze 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- 7.01 B, "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. 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. I r` t I sE f 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 -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 compressive 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 (hat 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 I 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 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 I of California Test 540. If the result of a single compressive strength test at the maximum age specified or allowed is below the specified strength but is 95 percent or more of the specified strength, the Contractor shall make corrective changes, subject to approval of the Engineer, in the mix proportions or in the concrete fabrication procedures, before placing additional concrete, and shall pay to the State $10 for each in -place cubic yard of concrete represented by the deficient test. If the result of a single compressive strength test at the maximum age specified or allowed is below 95 percent of the specified strength, but is 85 percent or more of the specified strength, the Contractor shall make the corrective changes specified above, and shall pay to the State $15 for each in -place cubic yard of concrete represented by the deficient test. In addition, such corrective changes shall be made when the compressive strength of concrete tested at 7 days indicates, in the judgment of the Engineer, that the concrete will not attain the required compressive strength at the maximum age specified or allowed. Concrete represented by a single test that indicates a compressive strength of less than 85 percent of the specified 28 -day compressive strength will be rejected in conformance with the provisions in Section 6 -1.04, "Defective Materials." If the test result indicates that the compressive strength at the maximum 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 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 has a specified 28 -day compressive strength greater than 3,600 pounds per square inch, 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 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) alter molding shall be at least 580 pounds per square inch greater than the specified 28 -day compressive strength, and no individual cylinder shall have a strength less than the specified strength at the maximum age specified or allowed. Data contained in the report shall be from trial batches that were produced within one year of the proposed use of specified strength concrete in the project. Whenever air - entrainment is required, the air content of trial batches shall be equal to or greater than the air content specified for the concrete without reduction due to tolerances. Tests shall be performed in conformance with either the appropriate California Test methods or the comparable ASTM test methods. Equipment employed in testing shall be in good condition and shall be properly calibrated. If the tests are performed during the life of the contract, the Engineer shall be notified sufficiently in advance of performing the tests in order to witness the test procedures. The certified test data and trial batch test reports shall include the following information: A. Date of mixing. B. Mixing equipment and procedures used. C. The size of batch in cubic yards and the weight, type, and source of all ingredients used. D. penetration or slump (if the concrete wil I 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 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 thejudgment of the Engineer, could result in a strength of concrete below that specified. A .r 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. Before using minor concrete or in advance of revising the mix proportions, the Contractor shall submit in writing to the Engineer a copy of the mix design. When required by the following table, the Contractor shall include compressive strength test results verifying the minimum specified compressive strength: SCM Test Submittal Required Fly Ash used alone When portland cement content 350 Ibs /cy GGBFS used alone When portland cement content <250 Ibs /cy Natural Pozzolan used alone When portland cement content X350 Ibs /cy _ More than I SCM Always Tests shall be performed by an ACl certified technician. 90 -10.02 MATERIALS Minor concrete shall conform to the following requirements: 90- 10.02A Cementitious Material Cememitious material shall conform to the provisions in Section 90 -1.01, "Description," and 90 -2, "Materials." 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- 10.02B, 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. a I 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 904, "Admixtures." 90 -10.03 PRODUCTION 6 Cementitious material, water, aggregate, and admixtures shall be stored, proportioned, mixed, transported, and discharged in conformance with recognized standards of good practice that wil I result in concrete that A is thoroughly and uniformly mixed, that is suitable for the use intended, and that conforms to requirements specified herein. Recognized standards of good practice are outlined in various industry publications such as are issued by American Concrete Institute, AASHTO, or the Department. The cementitious material content of minor concrete shall conform to the provisions in Section 90 -1.01, "Description." The amount of water used shall result in a consistency of concrete conforming to the provisions in Section 90 -6.06, "Amount of Water and Penetration." Additional mixing water shall not be incorporated into the concrete during hauling or after arrival at the delivery point, unless authorized by the Engineer. Discharge of ready -mixed concrete from the transporting vehicle shall be made while the concrete is still plastic and before stiffening occurs. An elapsed time of 1.5 hours (one hour in non- agitating hauling equipment), or more than 250 revolutions of the drum or blades, after the introduction of the cementitious material to the aggregates, or a temperature of concrete of more than 90 °F will be considered conditions contributing to the quick stiffening of concrete. The Contractor shall lake 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 thejob site, the total number of revolutions shall notexceed 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 hatching 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 speci fied. s` 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 -9, "Protecting Concrete," except The concrete shall be maintained at a temperature of not less than 40'F for 72 hours after placing. I i 90 -10.06 MEASUREMENT AND PAYMENT Minor concrete will be measured and paid for in conformance with the provisions specified in the various sections of these specifications covering concrete construction when minor concrete is specified in the specifications, shown on the plans, or indicated by contract item in the Engineer's Estimate. 90 -11 MEASUREMENT AND PAYMENT 90 -11.01 MEASUREMENT Portland cement concrete will be measured in conformance with the provisions specified in the various sections of these specifications covering construction requiring concrete. For concrete measured at the mixer, the volume in cubic feet shall be computed as the total weight of the batch in pounds divided by the density of the concrete in pounds per cubic foot. The total weight of the batch shall be calculated as the sum of all materials, including water, entering the batch. The density of the concrete will be determined in conformance with the requirements in California Test 518. 90 -11.02 PAYMENT Portland cement concrete will be paid for in conformance with the provisions specified in the various sections of these specifications covering construction requiring concrete. Full compensation for famishing and incorporating admixtures required by these specifications or the special provisions will be considered as included in the contract prices paid for the concrete involved and no additional compensation will be allowed therefor. Should the Engineer order the Contractor to incorporate any admixtures in the concrete when their use is not required by these specifications or the special provisions, furnishing the admixtures and adding them to the concrete will be paid for as extra work as provided in Section 4- 1.03D, 'Extra Work." Should the Contractor use admixtures in conformance with the provisions in Section 904.05, "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. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 91 PAINT (Issued 05 -1 -06) Replace Section 91 -3 with: 91 -3 PAINTS FOR TIMBER 91 -3.01 WOOD PRIMER, LATEX -BASE Classification: This specification covers a ready -mixed priming paint for use on unpainted wood or exterior woodwork. It shall conform with the requirements in the Detailed Performance Standards of the Master Painters Institute (MPI) for exterior wood primers, and be listed on the Exterior Latex Wood Primer MPI List Number 6. 91 -3.02 PAINT; LATEX -BASE FOR EXTERIOR WOOD, WHITE AND TINTS Classification: This specification covers a ready -mixed paint for use on wood surfaces subject to outside exposures. This paint shall conform to the requirements in the Detailed Performance Standards of the Master Painters Institute (MPI) for Paint, Latex, Exterior, and shall be listed on the following MPI Approved Products List: A. Exterior Latex, Flat MPI Gloss Level 1, MPI List Number 10. B. Exterior Latex, Semi - Gloss, MPI Gloss Level 5, MPI List Number 11. C. Exterior Latex, Gloss, MPI Gloss Level 6, MPI List Number 119. Unpainted wood shall first be primed with wood primer conforming to the provisions in Section 91 -3.01, "Wood Primer, Latex - Base." Replace Section 91 -4 with: 91 -4 MISCELLANEOUS PAINTS 91 -4.01 THROUGH 91 -4.04 (BLANK) 91 -4.05 PAINT; ACRYLIC EMULSION, EXTERIOR WHITE AND LIGHT AND MEDIUM TINTS Classification: This specification covers an acrylic emulsion paint designed for use on exterior masonry. This paint shall conform to the requirements in the Detailed Performance Standards of the Master Painters Institute (MPI) for Paint, Latex, Exterior, and shall be listed on the following MPI Approved Products Lists: A. Exterior Latex, Flat MPf Gloss Level I, MPI List Number 10. B. Exterior Latex, Semi - Gloss, MPI Gloss Level 5, MPI List Number 11. C. Exterior Latex, Gloss, MPI Gloss Level 6, MPI List Number 119. This paint may be tinted by using "universal' or "all purpose" concentrates. AAAAAAAAAAAAAAAAAAAAAAAnAAAAnnAAAAAAAAAA SECTION 92 ASPHALTS (Issued 03- 21 -08) Replace Section 92 with: SECTION 92 ASPHALTS 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: F ,y I r r 1. Free from residues caused by the artificial distillation of coal, coal tar, or paraffin 2. Free from water 3. Homogeneous 92 -1.02 MATERIALS GENERAL Furnish asphalt under the Department's "Certification Program for Suppliers of Asphalt." The Department maintains the program requirements, procedures, and a list of approved suppliers at hftp://www.dot.ca.gov/hq/ese/Translab/fpni/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: Performance Graded Asphalt Binder 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 3 °C higher if it fails at the specified test temperature. G *sin(delta) remains 5000 kPa maximum. C. "RTFO Test" means the asphaltic residue obtained using the Rolling Thin Film Oven Test, AASHTO Test Method T 240 or ASTM Designation: D 2872. The residue from mass change determination may be used for other tests. f. "PAW means Pressurized Aging Vessel. Performance graded polymer modified asphalt binder (PG Polymer Modified) is: i s .7 0' J Specification Grade Property AASHTO Test PG PG PG PG PG Method SS -22° 64 -10 64 -16 64 -28 70 -10 _ Ori inal Binder _ Flash Point, Minimum °C T48 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, T315 Test Temp. at 10 rad /s, °C 58 64 64 64 70 Minimum G * /sin(delta), kPa 1.00 100 1.00 1.00 1.00 RTFO Test,' T 240 Mass Loss, Maximum, % 1.00 1.00 1.00 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp. at 10 rad /s, °C 58 64 64 64 70 Minimum G * /sin(delta), kPa 2.20 120 2.20 2.20 2.20 Ductility at 25 °C T 51 Minimum, cm 75 75 75 75 75 PAV Aging, R28 Temperature, OC 100 100 100 100 110 RTFO Test and PAV Aged Binder Dynamic Shear, T315 Test Temp. at 10 rad /s, °C 22 d 31 d 28 d 22 d 34 d Maximum G *sin(delta), kPa 5000 5000 5000 5000 5000 Creep Stiffness, T 313 Test Temperature, °C -12 0 -6 -18 0 Maximum S- value, Mpa 300 300 300 300 300 Minimum M -value 0300 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 3 °C higher if it fails at the specified test temperature. G *sin(delta) remains 5000 kPa maximum. C. "RTFO Test" means the asphaltic residue obtained using the Rolling Thin Film Oven Test, AASHTO Test Method T 240 or ASTM Designation: D 2872. The residue from mass change determination may be used for other tests. f. "PAW means Pressurized Aging Vessel. Performance graded polymer modified asphalt binder (PG Polymer Modified) is: i s .7 0' J Performance Graded Polymer Modified Asphalt Binder' 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 Depanmenl's "Certification Program for Suppliers of Asphalt." C. The Departmem allows ASTM D 5546 instead of AASHTO T 44 d. The Engineer waives this specification i f the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. C. 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 lest 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. Specification Grade Property AASHTO Test Method PG PG PG 58 -34 PM 64 -28 PM 76 -22 PM Original Binder Flash Point, Minimum °C T 48 230 230 230 Solubili ,Minimum % T 44` 98.5 98.5 98.5 Viscosity at 135 °C, T 316 Maximum, Pa's 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G * /sin(delta), kPa 1.00 1.00 1.00 RTFO Test , T 240 Mass Loss, Maximum, % 1.00 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G* /sin delta , kPa 2.20 2.20 2.20 _ Dynamic Shear, T315 Test Temp. at 10 rad/s, °C Note e Note e Note e Maximum (delta), % 80 80 80 Elastic Recovery , T 301 _ Test Temp., °C 25 25 25 Minimum recovery, % 7S 7S 65 PA V8 Aging, R 28 Temperature, °C 100 100 110 RTFO lest and PAV Aged Binder Dynamic Shear, T 315 Test Temp. at 10 rad /s, °C 16 22 31 Maximum G *sin(delta), kPa 5000 5000 5000 Creep Stillness, 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 Depanmenl's "Certification Program for Suppliers of Asphalt." C. The Departmem allows ASTM D 5546 instead of AASHTO T 44 d. The Engineer waives this specification i f the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. C. 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 lest 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. 4 I SAMPLING Provide a sampling device in the asphalt feed line connecting the plant storage tanks to the asphalt T weighing system or spray bar. Make the sampling device accessible between 24 and 30 inches above the platform. Provide a receptacle for flushing the sampling device. Include with the sampling device a valve: F 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 r 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. 9e 92 -1.03 EXECUTION f 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: I . 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 hot mix asphalt 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: i i i n? 1 1. Before converting the volume to weight, the Engineer reduces the measured volume to ; that which the asphalt would occupy at 60 °F. 2. The Engineer uses 235 gallons per ton and 8.51 pounds per gallon for the average weight and volume for PG and PG Polymer Modified asphalt grades at 60 °F. 3. The Engineer uses the Conversion Table in Section 93, "Liquid Asphalts." 3 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 93 LIQUID ASPHALTS (Issued 11- 03 -06) In Section 93 -1.04 replace the 9th paragraph with: 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. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SECTION 95 EPDXY (Issued 06- 05 -09) Replace the table in Section 95 -2.11 with: Characteristics of Adhesive: The mixing ratio used will be that recommended by the manufacturer. For slant shear strength on concrete, delete Sections B -1 and B -5 of California Test 434, Part 5. For dry concrete, use Step "2" below only. For wet concrete, use both Steps "1" & "2 ": I. Soak blocks in water for 24 hours at 77° F t2° F. Remove and wipe off excess water. 2. Mix epoxy as described in California Test 434, Part 1, and apply a coat approximately 0.010 -inch thick to each diagonal surface. Place four 0.125 -inch square pieces of shim stock 0.012 -inch thick on one block to control final film thickness. Before pressing the coated surfaces together, leave the blocks so that the coated surfaces are horizontal until the epoxy reacts slightly to prevent excessive flow. California Testa Test Requirement Brookfield Viscosity, No. 3 434, Part 4 0.9 max. Spindle at 20 m, Poise at 77 °F Gel time, minutes 434, Part 1 2 to 15 Slant Shear Strength on Dry 434, Part 5b 3,000 min. Concrete, psi, after 4 days of cure in air at 77° F f2° F Slant Shear Strength on Wet 434, Part 51, 1,700 min. Concrete, psi, after 4 days of cure in air at 77° F f2° F Tensile Strength, psi 434, Part 7, except lest after 4 days 4,500 min. of cure at 77° F f2° F Elongation, % 434, Part 7, except test after 4 days 10 max. of cure al 77° F 32° F The mixing ratio used will be that recommended by the manufacturer. For slant shear strength on concrete, delete Sections B -1 and B -5 of California Test 434, Part 5. For dry concrete, use Step "2" below only. For wet concrete, use both Steps "1" & "2 ": I. Soak blocks in water for 24 hours at 77° F t2° F. Remove and wipe off excess water. 2. Mix epoxy as described in California Test 434, Part 1, and apply a coat approximately 0.010 -inch thick to each diagonal surface. Place four 0.125 -inch square pieces of shim stock 0.012 -inch thick on one block to control final film thickness. Before pressing the coated surfaces together, leave the blocks so that the coated surfaces are horizontal until the epoxy reacts slightly to prevent excessive flow. CALTRANS SPECIAL PROVISIONS Table of Contents 5 -1.01 PAYMENTS .................................................................. ............................... ............................359 5 -1.02 SUPPLEMENTAL PROJECT INFORMATION ......... ............................... ............................360 5 -1.03 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD .............................................................................................................................. ............................... 361 5 -1.04 AERIALLY DEPOSITED LEAD ................................. ............................... ............................363 5 -1.05 NONHIGHWAY FACILITIES (INCLUDING UTILITIES)... ....................................... ....... 364 5 -1.06 DAMAGE REPAIR ...................................................... ............................... ............................366 5 -1.07 RELIEF FROM MAINTENANCE AND RESPONSIBILITY .................... ............................368 8 -1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS ..............370 8 -1.02 SLAG AGGREGATE ................................................... ............................... ............................378 8 -1.03 ADHESIVE FOR BONDING REFLEX REFLECTORS TO PORCELAIN ENAMEL TRAFFICSIGNS ....................................................................... ............................... ............................381 8 -1.04 REFLEX REFLECTORS .............................................. ............................... ............................382 8 -1.05 FILTER FABRIC .......................................................... ............................... ............................383 8 -2.01 PORTLAND CEMENT CONCRETE .......................... ............................... ............................384 8 -2.02 CORROSION CONTROL FOR PORTLAND CEMENT CONCRETE ..... ............................385 8 -2.03 PRECAST CONCRETE QUALITY CONTROL ......... ............................... ............................386 8 -3.01 WELDING ..................................................................... ............................... ............................391 WELDING QUALITY CONTROL ...................................... ............................... ............................393 WELDING FOR OVERHEAD SIGN AND POLE STRUCTURES ................... ............................398 STEEL PIPE PILING QUALIFICATION AUDIT .............. ............................... ............................400 10 -1.01 ORDER OF WORK .................................................... ............................... ............................403 10 -1.02 MATERIAL CONTAINING AERIALLY DEPOSITED LEAD ....................... .......... ........ 409 10 -1.03 WATER POLLUTION CONTROL .......................................................... .............................41 1 10 -1.04 CONSTRUCTION SITE M ANAGEMENT ............... ............................... ............................429 10 -1.05 STREETSWEEPING ................................................. ............................... ............................443 10 -1.06 TEMPORARY MULCH... .... ..................................................................... - ........................ 445 10 -1.07 TEMPORARY EROSION CONTROL BLANKE' I' ... ............................... ............................450 10 -1.08 TEMPORARY CONCRETE WASHOUT FACILITY ............................. ............................454 10 -1.09 TEMPORARY FIBER ROLL ..................................... ............................... ............................459 10 -1.10 TEMPORARY GRAVEL BAG BFRM ...................... ............................... ............................463 10 -1.11 TEMPORARY DRAINAGE INLET PROTECTION . ..... ......... ......... ............................ ...... 467 10 -1.12 COOPERATION .... --- .......... ... ........ ..... ............ ........ ................................. ................ ........... 479 10 -1.13 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES .................... .._....................... 480 10 -1.14 CONSTRUCTION AREA SIGNS... ..... - .................. .......... ......... ....... ......................... -482 10 -1.15 MAINTAININGT RAFFIC ... ................... -- .... .......................................... .................... ........ 484 10 -1.16 CLOSURE REQUIREMENTS AND CONDITIONS.... ............................ ...... ............... 491 10 -1.17 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE ........................ ............................493 10 -1.18 TEMPORARY PAVEMENT DELINEAT ION .......... ............................... ............................494 10 -1.19 BARRICADE.. ... - ... - ....... ......................... ...... --- .............................................. -- ...... ... -498 10 -120 PORTABLE CHANGEABLE MESSAGE SIGNS ...... .......................... ......................... ...... 499 10 -1.21 CHANNELIZERS. CONES AND DELINF.A'I ORS .. ............................... ............................501 10 -1.22 TEMPORARY TRAFFIC SCRL LN ........................... ............................... ............................502 10 -1.23 TEMPORARY CRASI I CUSHION MODULE .......... ............................... ............................503 10 -1.24 REMOVE YELLOW TRAFFIC STRIPE AND PAVEMENT MARKING (HAZARDOUS WASTE) ................................................................................................................ ............................... 505 10- 1.25TREATED WOOD WASTE ......................................... ............................... ............................509 10 -1.26 EXISTING HIGHWAY FACILITIES ...................................... .. .... ..... --- ....... ...._.......... 512 REMOVE METAL BEAM GUARD RAILING ...... ._ .... --- ---------------- _...... . ............................514 REMOVE SIGN STRUCTURE .................................... --................................. .............................51 S REMOVE PAVEMENT MARKER ....... ---- .... ............... ..... .................. ......... .... ........... ................. 516 REMOVE DRAINAGE FACILITY.... ......... .......... ........ .......... - .................................. 517 REMOVE ROADSIDE SIGN (WOOD POST) .................... ............................... ............................518 MODIFY SIGN PANEL ..................................................... ............._...._............ ..............._............519 RELOCATE SIGN STRUCTURE ........................................ ............................... ............................520 RELOCATE ROADSIDE SIGN ........................................... ............................... ............................521 REMOVE BASE AND SURFACING .............................................................. ............................... 522 CAPINLET ........................................................................... ............................... ............................523 EXISTING LOOP DETECTORS ...................................................................... ............................... S23 EXISTING HIGHWAY IRRIGATION FACILITIES .......... ............................... ............................524 BRIDGEREMOVAL ............................................................ ............................... ............................525 REMOVE CONCRETE ......................................................... ............................... ............................528 10 -1.27 CLEARING AND GRUBBING .................................. ............................... ............................529 10 -1.28 WATERING .................................................... .......... ..............._.._............ ............................530 10 -1.29 DUST PALLIATIVE ................... ................... ................................ ......................... .............. 531 10 -1.30 EARTHWORK ............................................................ ............................... ............................532 10 -1.31 EARTH RETAINING STRUCTURES ....................... ............................... ............................535 WORKING DRAWINGS ...................................................... ............................... ............................535 MATERIALS..................................................................................................... ............................... 536 CONSTRUCTION............................................................................................. ............................... 540 MEASUREMENT AND PAYMENT ................................... ............................... ............................543 10 -1.32 CONTROLLED LOW STRENGTH MATERIAL ..... ............................... ............................544 10 -1.33 MATERIAL CONTAINING HAZARDOUS WASTE CONCEN I "RATIONS OF AERIALLY DEPOSITEDLEAD .................................................................. ............................... ............................546 10 -1.34 EROSION CONTROL (HYDROSEED) .................... ............................... ............................550 10 -1.35 IRRIGATION CROSSOVERS ................................... ............................... ............................552 10 -1.36 IRRIGATION SLEEVE .............................................. ............................... ............................554 10 -1.37 AGGREGATE SUBBASE ................................................................. ............................... . 5S5 10 -1.38 AGGREGATE BASE .................................................. ....I.......................... ............................556 10 -139 HOT MIX ASPHALT BA SE ...... .............................................. ............................ ................. SS7 10 -1.40 HOT MIX ASPHALT ................................................. ............................... ............................558 10 -1.41 PRIME COAT ....................................................................................... ............................... 560 10 -1.42 PILING ........................................................................ ............................... ............................561 10 -1.43 PRESTRESSING CONCRETE .............................................................. ............................... 564 10 -1.44 TIEBACK ANCHORS ................................................ ............................... ............................566 MATERIALS..................................................................................................... ............................... 566 CONSTRUCTION.... ... ......... - ......................................................................................................... 568 MEASUREMENT AND PA YMENT ................................... ............................... ............................571 10 -1.45 CONCREI' ESTRUCTURES ...................................... ............................... ............................573 10 -1.46 CONCRETE STRUCTURES ...................................... ............................... ............................574 FAI. SEWORK ....................................................................... ............................... ............................576 COST REDUCTION INCLNTIVL' PROPOSALS FOR CAST -IN -PLACE PRF.STRLSSLD BOX GIRDERBRIDGES ............................................................... ............................... ............................578 DECK CLOSURE POURS .................................................... ............................... ............................580 SLIDINGBEARINGS ........................................................... ............................... ............................581 ELASTOMERIC BEARING PADS ...................................... ............................... ............................582 MEASUREMENT AND PAYMENT ............................................................... ............................... 583 10 -1.47 TYPE 6B CONCRETE RETAINING WALL ............ ............................... ............................584 10 -1.48 STRUCTURE APPROACH SLABS (TYPE EQ) ................................................................. 585 10 -1.49 STRUCTURE APPROACH SLABS (TYPE R) ......... ............................... ............................588 10 -1.50 DRILL AND BOND DOWELS .................................. ............................... ............................593 10 -1.51 SEALING JOINTS ...................................................... ............................... ............................594 10 -1.52 REFINISHING BRIDGE DECKS .............................. ............................... ............................595 10 -1.53 ARCHITECTURAL SURFACE (TEXTURED CONCRETE) ................. ............................598 REFEREESAMPLE ............................................................. ............................... ............................598 TESTPANEL ........................................................................ ............................... ............................598 FORMLINERS ..................................................................... ............................... ............................598 RELEASING FORM LINERS.. ....................................................................................... ............... 599 ABRASIVEBLASTING ....................................................... ............................... ............................600 CURING................................................................................ ............................... ............................600 MEASUREMENT AND PAYMENT... ....................... ................................................. - ............... 600 10 -1.54 REINFORCEIAF. NT .................................................... ............................... ............................601 10 -1.55 SHOTCRETE .............................................................. ............................... ............................602 10 -1.56 STEEL STRUCTURES ............................................... ............................... ............................605 MATERIAI. S ..................................................................................................... ............................... 605 ROTATIONAL CAPACITY TESTING PRIOR TO SHIPMENT TO JOB SITE ..........................605 INSTALLATION TENSION TESTING AND ROTATIONAL CAPACITY TESTING AFTER ARRIVALON THE JOB SITE ............................................. ............................... ............................610 SEALING............................................................................................................ .............................61 1 WELDING........................................................................................................... .............................61 1 10 -1.57 SIGN STRUCTURES... ................ ........................................................................................ 613 10 -1.58 ROADSIDE SIGNS .................................................... ............................... ............................615 10 -1-59 INSTALL ROADSIDE SIGN PANEL ON EXISTING POST ................. ............................616 10 -1.60 FURNISH SIGN .......................................................... ............................... ............................617 SHEET ALUMINUM ............................................................ ............................... ............................620 RETROREFLECTIVESHEETING ...................................... ............................... ............................621 PROCESS COLOR AND FILM ............................................ ............................... ............................622 SINGLE SHEET ALUMINUM SIGN .................................. ............................... ............................623 LAMINATEDPANEL SIGN .............................. ........ ......... ....... ....................... . .. ........... ..... .......... 624 PAYMENT........................................................................................................ ............................... 626 10 -1.61 REINFORCED CONCRETE PIPE ............................. ............................... ............................627 10 -1.62 WELDED STEEL PIPE CASING (BRIDGE).. ... - .......... --- ............... - ....... ........ ......... .... 629 10-1.63 SLOPEPAVING ......................................................... ............................... ............................630 10 -1.64 MISCELLANEOUS CONCRETE CONSTRUCTION ............................. ............................631 10 -1.65 MISCELLANEOUS IRON AND S]' EF, I ....... ... .... --- .......................................................... 633 10 -1.66 BRIDGE DECK DRAINAGE SYSTEM ................... ............................... ............................634 10 -1.67 MARKERS AND DELINEATORS ............................ ............................... ............................636 10 -1.68 CHAIN LINK RAILING ............................................. ............................... ............................637 10 -1.69 METAL HAND RAILING... ................ ............. .................... ............................ 63R 10 -1.70 CONCRETE BA RRIER .............................................. ............................... ............................639 10 -1.71 PORTABLE C'ONC'RETE BARRIER ('I YPE 60K) ............ ........_...................................... ..640 10 -1.72 THERMOPLASTIC TRAFFIC SI'RIPF. AND PAVEMENT MARKING ......................... -6-10 10 -1.73 PAINT TRAFFIC STRIPE AND PAVLMF.NT MARKING ......... ...................................... .64'_ 10 -1.74 PAVEMENT MARKERS..._ ................_................... ............................_.. ............................643 10 -2.01 GF, NERAL ................................................................... ............................... ............................644 PROGRESS INSPECTIONS ................................................. ............................... ............................644 COSTBREAK -DOWN ......................................................... ............................... ............................ 645 10 -2.02 EXISTING HIGHWAY PLANTING ......................... ............................... ............................648 10 -2.03 TRANSPLANT PALM TREES .................................. ............................... ............................649 10 -2.04 EXISTING HIGHWAY IRRIGATION FACILI TIES ............................... ............................651 CHECK AND TEST EXISTING IRRIGATION FACILITIES - ......................... ............................652 REMOVE EXISTING IRRIGATION FACILITIES ............. ............................... ............................653 10 -2.05 HIGHWAY PLANTING ............................................. ............................... ............................653 HIGHWAY PLANTING MATERIALS ............................... ............................... ............................653 PESTICIDES......................................................................... ............................... ............................658 PREPARING PLANTING AREAS ...................................... ............................... ............................659 PLANTING........................................................................................................ ............................... 660 PLANT ESTABLISHMENT WORK .................................... ............................... ............................661 10 -2.06 IRRIGATION SYSTEMS ........................................... ............................... ............................662 VALVEBOXES .................................................................... ............................... ............................663 GATEVALVES .................................................................... ............................... ............................663 ELECTRIC AUTOMATIC IRRIGATION COMPONENTS .............................. ............................664 IRRIGATION SYSTEMS FUNCTIONAL TEST ................ ............................... ............................666 PIPE....................................................................................... ............................... ............................667 THRUSTBLOCK ................................................................. ............................... ............................668 WATERMETER ................................................................... ............................... ............................669 BACKFLOW PREVENTER ASSEMBLIES ........................ ............................... ............................670 BACKFLOW PREVENTER ASSEMBLY ENCLOSURE .. ............................... ............................671 SPRINKLERS.................................................................................................... ............................... 672 FINAL IRRIGATION SYSTEM CHECK ............................ ............................... ............................673 10 -3.01 DESCRIPTION ........................................................... ............................... ............................674 10 -3.02 COST BREAK - DOWN ............................................... ............................... ............................675 10 -3.03 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSfEMS ..................676 10 -3.04 CONDUIT ................................................................... ............................... ............................677 10 -3.05 PULL BOXES ............................................................. ............................... ............................678 10 -3.06 CONDUCTORS, CABLES, AND WIRING .............. ............................... ............................679 10 -3.07 REMOVING, REINSTALLING OR SALVAGING L;LECTRICAI. EQUIPMENT ............ 680 10 -3.08 PAYMENT .................................................................. ............................... ............................681 i 5 -1.01 PAYMENTS G In determining the partial payments to be made to the Contractor, only the following listed materials will be considered for inclusion in the payment as materials furnished but not incorporated in the work: `t A. Culvert Pipe and Appurtenances B. Miscellaneous Iron and Steel C. Concrete Barrier (Type K) D. Pavement Markers B. Signal and Lighting Standards F. Signal Heads and Mounting Brackets G. Luminaries H. Sign Lighting Fixtures I. Irrigation Controllers J. Pipe (brigation Systems) K. Sprinklers L. Valves M. Irrigation Control Cabinets N. Prestressing Steel for cast -in -place members sealed packages only) O. Prestressing Ducts and Anchorages P. Bar Reinforcing. Steel Q. Type B Joint Seal R. Pilin S. Sign, Structure T. Welded Steel Pipe Casing (Bridge) U. Tieback Anchors V. Railings 7j a I 0 a 5 -1.02 SUPPLEMENTAL PROJECT INFORMATION The Department makes the following supplemental project information available: Supplemental Project Information Means Descri tion l Included in the Information Handout Final Foundation Report Jamboree Road Overcrossine (Widen)(Br. No. 55 -0531) dated June 25, 2007 Final Foundation Report Retaining Wall No. R 1205M dated June 25 2007 Available for inspection at the District Office Available for inspection at the Transportation Laboratory Available for inspection at ; telephone L� - Available as specified in the Standard Specifications Bridge as -built drawings Available at: http://www.dot.ca.gov/hq/esc/oe/wcekly_ads/ind".php Cross sections 5 -1.03 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD This project lies within the boundaries of the Santa Ana Regional Water Quality Control Board ( RWQCB). The State Water Resources Control Board (SWRCB) has issued to the Department a permit that govems storm water and non -storm water discharges from the Department's properties, facilities, and activities. The Department's permit is entitled "Order No. 99 - 06 - DWQ, NPDES No. CAS000003, National Pollutant Discharge Elimination System ( NPDES) Permit, Statewide Storm Water Permit and Waste Discharge Requirements (WDRs) for the State of California, Department of Transportation (Caltrans)." Copies of the Department's permit are available for review from the SWRCB, Division of Water Quality, 1001 T' Street, P.O. Box 100, Sacramento, California 95812 -0100, Telephone fax: (916) 341 -5463 and may also be obtained at: z r '1 l 3 I I http: / /www.waterboards,ca.gov /water issues / programs /stormwater /caltrans.shtml i The Department's permit references and incorporates by reference the current statewide general permit issued by the SWRCB entitled "Order No. 2009 - 0009 -DWQ, National Pollutant Discharge Elimination System ( NPDES) General Permit No. CAS000002, Waste Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities" that regulates discharges of storm water and non -storm water from construction activities disturbing one acre or more of soil in a common plan of development. Copies of the statewide permit and modifications thereto are available for review from the SWRCB, Division of Water Quality, 1001 T' Street, P.O. Box 100, Sacramento, California 95812 -0100, Telephone fax: (916) 341 -5463 and may also be obtained at: h ttp: / /www.waterboard s. ca. gov /wattr_issu es /programs /sto rmwater/ The Santa Ana RWQCB has issued a permit which governs storm water and non -storm water discharges resulting from construction activities in the project area. The RWQCB permit is entitled "National Pollutant Discharge Elimination System ( NPDES) Permit Order No. R8 -2004- 5 0021 Permit No. CAG998002 and its amendments, R8- 2006 - 0065." Copies of the RWQCB permit are available for review from the Santa Ana RWOCB (8), 3737 Main Street, Suite 500, Riverside, CA 92501 -3339, Phone 951- 782 -4130. 4 The NPDES permits that regulate this project, as referenced above, are collectively referred to in i this section as the "permits." z This project shall conform to the permits and modifications thereto. The Contractor shall maintain copies of the permits at the project site and shall make them available during construction. Y The Contractor shall know and comply with provisions of Federal, State, and local regulations and requirements that govern the Contractor's operations and storm water and non -storm water discharges from the project site and areas of disturbance outside the project limits during _ construction. Attention is directed to Sections 7 -1.01, "Laws to be Observed," 5 -1.18, "Property and Facility Preservation," 7 -1.12, "Indemnification and Insurance," and 9- 1.07E(5), "Penalty Withholds," of the Standard Specifications. The Contractor shall notify the Engineer immediately upon request from the regulatory agencies to enter, inspect, sample, monitor, or otherwise access the project site or the Contractor's records pertaining to water pollution control work. The Contractor and the Department shall provide copies of correspondence, notices of violation, enforcement actions, or proposed fines by regulatory agencies to the requesting regulatory agency. 5 -1.04 AERIALLY DEPOSITED LEAD Aerially deposited lead is present within the project limits. Aerially deposited lead is lead deposited. within unpaved areas or formerly unpaved areas, primarily due to vehicle emissions. Attention is directed to "Material Containing Hazardous Waste Concentrations of Aerially Deposited Lead" of these special provisions. Portions of the site investigation report are included in the "Material Information" handout. The complete report, entitled "Aerially- Deposited Lead Content Testing Report, SR -73 /Jamboree Road Overcrossing Widening Project, Newport Beach, Orange County, California," is available for inspection at City of Newport Beach Public Works Department, 3300 Newport Boulevard, Newport Beach, California, 92663, telephone (949) 644 -3311. The Department has received from the California Department of Toxic Substances Control (DTSC) a Variance regarding the use of material containing aerially deposited lead. This project is subject to the conditions of the Variance, as amended. The Variance is available for inspection at the Department of Transportation, District 12, at 3347 Michelson Drive, Suite 100, frvine CA. Once the Contractor has completed the placement of material containing aerially deposited lead in conformance with these special provisions and as directed by the Engineer, the Contractor shall have no responsibility for such materials. The Department will not consider the Contractor a generator of such contaminated materials. Excavation, reuse, and disposal of material with aerially deposited lead shall be in conformance with all rules and regulations including, but not limited to, those of the following agencies: A. United States Department of Transportation, B. United States Environmental Protection Agency, C. California Environmental Protection Agency, D. California Department of Health Services, E. Department of Toxic Substances Control, F. California Division of Occupational Safety and Health Administration, G. Integrated Waste Management Board, H. Regional Water Quality Control Board, Region 8 Santa Ana I. State Air Resources Control Board, and J. South Coast Air Quality Management District. Materials containing hazardous levels of lead shall be transported and disposed of in conformance with Federal and State laws and regulations, as amended, and county and municipal ordinances and regulations, as amended. Laws and regulations that govern this work include, but are not limited to: A. Health and Safety Code, Division 20, Chapter 6.5 (California Hazardous Waste Control Act), B. Title 22, California Code of Regulations, Division 4.5 (Environmental Health Standards for the Management of Hazardous Waste), and C. Title 8, California Code of Regulations. �J Y e� fa e) I ,1 i i i W� 5 -1.05 NONHIGHWAY FACILITIES (INCLUDING UTILITIES) The following utility facilities will be adjusted or relocated during the progress of the contract. The Contractor shall notify the Engineer, in writing, prior to doing any actual work at each and every location a minimum of 2 days and a maximum of 5 days prior to the number of notification days required in the table below. The Engineer will in turn, in writing, notify the corresponding Utility Company to adjust or relocate the subject utility facilities. Once the Utility Company has been notified, the Contractor will assume complete control of the coordination with the Utility Company to schedule and complete the work. For all utility facilities that are being adjusted or relocated by the Contractor, the Contractor shall notify the utility company a minimum of 10 working days prior to the start of work to coordinate all oversight inspection and approval activities. The utility facility will be adjusted or relocated within the Listed working days, as defined in Section 5 -1.06, "Time of Completion," of the State Standard Specifications, after the notification is received by the Engineer: Utility Location Working Notificati Days on Days Storm Drain Manhole (2) Alone the Jamboree Road sidewalk 5 14 Contractor to Adiust to at Station: "J "186 +00 (Left) Grade and Station: "J "192 +50 (Left) Water Vault Frame and Alone the centerline of 5 14 Cover 2 Contractor to Adjust to Jamboree Road at Station: "J "187 +50 and 190 +15 Grade (City of Newport Beach) Contractor to Install 2" Air Alone the Jamboree Rd sidewalk 5 14 and Vacuum Release at Station: "J" 184 +75 (Left.) (Irvine Ranch Water District Contractor to Remove and Alone Jamboree Road 5 14 Replace Water Valve Box Station: "J "185 +60 (Left) (Irvine Ranch Water District Telephone Manhole Alone the Jamboree Road sidewalk 5 14 (AT&T) at Station: ".f"196+50 (L.eft) Cable Television Pullboxes Alone the Jamboree Road sidewalk 5 14 (COX Communications) at Station: "J" 196 +80 and 196'82 Left Electrical Vault AT &T At the Jamboree Road and Bristol 5 14 Street northwest curb return Station: "J "186 +35 (Left) �.4 6 A �J �a 4 r ,A t 1� 5 -1.06 DAMAGE REPAIR Attention is directed to Section 7 -1.16, "Contractor's Responsibility for the Work and Materials," and Section 7- 1.165, "Damage by Storm, Flood, Tsunami or Earthquake," of the State Standard Specifications and these special provisions. When as a result of freezing conditions (as defined herein) during the plant establishment period, plants have died or, in the opinion of the Engineer, have deteriorated to a point beyond which the plants will not mature as typical examples of their species, the Engineer may direct replacement of the affected plants. The total cost of ordered plant replacement work will be paid for as extra work as provided in Section 3_3, "Extra Work," of the Standard Specifications. A freezing condition, for the purpose of this specification, occurs when the temperature at or near the affected area has been officially recorded below 32° F and plants have been killed or damaged to the degree described above. When, as a result of drought conditions (as defined herein) during the plant establishment period, plants have died or, in the opinion of the Engineer, have deteriorated to a point beyond which the plants will not mature as typical examples of their species, the Engineer may direct replacement of the affected plants. The total cost of ordered plant replacements, after water has been restricted or stopped, will be paid for as extra work as provided in Section 33 =3, "Extra Work," of the Standard Specifications. Restriction or shutoff of available water shall not relieve the Contractor from performing other contract work. A drought condition occurs when the Department, or its supplier, restricts or stops delivery of water to the Contractor to the degree that plants have died or deteriorated as described above. When the provisions in Section 7- 1.165, "Damage by Storm, Flood, Tsunami or Earthquake," of the State Standard Specifications are applicable, the provisions above for payment of costs for repair of damage due to rain, freezing conditions and drought shall not apply. � x ° ` � .\ } / '' 5 -1.07 RELIEF FROM MAINTENANCE AND RESPONSIBILITY The Contractor may be relieved of the duty of maintenance and protection for those items not directly connected with plant establishment work in conformance with the provisions in Section 7 -1.15, 'Relief From Maintenance and Responsibility," of the State Standard Specifications. Water pollution control, maintain existing planted areas, maintain existing irrigation facilities, transplant trees, and transplant palm trees shall not be relieved of maintenance. 'r _s c� This page left intentionally blank °? SECTION 6. (BLANK) SECTION 7. (BLANK) SECTIONS. MATERIALS SECTION 8 -1. MISCELLANEOUS u 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 famish 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 a 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 C80FH 3. Ray- O -Lite, Models "AA" ARC II (4" x 4 ") and ARC Round Shoulder (4" x 4 ") 4. 3M Series 290 (3.5" x 4 ") 5. 3M Series 290 PSA 6. Glowlite, Inc Model 988AR (4" x 4 ") Retroretlective With Abrasion Resistant Surface (ARS) (for recessed applications only) I. Ennis Paint, Model 948 (2.3" x 4.7) 2. Ennis Paint, Model 944SB (2" x 4 ")* 3. Ray- O -Lite, Model 2002 (2" x 4.6 ") 4. Ray- O -Lite, Model 2004 (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) and PP (Polypropylene) 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 .I 9a :9 .D 8. Three D Traffic Works TD10000 (ASS), TD10500 (Polypropylene) 9. Ray -O -Life, Ray -O -Dot (Polypropylene) PAVEMENT MARKERS, TEMPORARY TYPE Temporary Markers For Long Term Day/Night Use (180 days or less) I. Vega Molded Products "Temporary Road Marker" (3" x 4 ") 2. Pexco LLC, Halftrack model 25, 26 and 35 Temporary Markers For Short Term Day/Night Use (14 days or less) (For seal coat or chip seal applications, clear protective covers are required) I. Apex Universal, Model 932 2. Pexco LLC, Models T.O.M., T.R.P.M., and "HH" (High Heat) 3. Hi -Way Safety, Inc., Model 1280//281 4. Glowlite, Inc., Model 932 STRIPING AND PAVEMENT MARKING MATERIAL Permanent Traffic Striping and Pavement Marking Tape I. 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 270 ES 7. 3M, "Stamark" Series 420 (For transverse application only) Temporary (Removable) Striping and Pavement Marking Tape (180 days or less) 1. Advanced Traffic Marking, Series 200 2. Brite -Line, Series 100 3. Garlock Rubber Technologies, Series 2000 4. P.B. Laminations, Aztec, Grade 102 5. Swarco industries, "Director -2" 6. Trelleborg Industries, R 140 Series 7, 3M Series 620 "CR ", and Series 780 8. 3M Series A 145, Removable Black Line Mask (Black Tape: for use only on Hot mix asphalt surfaces) 9. Advanced Traffic Marking Black "Hide -A- Line" (Black Tape: for use only on Hot mix asphalt surfaces) 10. Brite- Line 'BTR" Black Removable Tape (Black Tape: for use only on Hot mix asphalt surfaces) H. Trelleborg Industries, RB -140 (Black Tape: for use only on Hot mix asphalt surfaces) Preformed Thermoplastic (heated in place) L 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 I . Pexco LLC, "Flexi -Guide Models 400 and 566" 2. Carsonite, Curve -Flex CFRM -400 3. Carsonite, Roadmarker CRM -375 4. FlexStake, Model 654 TM 5. GreenLine Model CGD 1 -66 Special Use Type, 66 -inch I. Pexco LLC, 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 (SH248 -GP3) 9. Safe -Hit RT 360 Post with Soil Mount Anchor (GPS) 10. Shur -rite Products, Shur -Flex Drivable 18 -inch soil anchor Surface Mount Type, 48 -inch I . Bent Manufacturing Company, Masterflex Model MFEX 180 -48 2. Carsonite, "Channelizer" 3. FlexStake, Models 704, 754 TM, and EB4 4. Impact Recovery Model D48, with #101 Fixed (Surface- Mount) Base 5, Three D Traffic Works "Channelflex" ID No. 522248W 6. Flexible Marker Support, Flexistiff Model C -9484 7, Safe -Hit, SH 248 SMR CHANNELIZERS Surface Mount Type, 36 -inch 1. Bent Manufacturing Company, Masterflex Models MF- 360 -36 (Round) MF- 180 -36 (Flat) and MFEX 180 -36 2. Pexco LLC, 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 E83 6, GreenLine, Model SMD -36 7. Hi -way Safety, Inc. "Channel Guide Channelizer" Model CGC36 8. impact Recovery Model D36, with 11101 Fixed (Surface - Mount) Base 9. Safe -Hit, Guide Post, Model S11236SMA and Dura -Post, Model SHL36SMA 10. Three D Traffic Works 'Boomerang" 5200 Series 11. Flexible Marker Support, Flexistiff Model C- 9484 -36 12. Shur -Tite Products, Shur -Flex Lane Separation System 1, Pexco LLC, "Flexi -Guide (FG) 300 Curb System" 2. Qwick Kurb, "Klemmfix Guide System" 3. Dura -Curb System 4. Tuff Curb 5. FG 300 Turnpike Curb 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 6. Work Area Protection Corp. C -42 OBJECT MARKERS Type "K ", 18 -inch I. Pexco LLC, Model FG318PE 2. Carsonite, Model SMD 615 3. FlexStake, Model 701 KM 4. Safe -Hit, Model SH718SMA Type "Q" Object Markers, 24 -inch 1. Bent Manufacturing "Masterflex" Model MF- 360 -24 2. Pexco LLC, Model FG324PE 3. Carsonite, "Channelizer" 4. FlexStake, Model 70JKM 5. Safe -Hit, Models SH824SMA_WA and SH824GP3_WA 6. Three D Traffic Works ID No 531702W and TD 5200 7. Three D Traffic Works ID No. 520896W 8. Safe -Hit, Dura -Post SHLQ -24 inch CONCRETE BARRIER MARKERS AND TEMPORARY RAILING (TYPE K) REFLECTORS Impactable Type I. ARTUK, "FB" 2. Pexco LLC, Models PCBM -12 and PCBM -T12 3. Duraflex Corp., "Flexx 2020" and "Electriflexx" 4. Hi -Way Safety, Inc., Model GMKRM100 5. Plastic Safety Systems "BAM" Models OM-BARR and OM -BWAR 6. Three D Traffic Works "Roadguide" Model TD 9300 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. Pexco LLC, "Mini" (3"x 10") 2. Creative Building Products, "Dura-Bull, Model 11201" 3. Duraflex Corp., "Railrider" 4. Plastic Vacuum Forming, "Cap -It C300" CONCRETE BARRIER DELINEATORS, 16 -inch (For use to the right of traffic) 1. Pexco LLC, Model PCBM T -16 2. Safe -Hit, Model SH216RBM 3. Three D Traffic Works "Roadguide" Model 9400 CONCRETE BARRIER- MOUNTED MINI -DRUM (10" x 14" x 22 ") I- Stinson Equipment Company "SaddleMarker" GUARD RAILING DELINEATOR (Place top of reflective element at 48 inches above plane of roadway) Wood Post Type, 27 -inch I. Pexco LLC, 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 8. Shur -Tite Products, Shur -Tite Flat Mount 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 C J I Tt� u ba I 1 .t .:y 4 t J 3. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) 11 4. Reflexite, PC -1000 Metalized Polycarbonate 5. Reflexite, AC -1000 Acrylic 6. Reflexite, AP -I000 Metalized Polyester 7. Reflexite, Conformalight, AR -1000 Abrasion Resistant Coating 8. 3M, High Intensity Traffic Cones, 4 -inch and 6 -inch Sleeves 1. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 2. Reflexite, Vinyl, "TR" (Semi- transparent) or " Conformalight" 3. 3M Series 3840 4. Avery Dennison S -9000C Drums 1. Avery Dennison WR -6100 2. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) 11 3. Reflexite, "Conformalight ", "Super High Intensity" or "High Impact Drum Sheeting" 4. 3M Series 3810 Barricades: Type 1, Medium - Intensity (Typically Enclosed Lens, Glass -Bead Element) I. Nippon Carbide Industries, CN8117 2. Avery Dennison, W 1 100 series 3. 3M Series CW 44 Barricades: Type IT, Medium - High - Intensity (Typically Enclosed Lens, Glass -Bead Element) 1. Avery Dennison, W -2100 Series Vertical Clearance Signs: Structure Mounted 1. 3M Model 4061, Diamond Grade DG3, Fluorescent Yellow Signs: Type U, 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 2. Nippon Carbide Industries, Nikkalite Brand Ultralite Grade If 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 r 3. Nippon Carbide Industries, Model No. 94847 Fluorescent Orange 4. 3M Series 3930 and Series 3924S Signs: Type VI, Elastomeric (Rolf -Up) High - Intensity, without Adhesive 1. Avery Dennison, WU -6014 2. Novabrite LLC, "Econobrite" 6 3. Reflexite "Vinyl" 4. Reflexite "SuperBright" S. Reflexite "Marathon" 1 6. 3M Series RS20 +P v Signs: Type VII, Super- High - Intensity (Typically Unmetallized Microprismatic ? Element) 1. 3M Series 3924S, Fluorescent Orange j 2. 3M LDP Series 3970 Signs: Type VIII, Super- High - Intensity (Typically Unmetallized Microprismatic i Element) 1. Avery Dennison, T -7500 Series 2. Avery Dennison, T -751 I 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 1 3M VIP Series 3990 Diamond Grade 4. Avery Dennison T -9500 Series 5. Avery Dennison, T9513, Fluorescent Yellow Green 1 6. Avery Dennison, W9514, Fluorescent Orange 7. Avery Dennison, T-9511 Fluorescent Yellow c SPECIALTY SIGNS 1. Reflexite "Endurance" Work Zone Sign (with Semi -Rigid Plastic Substrate) r ALTERNATIVE SIGN SUBSTRATES —� Fiberglass Reinforced Plastic (FRP) and Expanded Foam PVC 1. Fiber -$rite (FRP) 1 2. Sequentia, "Polyplate" (FRP) 3. Inteplast Group "InteCel" (0.5 inch for Post- Mounted CZ Signs, 48 -inch or less)(PVC) H� i a. Aluminum Composite, Temporary Construction Signs and Permanent Signs up to 4 foot, 7 Inches ]. Alcan Composites "Dibond Material, 80 mils" 2. Mitsubishi Chemical America, Alpolic 350 3. Bone Safety Signs, Bone Light ACM (temporary construction signs only) 8 -1.02 SLAG AGGREGATE Air - cooled iron blast furnace slag shall not be used to produce aggregate for: 1. Structure backfill material. 2. Pervious backfill material. r 3. Permeable material. 4. Reinforced or prestressed portland cement concrete component or structure. 5. Nonreinforced portland cement concrete component or structure for which a Class 1 Surface Finish is required by the provisions in Section 51- 1.1813, "Class I Surface Finish," of the State Standard Specifications. l ,1 Aggregate produced from slag resulting from a steel - making process shall not be used for a highway construction project except for the following items: 1. Imported Borrow. 2. Aggregate Subbase. 3. Class 2 Aggregate Base. 4. Hot Mix Asphalt. Steel slag to be used to produce aggregate for aggregate subbase and Class 2 aggregate base shall be crushed so that 100 percent of the material will pass a 3/4 -inch sieve and then steal I be control aged for a period of at least 3 months under conditions that will maintain all portions of the stockpiled material at a moisture content in excess of 6 percent of the dry weight of the aggregate. A supplier of steel slag aggregate shall provide separate stockpiles for controlled aging of the slag. An individual stockpile shall contain not less than 10,000 tons nor more than 50,000 tons of slag. The material in each individual stockpile shall be assigned a unique lot number and each stockpile shall be identified with a permanent system of signs. The supplier shall maintain a permanent record of the dates on which stockpiles are completed and controlled aging begun, of the dates when controlled aging was completed, and of the dates tests were made and the results of these tests. Moisture tests shall be made at least once each week. No credit for aging will be given for the time period covered by tests which show a moisture content of 6 percent or less. The stockpiles and records shall be available to the Engineer during normal working hours for inspection, check testing and review. a The supplier shall notify the Transportation Laboratory when each stockpile is completed and y controlled aging begun. No more aggregate shall be added to the stockpile unless a new aging °Y period is initiated. A further notification shall be sent when controlled aging is completed. The supplier shall provide a Certificate of Compliance in conformance with the provisions in 6 Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications. Each sl stockpile or portion of a stockpile that is used in the work will be considered a lot. The Certificates of Compliance shall state that the steel slag aggregate has been aged in a stockpile for at least 3 months at a moisture content in excess of 6 percent of the dry weight of the aggregate. Steel slag used for imported borrow shall be weathered for at least 3 months. Prior to the use of , steel slag as imported borrow, the supplier shall furnish a Certificate of Compliance in conformance with the provisions in Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications. The Certificate of Compliance shall state that the steel slag has been weathered for at least 3 months. Each delivery of aggregate containing steel slag for use as aggregate subbase or Class 2 aggregate base shall be accompanied by a delivery tag for each load which will identify the lot of material by stockpile number, where the slag was aged, and the date that the stockpile was completed and controlled aging begun. Air - cooled iron blast furnace slag or natural aggregate may be blended in proper combinations with steel slag aggregate to produce the specified gradings, for those items for which steel slag aggregate is permitted, unless otherwise provided. Aggregate containing slag shall meet the applicable quality requirements for the items in which the aggregate is used. The combined slag aggregate shall conform to the specified grading for the item in which it is used. The grading will be determined by California Test 202, modified by California Test 105 when there is a difference in specific gravity of 0.2 or more between the coarse and fine portion of the aggregate or between blends of different aggregates. No aggregate produced from slag shall be placed within one foot, measured in any direction, of a non- cathodically protected pipe or structure unless the aggregate is incorporated in portland cement concrete pavement, in hot mix asphalt, or in treated base. When slag is used as aggregate in hot mix asphalt, the Kc factor requirements, as determined by California Test 303, will not apply. When slag aggregate is used for imported borrow, a layer of not less than 9 feet of topsoil, measured after compaction, shall be placed over the slag aggregate in areas where highway planting is to be performed. In other areas, slag aggregate used for embankment construction shall not be placed within 18 inches of finished slope lines, measured normal to the plane of the slope. Full compensation for furnishing and placing topsoil and cover, as provided herein, shall be considered as included in the contract price paid per cubic yard for imported borrow and no additional compensation will be allowed therefor. If steel slag aggregates are used to make hot mix asphalt, there shall be no other aggregates used in the mixture, except that up to 50 percent of the material passing the No. 4 sieve may consist of iron blast furnace stag aggregates or natural aggregates, or a combination thereof. If iron blast furnace aggregates or natural aggregates or a combination thereof are used in the mix, each type of aggregate shall be fed to the drier at a uniform rate. The rate of feed of each type of aggregate shall be maintained within 10 percent of the amount set. Adequate means shall be provided for controlling and checking the accuracy of the feeder. Steel slag aggregate shall be stored separately from iron blast furnace slag aggregate and each type of slag aggregate shall also be stored separately from natural aggregate. Hot mix asphalt produced from more than one of the following shall not be placed in the same layer: steel slag aggregates, iron blast furnace slag aggregates, natural aggregates or any combination thereof. Once a type of aggregate or aggregates is selected, it shall not be changed without prior approval by the Engineer. If steel slag aggregates are used to produce hot mix asphalt, and if the specific gravity of a compacted stabilometer test specimen is in excess of 2.40, the quantity of hot mix asphalt to be paid for will be reduced. The stabilometer test specimen will be fabricated in conformance with the procedures in California Test 304 and the specific gravity of the specimen will be determined in conformance with Method C of California Test 308. The pay quantity of hot mix asphalt will e d be determined by multiplying the quantity of hot mix asphalt placed in the work by 2.40 and dividing the result by the specific gravity of the compacted stabilometer test specimen. Such reduction in quantity will be determined and applied as often as is necessary to ensure accurate results as determined by the Engineer. 8 ny 1 S .q ,1 I R 8 t 8 -1.03 ADHESIVE FOR BONDING REFLEX REFLECTORS TO PORCELAIN ENAMEL TRAFFIC SIGNS Adhesive shall be an RTV (room temperature vulcanizing) one - component silicone - rubber adhesive. Adhesive shall be compounded to be highly resistant to ozone, ultraviolet light, and extremes of ambient temperature, shall possess good chemical resistance, and shall exhibit excellent overall weatherability. The cured material shall remain flexible and maintain its adhesive qualities indefinitely. The adhesive shall possess the following physical properties: -Property Value Test Method Color Translucent Visual Determination Consistency Soft, spreadable thixotropic Visual Determination rite Tack -Free Time One hour maximum Finger -touch test Durometer, Shore A 25 -40 ASTM Designation: D 2240(1) Tensile Strength, psi 300 minimum ASTM Designation: D 412(1) Elongation, Percent 350 minimum ASTM Designation: D 412(1) Specific Gravity 1.07±0.02 ASTM Designation: D 792, Method A -1, Notes: (1) and (2) Shear - Adbesion, psi 150 minimum Note: (3) Notes: (1) After specimen has cured for a total of 48 hours. (2) one -inch square specimen. (3) Test method on file and available at the Transportation Laboratory. When stored at temperatures below 80° F, the adhesive shall have a shelf life of at least one year. A Certificate of Compliance conforming to the provisions in Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications shall be furnished for each lot of adhesive supplied. ,k r. k e Q 8 -1.04 REFLEX REFLECTORS Reflex reflectors shall be made of methyl methacrylate plastic molded into a shape which will reflect incident light in a narrow pattern back toward the source of the light. Reflectors shall be circular and of flange -mount design. Reflectors shall have a corrosion resistant backing, hermetically- sealed, that, when tested in conformance with California Test 603, shall not show any evidence of internal moisture condensation. The reflectors shall reflect the light from a sealed beam automobile headlight without color. Off -color reflection shall constitute grounds for rejection. i When tested in conformance with California Test 602, the percent reflectance shall be not less than: Nominal Diameter (inches) Incidence Angle (degrees) Percent Reflectance 1/2 (Single reflector) 0 0.030 1/2 (19- reflector cluster) 20 0.410 11/16 (Single reflector) 0 0.036 11/16 (19- reflector cluster) 20 0.014 7/8 (Single reflector) 0 0.060 7/8 (19- reflector cluster) 20 0.024 1 -1/4 (Single reflector) 0 0.126 1 -1/4 (19- reflector cluster) 20 0.050 1-5/8 (Single reflector) 0 0.200 1 -5/8 (19- reflector cluster) 20 0.080 ..o Each container shall be clearly marked with the name of the manufacturer, size, color, type, quantity, and production lot number. _ Each manufacturer's production lot within an inspection lot shall be sampled at the rate of 50 reflectors for each group of 25,000 reflectors or fraction thereof in the given production lot. A resample will be double the size of the initial sample, and not more than one resample per lot will be allowed. A lot will be considered as complying with this special provision when at least 96 percent of the reflectors in the sample or resample representing the lot comply with the requirements of this special provision. When less than 96 percent but at least 90 percent of an original sample pass the tests, then a resample will be allowed at the request of the vendor. When less than 90 percent f of an original sample passes the tests, then the lot represented thereby will be rejected and no resample will be allowed. 1 l F J 8 -1.05 FILTER FABRIC Filter fabric for bridge abutment drains must be Class A as specified in Section 88 -1.02, "Filtration," of the State Standard Specifications. This page left intentionally blank F� 7 �Ay f e� uy, B t �q e e9 i V. v 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 State Standard Specifications and these special provisions. STRENGTH DEVELOPMENT TIME The time allowed to obtain the minimum required compressive strength as specified in Section 90 -1.01, "Description," of the State Standard Specifications will be 56 days when the Contractor chooses cementitious material that satisfies the following equation: (41 xUF) +(19xF) +(11 xSL) ?7.0 TC Where: F = Fly ash or natural po77olan conforming to the requirements in AASHTO Designation: M 295, Class F or N, including the amount in blended cement, pounds per cubic yard. F is equivalent to either FA or FB as defined in Section 90- 2.OlC, "Required Use of Supplementary Cementitious Materials," of the Standard Specifications SL = GGBFS, including the amount in blended cement, pounds per cubic yard OF : Silica fume, metakaolin, or UFFA, including the amount in blended cement, pounds per cubic yard TC = Total amount of cementitious material used, pounds per cubic yard For concrete satisfying the equation above, the Contractor shall test for the modulus of rupture or compressive strength specified for the concrete involved, at least once every 500 cubic yards, at 28, 42, and 56 days. The Contractor shall submit test results to the Engineer and the Transportation Laboratory, Attention: Office of Concrete Materials. 1 i 8 -2.02 CORROSION CONTROL FOR PORTLAND CEMENT CONCRETE Portland cement concrete at the footings, abutments, columns, and wingwalls are considered to be in a corrosive environment and shall conform to the provisions in Section 90, "Portland Cement Concrete," of the State Standard Specifications and these special provisions. Cementitious material to be used in portland cement concrete shall conform to the provisions in t Section 90 -2, "Materials," of the Standard Specifications, and shall be a combination of either Type I1 or Type V portland cement and supplementary cementitious material. Concrete in a corrosive environment shall contain not less than 675 pounds of cementitious material per cubic yard. A Reduction in the cementitious material content specified or ordered in conformance with the provisions in Section 90 -4.05, "Optional Use of Chemical Admixtures," of the State Standard Specifications, is not permitted for concrete in a corrosive environment. J For concrete at precast piles, the cementitious material shall be comprised of one of the following: " A. 20 percent by weight of either fly ash or natural pozzolan with a CaO content of up to 10 percent, 5 percent by weight of silica fume, and 75 percent by weight of portland cement B. 12 percent by weight of either silica fume, metakaolin, or UFFA; and 88 percent by weight of portland cement C. 50 percent by weight of ground granulated blast furnace slag and 50 percent by weight of portland cement For all other concrete in a corrosive environment, the cementitious material shall be comprised of one of the following: A. 25 percent by weight of either fly ash or natural pozzolan with a CaO content of up to 10 percent, and 75 percent by weight of portland cement B. 20 percent by weight of either fly ash or natural pozzolan with a Cat) content of up to 10 percent, 5 percent by weight of silica fume, and 75 percent by weight of portland cement C. 12 percent by weight of either silica fume, metakaolin, or UFFA; and 88 percent by weight of portland cement D. SO percent by weight of ground granulated blast furnace slag, and 50 percent by weight of portland cement The ratio of the amount of free water to the amount of cementitious material used in concrete in a corrosive environment shall not exceed 0.40. Full compensation for conforming to the above requirements shall be considered as included in the contract prices paid for the various contract items of work, and no additional compensation will be allowed therefor, l s a 8 -2.03 PRECAST CONCRETE QUALITY CONTROL GENERAL Precast concrete quality control shall conform to these special provisions. Unless otherwise specified, precast concrete quality control shall apply when any precast concrete members are fabricated in conformance with the provisions in Section 49, "Piling," or Section 51, "Concrete Structures," of the State Standard Specifications. Precast concrete quality control shall not apply to precast concrete members that are fabricated from minor concrete. Quality Control (QC) shall be the responsibility of the Contractor. The Contractor's QC inspectors shall perform inspection and testing prior to precasting, during precasting, and after precasting, and as specified in this section and additionally as necessary to ensure that materials and workmanship conform to the details shown on the plans, and to the specifications. Quality Assurance (QA) is the prerogative of the Engineer. Regardless of the acceptance for a given precast element by the Contractor, the Engineer will evaluate the precast element. The Engineer will reject any precast element that does not conform to the approved Precast Concrete Quality Control Plan ( PCQCP), the details shown on the plans, or to these special provisions. The Contractor shall designate in writing a precast Quality Control Manager (QCM) for each precasting facility. The QCM shall be responsible directly to the Contractor for the quality of precasting, including materials and workmanship, performed by the Contractor and all subcontractors. The QCM shall be the sole individual responsible to the Contractor for submitting, receiving, and approving all correspondence, required submittals, and reports to and from the Engineer. The QCM shall not be employed or compensated by any subcontractor, or other persons or entities hired by subcontractors, or suppliers, who will provide other services or materials for the project. The QCM may be an employee of the Contractor. Prior to submitting the PCQCP required herein, a meeting between the Engineer, the Contractor's QCM, and a representative from each entity performing precast concrete operations for this project, shall be held to discuss the requirements for precast quality control. QC Inspectors shall either be 1) licensed as Civil Engineers in the State of California, or 2) have a current Plant Quality Personnel Certification, Level 1I, from the Precast/Prestressed Concrete Institute. A QC Inspector shall witness all precast concrete operations. PRECAST CONCRETE QUALIFICATION AUDIT Unless otherwise specified, no Contractors or subcontractors performing precast concrete operations for the project shall commence work without having successfully completed the Department's Precast Fabrication Qualification Audit, hereinafter referred to as the audit. Copies of the audit form, along with procedures for requesting and completing the audit, are available at: http: / /www. dot. ca. gov /hq /esc /Transl ab /OSM /sm bresources. htm An audit that was previously approved by the Department no more than 3 years before the award of this contract will be acceptable for the entire period of this contract, provided the Engineer determines the audit is for the same type of work that is to be performed on this contract. A list of facilities who have successfully completed the audit and are authorized to provide material for this contract is available at: http: / /www.dot.ca.govihq /esc/Trans lab /OSM/smdocuments /Intemet_auditl isting.pd f Successful completion of an audit shall not relieve the Contractor of the responsibility for furnishing materials or producing finished work of the quality specified in these special provisions and as shown on the plans. PRECAST CONCRETE QUALITY CONTROL PLAN Prior to performing any precasting operations, the Contractor shall submit to the Engineer, in conformance with the provisions in Section 5 -1.02, "Plans and Working Drawings," of the State Standard Specifications, 3 copies of a separate PCQCP for each item of work to be precast. A separate PCQCP shall be submitted for each facility. As a minimum, each PCQCP shall include the following: A. The name of the precasting firm, the concrete plants to be used, and any concrete testing �a firm to be used; _? B. A manual prepared by the precasting firm that includes equipment, testing procedures, safety plan, and the names, qualifications, and documentation of certifications for all u personnel to be used; C. The name of the QCM and the names, qualifications, and documentation of certifications for all QC inspection personnel to be used; D. An organizational chart showing all QC personnel and their assigned QC responsibilities; E. The methods and frequencies for performing all required quality control procedures, including all inspections, material testing, and any required survey procedures for all components of the precast elements including prestressing systems, concrete, grout, reinforcement, steel components embedded or attached to the precast member, miscellaneous metal, and formwork; F. A system for identification and tracking of required precast element repairs, and a procedure for the reinspection of any repaired precast element. The system shall have provisions for a method of reporting nonconforming precast elements to the Engineer; and G. Forms to be used for Certificates of Compliance, daily production logs, and daily reports. The Engineer shall have 4 weeks to review the PCQCP submittal after a complete plan has been received. No precasting shall be performed until the PCQCP is approved in writing by the Engineer. A PCQCP that was previously approved by the Engineer no more than one year prior to the beginning of work on this contract will be acceptable for the entire period of this contract, provided the Engineer determines the PCQCP is for the same type of work that is to be performed on this contract. An amended PCQCP or addendum shall be submitted to, and approved in writing by the Engineer, for any proposed revisions to the approved PCQCP. An amended PCQCP or addendum will be required for any revisions to the PCQCP, including but not limited to changes in concrete plants or source materials, changes in material testing procedures and testing labs, changes in procedures and equipment, changes in QC personnel, or updated systems for tracking and identifying precast elements. The Engineer shall have 2 weeks to complete the review of the amended PCQCP or addendum, once a complete submittal has been received. Work that is affected by any of the proposed revisions shall not be performed until the amended PCQCP or addendum has been approved. After final approval of the PCQCP, amended PCQCP, or addendum, the Contractor shall submit 7 copies to the Engineer of each of these approved documents. It is expressly understood that the Engineer's approval of the Contractor's PCQCP shat l not relieve the Contractor of any responsibility under the contract for the successful completion of the work in conformance with the requirements of the plans and specifications. The Engineer's approval shall neither constitute a waiver of any of the requirements of the plans and specifications nor relieve the Contractor of any obligation thereunder; and defective work, materials, and equipment may be rejected notwithstanding approval of the PCQCP. REPORTING The QC Inspector shall provide reports to the QCM on a daily basis for each day that precasting operations are performed. A daily production log for precasting shall be kept by the QCM for each day that precasting operations, including setting forms, placing reinforcement, setting prestressing steel, casting, curing, post tensioning, and form release, are performed. The log shall include the facility location, and shall include a specific description of casting or related operations, any problems or deficiencies discovered, any testing or repair work performed, and the names of all QC personnel and the specific QC inspections they performed that day. The daily report from each QC Inspector shall also be included in the log. This daily log shall be available for viewing by the Engineer, at the precasting facility. All reports regarding material tests and any required survey checks shall be signed by the person who performed the test or check, and then submitted directly to the QCM for review and signature prior to submittal to the Engineer. Corresponding names shall be clearly printed or type - written next to all signatures. The Engineer shall be notified immediately in writing when any precasting problems or deficiencies are discovered and of the proposed repair or process changes required to correct them. The Engineer shall have 4 weeks to review these procedures. No remedial work shall begin until the Engineer approves these procedures in writing. The following items shall be included in a precast report that is to be submitted to the Engineer following the completion of any precast element: A. Reports of all material tests and any required survey checks; B. Documentation that the Contractor has evaluated all tests and corrected all rejected deficiencies, and all repairs have been re- examined with the required tests and found acceptable; and C. A daily production log. At the completion of any precast element, and if the QCM determines that element is in conformance with these special provisions, the QCM shall sign and furnish to the Engineer, a Certificate of Compliance in conformance with the provisions in Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications. This Certificate of Compliance shall be submitted with the precast report. The certificate shall state that all of the materials and workmanship incorporated in the work, and all required tests and inspections of this work, have a been performed in conformance with the details shown on the plans and the provisions of the Standard Specifications and these special provisions. PAYMENT In the event the Engineer fails to complete the review of 1) a PCQCP, 2) an amended PCQCP or } addendum, or 3) a proposed repair or process change, within the time allowed, and if in the i 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 III loss, and an extension of time will be granted, in the same manner as provided for in Section 5- 5, "Delays," of the Standard Specifications. All required repair work or process changes required to correct precasting operation deficiencies, whether discovered by the QCM, QC Inspector, or by the Engineer, and any associated delays or expenses to the Contractor caused by performing these repairs, shall be at the Contractor's expense. Full compensation for conforming to the requirements of this section shall be considered as o included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefor. e I a i� °n a 7 SECTION 8 -3. WELDING 8 -3.01 WELDING GENERAL L m� 6 7� 6 Unless otherwise specified, Section 8 -3, "Welding," shall apply to any welding that is specified to conform to an AWS welding code. Requirements of the AWS welding codes shall apply unless otherwise specified in the State Standard Specifications, on the plans, or in these special provisions. Wherever the abbreviation AWS is used, it shall be equivalent to the abbreviations ANSI/AWS or AASHTO /AWS. Wherever reference is made to the following AWS welding codes in the State Standard Specifications, on the plans, or in tbese special provisions, the year of adoption for these codes shall be as listed: .v AWS Code Year of Adoption D l A 2008 D1.3 2008 D 1.4 2005 D 1.5 2008 D 1.6 2007 D1.8 2009 Flux cored welding electrodes conforming to the requirements of AWS A5.20 E6XT -4 or E7XT -4 shall not be used to perform welding for this project. Unless otherwise specified, Clause 6.1.3 of AWS DIA, paragraph 1 of Section 7.1.2 of AWS Dl 4, and Clause 6.1.12 of AWS D1.5, are replaced with the following: The QC Inspector shall be. the duly designated person who acts for and on behalf of the Contractor for inspection, testing, and quality related matters for all welding. Quality Assurance (QA) is the prerogative of the Engineer. The QA Inspector is the duly designated person who acts for and on behalf of the Engineer. The QC Inspector shall be responsible for quality control acceptance or rejection of materials and workmanship. When the term "Inspector" is used without further qualification, it shall refer to the QC s Inspector. Inspection and approval of all joint preparations, assembly practices, joint fit -ups, welding techniques, and the performance of each welder, welding operator, and tack welder shall be documented by the QC Inspector on a daily basis for each day welding is performed. For each inspection, including fit -up, Welding Procedure Specification (WPS) verification, and final weld inspection, the QC Inspector shall confirm and document compliance with the requirements of t the AWS or other specified code criteria and the requirements of these special provisions on all welded joints before welding, during welding, and after the completion of each weld. i The Engineer shall have the authority to verify the qualifications or certifications of any welder, J QC Inspector, or NDT personnel to specified levels by retests or other means approved by the Engineer. q t When joint weld details that are not prequalified to the details of Clause 3 of A WS D1. I or to the details of Figure 2.4 or 2.5 ofAWS DI.S are proposed for use in the work, thejoint details, their intended locations, and the proposed welding parameters and essential variables, shall be approved by the Engineer. The Contractor shall allow the Engineer 15 days to complete the review of the proposed joint detail locations. In addition to the requirements of AWS DI 1, welding procedure qualifications for work welded in conformance with this code shall conform to the following: When a nonstandard weld joint is to be made using a combination of WPSs, a single test may be conducted combining the WPSs to be used in production, provided the essential variables, including weld bead placement, of each process are limited to those established in Table 4.5. Upon approval of the proposed joint detail locations and qualification of the proposed joint details, welders and welding operators using these details shall perform a qualification test plate using the WPS variables and the joint detail to be used in production. The test plate shall have the maximum thickness to be used in production and a minimum length of 18 inches. The test plate shall be mechanically and radiographically tested. Mechanical and radiographic testing and acceptance criteria shall be as specified in the applicable AWS codes. The Engineer will witness all qualification tests for WPSs that were not previously approved by the Department. In addition to the requirements specified in the applicable code, the period of effectiveness for a welder's or welding operator's qualification shall be a maximum of 3 years for the same weld process, welding position, and weld type. If welding will be performed without gas shielding, then qualification shall also be without gas shielding. Excluding welding of fracture critical members, a valid qualification at the beginning of work on a contract will be acceptable for the entire period of the contract, as long as the welder's or welding operator's work remains satisfactory. The Contractor shall notify the Engineer 7 days prior to performing any procedure qualification tests. Witnessing of qualification tests by the Engineer shall not constitute approval of the intended joint locations, welding parameters, or essential variables. The Contractor shall notify the Engineer using the "Standard TL -38 Inspection Form" located at: http:i/www.dot.ca.gov/hq/esc/Translab/OSMJsmbforrns.htm Clause 6.14.6, "Personnel Qualification," of AWS DI.I, Section 7.8, "Personnel Qualification," of AWS DI A, and Clause 6. L3.4, "Personnel Qualification," of AWS D1.5 are replaced with the following: Personnel performing nondestructive testing (NDT) shall be qualified and certified in conformance with the requirements of the American Society for Nondestructive Testing (ASNT) Recommended Practice No. SNT -TC -1 A and the Written Practice of the NDT firm. The Written Practice of the NDT firm shall meet or exceed the guidelines of the ASNT Recommended Practice No. SNT- TC -IA. Individuals who perform NDT, review the results, and prepare the written reports shal I be either: A. Certified NDT Level II technicians, or; B. Level III technicians who hold a current ASNT Level III certificate in that discipline and are authorized and certified to perform the work of Level II technicians. Clause 6.6.5, "Nonspecified NDT Other than Visual," of AWS 131.1, Section 7.6.5 of AWS DIA and Clause 6.6.5 of AWS D1.5 shall not apply. For any welding, the Engineer may direct the Contractor to perform NDT that is in addition to the visual inspection or NDT specified in the AWS or other specified welding codes, in the Standard Specifications, or in these special provisions. Except as provided for in these special provisions, additional NDT required by the Engineer, and associated repair work, will be paid for as extra work as provided in Section 33 =3, "Extra Work," of the Standard Specifications. Prior to release of welded material by the Engineer, if testing by NDT methods other than those originally specified discloses an attempt to defraud or reveals a gross nonconformance, all costs associated with the repair of the deficient area, including NDT of the weld and of the repair, and I any delays caused by the repair, shall be at the Contractor's expense. A gross nonconformance is defined as the sum of planar type rejectable indications in more than 20 percent of the tested length. When less than 100 percent of NDT is specified for any weld, it is expected that the entire length of weld meet the specified acceptance- rejection criteria. Should any welding deficiencies be discovered by additional NDT directed or performed by the Engineer that utilizes the same NDT method as that originally specified, all costs associated with the repair of the deficient area, including NDT of the weld and of the weld repair, and any delays caused by the repair, shall be at the Contractor's expense. Repair work to correct welding deficiencies discovered by visual inspection directed or performed by the Engineer, and any associated delays or expenses caused to the Contractor by performing these repairs, shall be at the Contractor's expense. WELDING QUALITY CONTROL Welding quality control shall conform to the requirements in the AWS or other specified welding e codes, the Standard Specifications, and these special provisions. Unless otherwise specified, welding quality control shall apply to work welded in conformance with the provisions in the following: A. Section 49, "Piling," Section 52, "Reinforcement," Section 55, "Steel Structures," and Section 75 -1.035, "Bridge Joint Restrainer Units," of the State Standard Specifications , Unless otherwise specified, Clauses 6.1.4.1 and 6.1.4.3 of AWS D1.1, paragragh 2 of Section 7.1.2 of AWS DIA, and Clauses 6.1.3.2 through 6.1.3.3 of AWS D1.5 are replaced with the following: The QC Inspector shall be currently certified as an AWS Certified Welding Inspector (CWI) in conformance with the requirements in AWS QC1, "Standard for AWS Certification of Welding Inspectors." The QC Inspector may be assisted by an Assistant QC Inspector provided that this individual is currently certified as an AWS Certified Associate Welding Inspector (CAW]) in conformance with the requirements in AWS QCI, "Standard for AWS Certification of Welding Inspectors." The Assistant QC Inspector may perform inspection under the direct supervision of the QC Inspector provided the assistant is always within visible and audible range of the QC Inspector. The QC Inspector shall be responsible for signing all reports and for determining if welded materials conform to workmanship and acceptance criteria. The ratio of QC Assistants to QC Inspectors shall not exceed 5 to I. The Contractor shall designate in writing a welding Quality Control Manager (QCM). The QCM shall be responsible directly to the Contractor for the quality of welding, including materials and workmanship, performed by the Contractor and subcontractors. The QCM shall be the sole individual responsible to the Contractor for submitting, receiving, reviewing, and approving all correspondence, required submittals, and reports to and from the Engineer. The QCM shall be a registered professional engineer or shall be currently certified as a CWI. Unless the QCM is hired by a subcontractor providing only QC services, the QCM shall not be employed or compensated by any subcontractor, or by other persons or entities hired by subcontractors, who will provide other services or materials for the project. The QCM may be an employee of the Contractor. The QCM shall sign and furnish to the Engineer, a Certificate of Compliance in conformance with the provisions in Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications for each item of work for which welding was performed. The certificate shall state that all of the materials and workmanship incorporated in the work, and all required tests and inspections of this work, have been performed in conformance with the details shown on the plans, the State Standard Specifications, and these special provisions. Welding inspection personnel or NDT firms to be used in the work shall not be employed or compensated by any subcontractor, or by other persons or entities hired by subcontractors, who will provide other services or materials for the project, except for the following conditions: A. The work is welded in conformance with AWS DI.5 and is performed at a permanent fabrication or manufacturing facility that is certified under the AISC Quality Certification Program, Category CBR, Major Steel Bridges and Fracture Critical endorsement F, when applicable. B. Structural steel for building work is welded in conformance with AWS D1.1 and is performed at a permanent fabrication or manufacturing facility that is certified under the AISC Quality Certification Program, Category STD, Standard for Steel Building Structures. For welding performed at such facilities, the inspection personnel or NDT firms may be employed or compensated by the facility performing the welding provided the facility maintains a QC program that is independent from production. Unless otherwise specified, an approved independent third party will witness the qualification tests for welders or welding operators. The independent third party shall be a current CWT and shall not be an employee of the contractor performing the welding. The Contractor shall allow the Engineer 15 days to review the qualifications and copy of the current certification of the independent third party. Prior to submitting the Welding Quality Control Plan (WQCP) required herein, a prewelding meeting between the Engineer, the Contractor's QCM, and a representative from each entity C performing welding or inspection for this project, shall be held to discuss the requirements for the WQCP. Information regarding the contents, format, and organization of a WQCP, is available at the Transportation Laboratory and at: '3 I http: / /www. dot. ca. gov /hq/ esc /Translab /OSM/smbresources.htm The Contractor shall submit to the Engineer, in conformance with the provisions in Section 2- f 5.3.2 "Working Drawings," of the Standard Specifications, 2 copies of a separate WQCP for P, each subcontractor or supplier for each item of work for which welding is to be performed. The Contractor shall allow the Engineer 15 days to review the WQCP submittal after a complete plan has been received. No welding shall be performed until the WQCP is approved in writing by the Engineer. An amended WQCP or any addendum to the approved WQCP shall be submitted to, and approved in writing by the Engineer, for proposed revisions to the approved WQCP. An i amended WQCP or addendum will be required for revisions to the WQCP, including but not limited to a revised WPS; additional welders; changes in NDT firms, QC, or NDT personnel or # procedures; or updated systems for tracking and identifying welds. The Engineer shall have 7 days to complete the review of the amended WQCP or addendum. Work affected by the proposed revisions shall not be performed until the amended WQCP or addendum has been approved. After final approval of the WQCP, amended WQCP, or addendum, the Contractor shall submit 7 copies to the Engineer of the approved documents. A copy of the Engineer approved document shall be available at each location where welding is to be performed. All welding will require inspection by the Engineer. The Contractor shall request inspection at least 3 business days prior to the beginning of welding for locations within California and 5 business days for locations outside of California. The Contractor shall request inspection at: htip://www.dot-ca.gov/hq/csc/Translab/DSM/smbforms.htm Continuous inspection shall be provided when any welding is being performed. Continuous inspection, as a minimum, shall include having a QC Inspector within such close proximity of al I welders or welding operators so that inspections by the QC Inspector of each welding operation 1� at each welding location does not lapse for a period exceeding 30 minutes. A daily production log for welding shall be kept for each day that welding is performed. The log shall clearly indicate the locations of all welding. The log shall include the welders' names, amount of welding performed, any problems or deficiencies discovered, and any testing or repair r. work performed, at each location. The daily report from each QC Inspector shall also be included in the log. ; The following items shall be included in a Welding Report that is to be submitted to the Engineer within 15 days following the performance of any welding: y A. A daily production log. B. Reports of all visual weld inspections and NDT. C. Radiographs and radiographic reports, and other required NDT reports. D. A summary of welding and NDT activities that occurred during the reporting period. f i E. Reports of each application of heat straightening. F. A summarized log listing the rejected lengths of weld by welder, position, process, joint configuration, and piece number. & Documentation that the Contractor has evaluated all radiographs and other nondestructive tests and corrected all rejectable deficiencies, and that all repaired welds have been reexamined using the required NDT and found acceptable. The following information shall be clearly written on the outside of radiographic envelopes: name of the QCM, name of the nondestructive testing firm, name of the radiographer, date, contract number, complete part description, and all included weld numbers, report numbers, and station markers or views, as detailed in the WQCP. In addition, all interleaves shall have clearly written on them the part description and all included weld numbers and station markers or views, as detailed in the WQCP. A maximum of 2 pieces of film shall be used for each interleave. Reports of all visual inspections and NDT shall be signed by the inspector or technician and submitted daily to the QCM for review and signature prior to submittal to the Engineer. Corresponding names shall be clearly printed or typewritten next to all signatures. Reports of all NDT, whether specified, additional, or informational, performed by the Contractor shall be submitted to the Engineer. The Engineer will review the Welding Report to determine if the Contractor is in conformance with the WQCP. Except for field welded steel pipe piling, the Engineer shall be allowed 15 days to review the report and respond in writing after the complete Welding Report has been received. Prior to receiving notification from the Engineer of the Contractor's conformance with the WQCP, the Contractor may encase in concrete or cover welds for which the Welding Report has been submitted. However, should the Contractor elect to encase or cover those welds prior to receiving notification from the Engineer, it is expressly understood that the Contractor shall not be relieved of the responsibility for incorporating material in the work that conforms to the requirements of the plans and specifications. Material not conforming to these requirements will be subject to rejection. For field welded steel pipe piling, including bar reinforcement in the piling, the Contractor shall allow the Engineer 2 business days to review the Welding Report and respond in writing after the required items have been received. No field welded steel pipe piling shall be installed, and no reinforcement in the piling shall be encased in concrete until the Engineer has approved the above requirements in writing. In addition to the requirements in AWS D1.1 and AWS D1.5, third -time excavations of welds or base metal to repair unacceptable discontinuities, regardless of NDT method, and all repairs of cracks require prior approval of the Engineer. The Engineer shall be notified immediately in writing when welding problems, deficiencies, base metal repairs, or any other type of repairs not submitted in the WQCP are discovered, and also of the proposed repair procedures to correct them. For requests to perform third -time excavations or repairs of cracks, the Contractor shall include an engineering evaluation of the proposed repair. The engineering evaluation, at a minimum, shall address the following: A. What is causing each defect? B. Why the repair will not degrade the material properties? C. What steps are being taken to prevent similar defects from happening again? I The Contractor shall allow the Engineer 7 days to review these procedures. No remedial work shall begin until the repair procedures are approved in writing by the Engineer. Clause 6.5.4 of AWS D1.5 is replaced with the following: The QC Inspector shall inspect and approve each joint preparation, assembly practice, t welding technique, joint fit -up, and the performance of each welder, welding operator, and t tack welder to make certain that the applicable requirements of this code and the approved Welding Procedure Specification (WPS) are met. The QC Inspector shall examine the work E to make certain that it meets the requirements of Clauses 3 and 6.26. The size and contour of all welds shall be measured using suitable gages. Visual inspection for cracks in welds and base metal, and for other discontinuities shall be aided by strong light, magnifiers, or such other devices as may be helpful. Acceptance criteria different from those specified in this ti code may be used when approved by the Engineer. In addition to the requirements of AWS D1.5, Clause 5.12 or 5.13, welding procedures qualification for work welded in conformance with that code shall conform to the following requirements: p A. Unless considered prequalified, fillet welds shall be qualified in each position. The fillet weld soundness test shall be conducted using the essential variables of the WPS as established by the Procedure Qualification Record (PQR). B. For qualification of joints that do not conform to Figures 2.4 and 2.5 of AWS 01.5, a minimum of 2 WPS qualification tests are required. The tests shall be conducted using both Figure 5.1 and Figure 5.3. The test conforming to Figure 5.1 shall be conducted in conformance with AWS DLS, Clause 5.12 or 5.13. The test conforming to Figure 5.3 shall be conducted using the welding electrical parameters that were established for the test conducted conforming to Figure 5.1. The ranges of welding electrical parameters established during welding per Figure 5.1 in conformance with AWS D1.5, Clause 5.12, shall be further restricted according to the limits in Table 5.3 during welding per Figure 5.3. C. Multiple zones within a weld joint may be qualified. The travel speed, amperage, and voltage values that are used for tests conducted per AWS D1.5 Clause 5.13 shall be consistent for each pass in a weld joint, and shall in no case vary by more than ±10 percent for travel speed, ±10 percent for amperage, and f7 percent for voltage as measured from a predetermined target value or average within each weld pass or zone. The travel speed shall in no case vary by more than ±15 percent when using submerged arc welding. D. For a WPS qualified in conformance with AWS D1.5 Clause 5.13, the values to be used for calculating ranges for current and voltage shall be based on the average of all weld passes made in the test. Heat input shall be calculated using the average of current and voltage of all weld passes made in the test for a WPS qualified in conformance with Clause 5.12 or 5.13. E. Macroetch tests are required for WPS qualification tests, and acceptance shall be per A WS Dl .5 Clause 5.19.3. F. When a nonstandard weld joint is to be made using a combination of WPSs, a test conforming to Figure 5.3 may be conducted combining the WPSs to be used in 1 production, provided the essential variables, including weld bead placement, of each process are limited to those established in Table 5.3. G. Prior to preparing mechanical test specimens, the PQR welds shall be inspected by visual and radiographic tests. Backing bar shall be 3 inches in width and shall remain in place during NDT testing. Results of the visual and radiographic tests shall comply with AWS D1.5 Clause 6.26.2, excluding Clause 6.26.2.2. Test plates that do not comply with both tests shall not be used. WELDING FOR OVERHEAD SIGN AND POLE STRUCTURES The Contractor shall meet the following requirements for any work welded in conformance with the provisions in Section 56 -1, "Overhead Sign Structures," or Section 86 -2.04, "Standards, Steel Pedestals and Posts," of the State Standard Specifications. Welding inspection personnel or NDT firms to be used in the work shall not be employed or compensated by any subcontractor or by other persons or entities hired by subcontractors who will provide other services or materials for the project except for when the welding is performed at a permanent fabrication or manufacturing facility that is certified under the AISC Quality Certification Program. The AISC Certification category for overhead sign structures shall be Simple Steel Bridge Structures (SBR), and the AISC Certification category for pole structures shall be Simple Steel Bridge Structures (SBR) or Standard for Steel Building Structures (STD). Welding Qualification Audit Contractors or subcontractors performing welding operations for overhead sign and pole structures shall have successfully completed the Department's "Manufacturing Qualification Audit for Overhead Sign and Pole Structures." Copies of the audit form and procedures for requesting and completing the audit are available at: http://www.dot.ca.gov/hq/csc/Transiab/OSMIsmbresources.htm An audit that was approved by the Engineer no more than 3 years prior to the award of the contract will be acceptable for the entire period ofthis contract provided the Engineer determines the audit was for the.same type of work that is to be performed on this contract. A list of facilities that have successfully completed the audit and are authorized to provide material for this contract is available at: http: / /www. dot. ca. gov/ hq/ esc/ Transtab /OSM]smdocuments /Intemet_aud itl isting.pdf Successful completion of an audit shall not relieve the Contractor of the responsibility for furnishing materials or producing finished work of the quality specified in these special provisions and as shown on the plans. Welding Report For work welded in conformance with the provisions in Section 56 -1, "Overhead Sign Structures," or Section 86 -2.04, "Standards, Steel Pedestals and Posts," of the State Standard i Specifications, a Welding Report shall be submitted in conformance with the provisions in "Welding Quality Control" of these special provisions. R r p a i J s ar� F o.� STEEL PIPE PILING QUALIFICATION AUDIT The Contractor shall submit documentation that one of the following steel pipe piling qualification audits has been successfully completed before welding operations are performed, other than field welding, for steel pipe piling: A. "Class R Steel Pipe Piling Qualification Audit" Q. "Class N Steel Pipe Piling Qualification Audit" An audit shall have been completed for each pipe pile diameter, thickness, grade of steel, and class of piling to be supplied for this project. The procedures for requesting and completing the audit are available at: h ttp: / /www.dot.ca.aov /hq /esc /Trans lab /OS M /sm b resources. h tm An audit that was approved by the Department no more than 3 years prior to the award of the contract will be acceptable for the entire period of this contract provided the Engineer determines the audit was for the same type of work that is to be performed on this contract. A list of facilities that have successfully completed the audit and are authorized to provide material for this contract is available at: h ttp: / /www. dot. ca. gov/hq /esc /TransJab /O SM/sm docum ents /In temet_aud itlist ing. pdf Successful completion of an audit shall not relieve the Contractor of the responsibility for furnishing materials or producing finished work of the quality specified in these special provisions and as shown on the plans. PAYMENT Full compensation for conforming to the requirements of "Welding" 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. m;E c`f �d ,1 qa J Ila i ♦Y �3 1 �J"I SECTION 9. DESCRIPTION OF BRIDGEWORK Bridge work to be done consists, in gcneral, of constructing the bridge widening, as shown on the plans and briet1y described as follows: JAMBOREE ROAD OVERCROSSING (WIDEN) (Bridge No. 56 -0531) An existing two -span cast -in -place prestressed concrete box girder bridge. The overcrossing is to be widened by approximately 22' -6" to the left with a cast -in -place prestressed concrete box irder bridge. The work also includes constructing new anchors on the existing tieback wall adjacent to abutment 1 and seismic retrofit of the existing bent. SECTION 10. CONSTRUCTION DETAILS SECTION 10 -1. GENERAL G 10 -1.01 ORDER OF WORK Order of work shall conform to the provisions in Section 5 -1.05, "Order of Work," of the State Standard Specifications and these special provisions. t Attention is directed to the 12 kilovolt high voltage lines inside the existing Jamboree Road Box 4 Girder Structure. Southern California Edison must be notified prior to the start of work near these lines. The Contractor shall work with extreme care during construction of the structure approach slab type R. "r The Contractor shall construct the tieback walls prior to construction of the bridge abutments and abutment piles. The Contractor shall construct shotcrete test panels for approval by the Engineer prior to beginning shotcrete work. Attention is directed to "shotcrete" elsewhere in these special provisions. t Attention is directed to "Architectural Surface (Textured Concrete)" of these special provisions regarding construction of 4' x 4' test panel before beginning work on architectural textures. '$ Prior to beginning work on Structure Approach Slabs (Type R), the Contractor shall successfully complete one or more trial slabs for each concrete mix design to be used in constructing the approach slabs. ? Attention is directed to "Miscellaneous Concrete Construction" of these special provisions regarding constructing a Tx 2' test panel prior to constructing curb ramps with detectable warning surfaces. P _A a rs i The first order of work shall be to place the order for the electrical equipment. The Engineer shall be furnished a statement from the vendor that the order for the electrical equipment has been received and accepted by the vendor. The uppermost layer of new pavement shall not be placed until all underlying conduits and loop detectors have been installed. Prior to commencement of the traffic signal functional test at any location, all items of work related to signal control shall be completed and all roadside signs, pavement delineation, and pavement markings shall be in place at that location. Attention is directed to "Maintaining Traffic" and "Temporary Pavement Delineation" of these special provisions and to the stage construction sheets of the plans. The work shall be performed in conformance with the stages of constriction shown on the plans. Noncon(licting work in subsequent stages may proceed concurrently with work in preceding stages, provided satisfactory progress is maintained in the preceding stages of construction. In each stage, after completion of the preceding stage, the first order of work shall be the removal of existing pavement delineation as directed by the Engineer. Pavement delineation removal shall be coordinated with new delineation so that lane tines are provided at all times on traveled ways open to public traffic. Before obliterating any pavement delineation (traffic stripes, pavement markings, and pavement markers) that is to be replaced on the same alignment and location, as determined by the Engineer, the pavement delineation shall be referenced by the Contractor, with a sufficient number of control points to reestablish the alignment and location of the new pavement delineation. The references shall include the limits or changes in striping pattern, including one - and 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 HMA (Type A), 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 HMA (Type A) has been placed. After completion of the avin 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 HMA (Type A), and no additional compensation will be allowed therefor. u F n aJ a� l 7 _.1 j At the end of each working day if a difference in excess of 0.15 foot exists between the elevation of the existing pavement and the elevation of excavations within 5_0 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be used for this purpose; however, once placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4:1 (horizontal:vertical) or flatter to the bottom of the excavation. full compensation for placing the material on a 4:1 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. At those locations exposed to public traffic where guard railings or barriers are to be constructed, reconstructed, or removed and replaced, the Contractor shall schedule operations so that at the end of each working day there shall be no post holes open nor shall there be any railing or barrier posts installed without the blocks and rail elements assembled and mounted thereon. '1 i At least 60 days before planting the plants, furnish the Engineer a statement from the vendor that the order for the plants required for this contract, including inspection plants, has been received and accepted by the vendor. The statement from the vendor must include the names, sizes, and quantities of plants ordered and the anticipated date of delivery. Place orders for replacement plants with the vendor at the appropriate time so that the roots of the replacement plants are not in a root -bound condition. Locate existing irrigation water line crossovers and conduits before performing work on the irrigation system as specified under "Locate Existing Crossover and Conduits" of these special provisions. Unless otherwise shown on the plans or specified in these special provisions, conduits to be jacked or drilled or installed by the open trench method for water line crossovers and sprinkler control crossovers must be installed before the installation of other pipe supply lines. Do not perform clearing, grubbing, and earthwork operations in areas where existing irrigation facilities are to remain in place until existing irrigation facilities have been checked for proper operation as specified under "Existing Highway irrigation Facilities" of these special provisions. Locate existing conduits to be extended as specified under 'Extend Irrigation Crossovers" of these special provisions before the start of other work in these areas. n 10 -1.02 MATERIAL CONTAINING AERIALLY DEPOSITED LEAD This work shall consist of handling material contaminated by aerially deposited lead in conformance with the State Standard Specifications and these special provisions. Aerially deposited lead is typically found within the top 2 feet of material in unpaved areas within the highway right of way. Levels of lead found near the project limits range from less than 6.40 mg/kg to 40 mg/kg total lead with an average concentration of 14 mg/kg total lead, as analyzed by EPA Test Method 6010 or EPA Test Method 7000 series. After the Contractor has completed handling materials containing aerially deposited lead, in conformance with the plans, State Standard Specifications, and these special provisions, the p Contractor shall have no responsibility for such materials in place and shall not be obligated for further cleanup, removal, or remedial actions for such materials. Handling material containing aerially deposited lead shall be in conformance with rules and regulations including, but not limited to, those of the following agencies: California Division of Occupational Safety and Health Administration (Cal -OSHA) 1 California Regional Water Quality Control Board, Region 8 (Santa Ana). Full compensation for conforming to the requirements of this section, except for the Lead Compliance Plan, 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. LEAD COMPLIANCE PLAN The Contractor shall prepare a project specific Lead Compliance Plan to prevent or minimize worker exposure to lead while handling material containing aerially deposited lead. Attention is directed to Title 8, California Code of Regulations, Section 1532. 1, "Lead," for specific Cal - OSHA requirements when working with lead. The Lead Compliance Plan shall contain the elements listed in Title 8, Califomia Code of Regulations, Section 1532.1(e)(2)(B). Before submission to the Engineer, the Lead Compliance Plan shall be approved by an Industrial Hygienist certified in Comprehensive Practice by the i American Board of Industrial Hygiene. The plan shall be, submitted to the Engineer at least D 7 days prior to beginning work in areas containing aerially deposited lead. Prior to performing work in areas containing lead, personnel who have no prior training, including State personnel, shall complete a safety training program provided by the Contractor, �a that meets the requirements of Title 8, California Code of Regulations, Section 1532. 1, "Lead," and the Contractor's Lead Compliance Program. Personal protective equipment, training, and washing facilities, required by the Contractor's Lead Compliance Plan shall be supplied to State and City of Newport Beach personnel by the Contractor. The number of City of Newport Beach personnel will be two (2) and the number of State person nel will be one 1 . The contract lump sum price paid for Lead Compliance Plan shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in preparing the Lead Compliance Plan, including paying the Certified Industrial Hygienist, and for providing personal protective equipment, training and medical surveillance, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. J SOIL HANDLING Handling of materials containing aerially deposited lead shall result in no visible dust migration. The Contractor shall have a means of dust control available at all times while handling material in work areas containing aerially deposited lead. The Contractor shall separate material from vegetation and the soils shall remain on site. This will not be required for vegetation removal performed during plant establishment. Surplus material excavated from areas containing aerially deposited lead shall remain in the area of soil disturbance. The surplus soil shall not be disposed of outside the City of Newport Beach or highway right of way. Full compensation for handling material contaminated with aerially deposited lead, except as otherwise provided, 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. "D 1 G 10 -1.03 WATER POLLUTION CONTROL GENERAL Summary Discharges of storm water from the project must comply with NPDES General Permit for "Storm Water Discharges Associated with Construction and Land Disturbance Activities" (Order No. 2009- 0009 -DWQ, NPDES No. CAS000002) hereinafter called the 'Permit." Manage work activities to reduce the discharge of pollutants to surface waters, groundwater, or municipal separate storm sewer systems including work items shown in the Bid Item List for: 1. Prepare Storm Water Pollution Prevention Plan. SWPPP preparation includes obtaining i! SWPPP approval, amending the SWPPP, preparing a CSMP and a SAP, and monitoring and inspecting WPC practices at the job site. �. 2. Storm Water Annual Report. Storm Water Annual Report preparation includes certifications, monitoring and inspection results, and obtaining Storm Water Annual d" Report acceptance. 3. Storm Water Sampling and Analysis Day. Storm Water Sampling and Analysis Day includes reporting of storm water quality per qualifying rain event. if specified for the risk level, the work includes preparation, collection, analysis, and reporting of storm water samples for turbidity, pH, and other constituents. 4. Rain Event Action Plan. If specified for the project risk level, REAP preparation includes preparing and submitting REAP forms and monitoring weather forecasts. Do not start work unti I: 1. SWPPP is approved. 2. WDID is issued. 3. SWPPP review requirements have been fulfilled. If the RWQCB requires time for SWPPP review, allow 30 days for the RWQCB to review the SWPPP as specified under "Submittals" of these special provisions. This project is Risk Level 1. Definitions and Abbreviations G i ...e active and inactive areas: (1) Active areas have soil disturbing work activities occurring at i least once within 14 days, and (2) Inactive areas are areas that have not been disturbed for ,1 at least 15 days. BMPs: Best Management Practices are water pollution control practices. construction phase: Construction phases are (1) Highway Construction including work i activities for building roads and structures, (2) Plant Establishment including maintenance on vegetation installed for final stabilization, and (3) Suspension where a work activities are suspended and areas are inactive. CSMP: Construction Site Monitoring Program. NAL: Numeric Action Level. NEL: Numeric Effluent Limit. NPDES: National Pollutant Discharge Elimination System. NOI: Notice of Intent. normal working hours: The hours you normally work on this project. Preparation Manual: The Department's "Storm Water Pollution Prevention Plan and Water Pollution Control Program Preparation Manual." QSD: Qualified SWPPP Developer. QSP: Qualified SWPPP Practitioner. qualified rain event: A qualified rain event is a storm that produces at least 0.5 inch of precipitation with a 48 hour or greater period between storms. REAP: Rain Event Action Plan. RWQCB: Regional Water Quality Control Board. SAP: Sampling and Analysis Plan. SSC: Suspended Sedi rent Concentration. SWRCB: State Water Resources Control Board. SWPPP: Storm Water Pollution Prevention Plan. WDID: Waste Discharge Identification Number. WPC: Water Pollution Control. WPC Manager: Water Pollution Control Manager. The WPC Manager implements water pollution control work described in the SWPPP and oversees revisions and amendments to the SWPPP. Submittals Within 20 days after contract approval, start the following process for SWPPP approval: I. Submit 3 copies of the SWPPP and allow 20 days for the Engineer's review. If revisions are required, the Engineer provides comments and specifies the date that the review stopped. 2. Change and resubmit the SWPPP within 15 days of receipt of the Engineer's comments. The Engineer's review resumes when the complete SWPPP is resubmitted. 3. When the Engineer approves the SWPPP, submit an electronic and 4 printed copies of the approved SWPPP. 4. If the RWQCB reviews the approved SWPPP, the Engineer submits one copy of the approved SWPPP to the RWQCB for their review and comment. RWQCBs requiring time to review SWPPPs include: 4.1. Lahontan for projects in the Lake Tahoe Hydrologic Unit and the Mammoth Lakes Hydrologic Unit 5. If the Engineer requests changes to the SWPPP based on RWQCB comments, amend the SWPPP within 10 days. Submit: 1. Storm water training records including training dates and subjects for employees and subcontractors. Include dates and subjects for ongoing training, including tailgate meetings. 2. Employee training records: ^'V( 2.1. Within 5 days of SWPPP approval for existing employees 2.2. Within 5 days of training for new employees 23. At least 5 days before subcontractors start work for subcontractor's employees Prepare a Storm Water Annual Report for the reporting period from July Ist to June 30th. For ; the prior reporting period, submit the report no later than July 15th if construction occurs from July 1st through June 30th or within 15 days after contract acceptance if construction ends before June 30th. o Submit the Storm Water Annual Report as follows: I. Submit 2 copies of the Storm Water Annual Report and allow 10 days for the Engineer's -i review. If revisions are required, the Engineer provides comments and specifies the date that the review stopped. "{ 2. Change and resubmit the Storm Water Annual Report within 5 days of receipt of the Engineer's comments. The Engineer's review resumes when the complete Storm Water Annual Report is resubmitted. 3. When the Engineer accepts the Storm Water Annual Report, insert the WPC Manager's signed certification and the Engineer's signed certification. Submit one electronic copy and 2 printed copies of the accepted Storm Water Annual Report. Submit as required: 1. NAL Exceedance Reports 2. NEL Exceedance Reports 1 Visual Monitoring Reports 4. Inspection Reports 5. BMP Status Report At least 5 days before operating any construction support facility, submit: 9 1. A plan showing the location and quantity of WPC practices associated with the construction support facility 1 A copy of the NO] approved by the RWQCB and the SWPPP approved by the RWQCB if you will be operating a batch plant or a crushing plant under the General Jndustrial Permit 1 u Quality Control and Assurance Training Provide storm water training for: 1. Project managers 2. Supervisory personnel 3. Employees involved with WPC work Train all employees, including subcontractor's employees, in the following subjects: 1. WPC rules and regulations 2. Implementation and maintenance for 2.1. Temporary Soil Stabilization 2.2. Temporary Sediment Control 2.3. Tracking Control 2.4. Wind Erosion Control 2.5. Material pollution prevention and control 2.6. Waste management 2.7. Non -storm water management 2.8. Identifying and handling hazardous substances 29. Potential dangers to humans and the environment from spills and leaks or exposure to toxic or hazardous substances Employees must receive initial WPC training before working on thejob site. Conduct weekly training meetings covering: 1. WPC BMP deficiencies and corrective actions 2. BMPs that are required for work activities during the week 3. Spill prevention and control 4. Material delivery, storage, use, and disposal 5. Waste management 6. Non -storm water management procedures Training for personnel to collect water quality samples must include: 1. SAP review 2. Health and safety review 3. Sampling simulations A Storm Water Information Handout has been prepared for this contract and is available as described in "Supplemental Project Information" of these special provisions. If you operate construction support facilities, protect storm water systems or receiving waters from the discharge of potential pollutants by using WPC practices. Construction support facilities include: 1. Staging areas 2. Storage yards for equipment and materials 3. Mobile operations 4. Batch plants for PCC and HMA 5. Crushing plants for rock and aggregate 6. Other facilities installed for your convenience such as haul roads a d If you operate a batch plant to manufacture PCC, HMA, or other material; or a crushing plant to produce rock or aggregate; obtain coverage under the General Industrial General Permit. You must be covered under the General Industrial Permit for batch plants and crushing plants located: 1. Outside of the job site 2. Within the job site that serve one or more contracts Discharges from manufacturing facilities such as batch plants must comply with the general waste discharge requirements for Order No. 97- 03 -DWQ, NPDES General Permit No. CAS000001, issued by the SWRCB for "Discharge of Stormwater Associated with Industrial Activities Excluding Construction Activities." For the General Industrial Permit, go to: http://wv.,w.waterboards.ca.gov/ You may obtain copies of the Preparation Manual from the Publication Distribution Unit. The J mailing address for the Publication Distribution Unit is: n� State of California Department of Transportation Publication Distribution Unit 1900 Royal Oaks Drive Sacramento, California 95815 Telephone: (916) 445 -3520 The Preparation Manual and other WPC references are available at the Department's "Construction Storm Water and Water Pollution Control" Web site. For the Web site, go to: http: / /www. dot. ca. gov/ hq/ construc /stormwater /stormwater] .htm Water Pollution Control Manager Assign one WPC Manager to implement the SWPPP. The WPC Manager must comply with the Permit qualifications for a QSP and a QSD. You may assign a different QSD to prepare the SWPPP. The QSD must have the following qualifications: ]. Department approved storm water management training described in the Department's "Constriction Storm Water and Water Pollution Control" web site 2. Registration or certification described in the Permit The QSP must meet the qualifications of the QSD or have the following certifications: 1. Department approved storm water management training described in the Department's i "Construction Storm Water and Water Pollution Control" web site i 2. Certification described in the Permit i At the job site, the WPC Manager must: , j I. Be responsible for WPC work 2. Be the primary contact for WPC work 3. Oversee the maintenance of WPC practices 4. Oversee and enforce hazardous waste management practices 5. Have the authority to mobilize crews to make immediate repairs to WPC practices 6. Ensure that all employees have current water pollution control training 7. Implement the approved SWPPP and amend the SWPPP when required WPC Manager must oversee: 1. Inspections of WPC practices identified in the SWPPP 2. inspections and reports for visual monitoring 3. Preparation and implementation ofREAPs 4. Sampling and analysis 5. Preparation and submittal of: 5.1. NAL exceedance reports 5.2. NEL exceedance reports 5.3. SWPPP annual certification 5.4. Annual repaas 5.5. BMP status reports STORM WATER POLLUTION PREVENTION PLAN (SWPPP) General SWPPP work includes preparing a SWPPP including a CSMP, obtaining SWPPP approval, amending the SWPPP, inspecting and reporting on WPC practices at the job site. The SWPPP most comply with the Preparation Manual and the Permit. The SWPPP must be submitted in place of the water pollution control program under Section 7- 1.01G, "Water Pollution," of the Statc_Standard Specifications. You may request, or the Engineer may order, changes to the WPC work. Changes may include the addition of new WPC practices. Additional WPC work will be paid for as extra work under Section 33 =3, "Extra Work," of the Standard Specifications. The SWPPP must include sections as specified for the project risk level as follows: 1. For risk level 1: I.1. Schedule 1.2. CSMP 2. For risk level 2: 2.1. Schedule 2.2. CSMP 2.3. Adherence to Effluent Standards for NAI,s 2.4. REAP 3. For risk level 3: 3.1. Schedule 3.2. CSMP 3.3. Adherence to Effluent Standards for NALs and NELs 3.4. REAP rA The SWPPP must include WPC practices for: 1. Storm water and non- stormwater from areas outside of the job site related to project work activities such as: 1.1. Staging areas 1.2. Storage yards 1.3. Access roads 2. Activities or mobile operations related to contractor obtained NPDES permits 3. Construction support facilities The SWPPP must include a copy of permits obtained by the Department such as Fish & Game permits, US Army Corps of Engineers permits, R WQCB 401 Certifications, and RWQCB Waste Discharge Requirements for Aerially Deposited Lead Reuse. Amend the SWPPP annually and resubmit it by July 15th. Amend the SWPPP if: 1. Changes in work activities could affect the discharge of pollutants 2. WPC practices are added by change order work 3. WPC practices are added at your discretion 4. Changes in the amount of disturbed soil are substantial i 5. Objectives for reducing or eliminating pollutants in storm water discharges have not been achieved 6. There is a Permit violation Whenever you amend the SWPPP, follow the same process specified for SWPPP approval. Retain a printed copy of the approved SWPPP at the job site. SWPPP Schedule The SWPPP schedule must: 1. Describe when work activities will be performed that could cause the discharge of pollutants into storm water 2. Describe WPC practices associated with each construction phase 3. Identify soil stabilization and sediment control practices for disturbed soil areas .1 c.9 t 05 Construction Site Monitoring Program (CSMP) General The QSD must prepare a CSMP as part of the SWPPP. The CSMP must be developed before starting work and be revised to reflect current construction activities as necessary. The CSMP must include sections for the project risk level as follows: 1. For risk level 1: I.1. Visual Monitoring 1.2. SAP for Non - Visible Pollutants 2. For risk level 2: 2.1. Visual Monitoring 2.2. SAP for Non - Visible Pollutants 2.1 SAP for sediment and turbidity 2.4. SAP for pH 3. For risk level 3: 3.1. Visual Monitoring 3.1 SAP for Non - Visible Pollutants 3.3. SAP for sediment and turbidity 3.4. SAP for pH 3.5. SAP for receiving waters 3.6. SAP for temporary active treatment systems Visual Monitoring The WPC Manager must oversee the performance of visual inspections for qualifying rain events. For each qualifying rain event, perform visual inspections and record observations during normal working hours as follows: 1. Record the time, date, and rain gauge reading 2. Observe: 2.1. Within 2 days before the storm: 2.1.1. Drainage areas for spills, leaks, or uncontrolled pollutants 2.1.2. Proper implementation of WPC practices 2.1.3. Storm water storage areas for leaks and adequate freeboard 2.2. Every 24 hours during the storm: 2.2.1. WPC practices for effective operation 2.2.2. WPC practices needing maintenance and repair 2.3. Within 2 days after the storm event: 2.3.1. Discharge locations 2.3.2. WPC practices to evaluate the design, implementation, and effectiveness 23.3. To identify where additional WPC practices maybe needed Perform non - stormwater discharge visual inspections as follows: I. At least once during each of the following periods: I.1. January through March 1.2. April through June 1.1 July through September 1.4. October through December "9 `rI i 3 a 0 d� <F I A G., 2. Observe Flowing and contained storm water for the presence of floating and suspended t materials, sheen on the surface, discoloration, turbidity, odors, and sources of observed pollutants 3. Observe the job site for the presence of authorized and unauthorized non - stormwater discharges and their sources The WPC Manager must prepare visual inspection reports that include the following: I . Name of personnel performing the inspection, inspection date, and date inspection report completed 2. Storm and weather conditions 3. Locations and observations 4. Corrective actions taken Maintain visual inspections reports at the job site as pan of the SWPPP. Sampling and Analysis Plan (SAP) General Include a SAP in the CSMP to monitor the effectiveness of WPC practices. The SAP must comply with the Preparation Manual. Assign trained personnel to collect water quality samples. Document their training in the SAP. Describe the following water quality sampling procedures in the SAP: I. Sampling equipment -' 2. Sample preparation 3. Collection 4. Field measurement methods 5. Analytical methods 6. Quality assurance and quality control 7. Sample preservation and labeling 8. Collection documentation 9. Sample shipping 10. Chain of custody 11. Data management and reporting 12. Precautions from the construction site health and safety plan 13. Laboratory selection and certifications Whenever assigned field personnel take samples, comply with the equipment manufacturer's recommendation for collection, analysis methods, and equipment calibration. Samples taken for laboratory analysis must follow water quality sampling procedures and be analyzed by a State - certified laboratory under 40 CFR Part 136, "Guidelines Establishing Test Procedures for the Analysis of Pollutants." The SAP must identify the State - certified laboratory, sample containers, preservation requirements, holding times, and analysis method. For a list of State - certified laboratories, go to: http://www.cdph.ca.gov/certlie/Jabs/Pages/ELAP.aspx Include procedure for sample collection during precipitation. Retain water quality sampling documentation and analytical results with the SWPPP at the job site. Show pollutant sampling locations on S WPPP drawings. If discharges or sampling locations change because of changed work activities or knowledge of site conditions, amend the SAP. If the project is risk level 2 or risk level 3, include procedures for collecting and analyzing at least 3 samples for each day of each qualifying rain event. Describe the collection of effluent samples at all locations where the storm water is discharged off -site. Analytical Results and Evaluation Submit an electronic copy (in file format .xls, .txt, .csv, Abs, or .mdb) and a printed copy of water quality analytical results, and quality assurance and quality control within 48 hours of field analysis sampling, and within 30 days for laboratory analysis. Also provide an evaluation of whether the downstream samples show levels of the tested parameter that are higher than the control sample. Electronic water quality analysis results must have the following information: 1. Sample identification number 2. Contract number 3. Constituent 4. Reported value 5. Analytical method 6. Method detection limit 7. Reported limit SAP for Non - Visible Pollutants The SAP must include a description of the sampling and analysis strategy for monitoring non - visible pollutants. i s The SAP must identify potential non - visible pollutants present at the job site associated with any of the following: 1. Construction materials and waste 2. Existing contamination due to historical site usage '1 3. Application of soil amendments, including soil stabilization materials, with the potential 1 to change pH or contribute toxic pollutants to storm water SWPPP drawings must show the locations planned for storage and use of potential non - visible pollutants, The SAP must include sampling procedures for the following conditions when observed during a storm water visual inspection. For each of the following, collect at least one sample for each qualifying storm event: 1. Materials or waste containing potential non - visible pollutants that are not stored under watertight conditions 2. Materials or waste containing potential non- visible pollutants that are stored under watertight conditions, but a breach, leakage, malfunction, or spill is observed, the leak or spill has not been cleaned up before precipitation; and material or waste could discharge non- visible pollutants to surface waters or drainage system 3. Chemical applications, including fertilizer, pesticide, herbicide, methyl methacrylate concrete sealant, or non - pigmented curing compound used during precipitation or within 24 hours preceding precipitation, and could discharge pollutants to surface waters or drainage system 4. Applied soil amendments, including soil stabilization materials that could change pH levels or contribute toxic pollutants to storm water runoff and discharge pollutants to surface waters or drainage system, unless available independent test data indicates acceptable concentrations of non - visible pollutants in the soil amendment 5. Storm water runoff from an area contaminated by historical usage of the site that could discharge pollutants to surface waters or drainage systems The SAP must provide sampling procedures and schedule for: ,y 1. Sample collection during the first 2 hours of each rain event that generate runoff ° 2. Sample collection during normal working hours 3. Each non - visible pollutant source 4. Uncontaminated control sample 6 The SAP must identify locations for sampling downstream and control samples, and reasons for selecting those locations. Select control sample locations where the sample will not come in .� contact with materials, waste, or areas associated with potential non - visible pollutants or disturbed soil areas. A SAP for Sediment and Turbidity If the project is risk level 2 or risk level 3, sample and analyze for turbidity: Parameter Test Method Detection Unit Limit (Min) Turbidity Field test with 1 NTU calibrated portable instrument If the project is risk level 3 and the turbidity NEL has been exceeded, sample and analyze for SSC: Parameter Test Method Detection Unit Limit (Mtn) SSC ASTM Method 5 Mg/L D3977 -97 SAP for pH If the project is risk level 2 or risk level 3, sample and analyze for pH: Parameter Test Method Detection Unit Limit (Min) pH Field test with 0.2 pH units calibrated portable instrument SAP for Receiving Waters If the project is risk level 3, describe procedures for obtaining samples from representative and accessible locations: 1. Upstream of the discharge point 2. Downstream of the discharge point Show receiving water sampling locations on SWPPP drawings. If there are several discharge points, describe procedures for obtaining samples from a single upstream and a single downstream location. Rain Event Action Plan (REAP) REAP work includes preparing and submitting REAP forms and monitoring weather forecasts. The WPC Manager most submit a REAP to protect the job site at least 48 hours before a predicted rain event. Prepare a REAP when the National Weather Service is predicting at least a 50 percent probability of precipitation within 72 hours. For the REAP, use approved forms and include: 1. Site location 2. Risk level 3. Contact information including 24 -hour emergency phone numbers for: 3.1. WPC Manager 3.2. Erosion and sediment control providers or subcontractors 3.3. Storm water sampling providers or subcontractors 4. Storm Information 5. Construction phase information for: c�{ d i I c �v 5.1. Highway Construction including active and inactive areas for work activities for `T� building roads and structures 5.2. Plant Establishment including maintenance on vegetation installed for final stabilization where areas are inactive �^ 5.3. Suspension where work activities are suspended and areas are inactive 6. Construction phase information including: 6.1. Construction activities 6.2. Subcontractors and trades on thejob site 6.3. Pre -storm activities including: 6.3.1. Responsibilities of the WPC Manager 6.3.2. Responsibilities of the crew and crew size 63.3. Stabilization for active and inactive disturbed soil areas 6.3.4. Stockpile management 6.3.5. Corrective actions taken for deficiencies identified during pre -storm visual inspection 6.4. Activities to be performed during storm events including: 3 6.4.1. Responsibilities of the WPC Manager 6.4.2. Responsibilities of the crew and crew size ' f 6.4.3. BMP maintenance and repair 'A 6.5. Description of flood contingency measures You must have the REAP onsite at least 24 hours before a predicted rain event. A printed copy of each REAP must be at thejob site as part ofthe SWPPP. Implement the REAP including mobilizing crews to complete activities no later than 24 hours before precipitation occurs. IMPLEMENTATION REQUIREMENTS SWPPP Implementation Obtain, install, and maintain a rain gauge at the job site. Observe and record daily precipitation. j Monitor the National Weather Service Forecast Office on a daily basis. For forecasts, go to: http:/fwww.srh.noaa.gov/forecast Whenever you or the Engineer identifies a deficiency in the implementation of the approved SWPPP: I. Correct the deficiency immediately, unless the Engineer agrees to a later date for making the correction 2. Correct the deficiency before precipitation occurs If you fail to correct the deficiency by the agreed date or before the onset of precipitation, the Department may correct the deficiency and deduct the cost of correcting the deficiency from payment. Continue SWPPP implementation during any temporary suspension of work activities. Install WPC practices within 15 days or before predicted precipitation, whichever occurs first. Numeric Action Levels (NALs) If the project is risk level 2 or risk level 3, then it is subject to NALs: Parameter Test Method Detection Unit Numeric Action Limit Level (Min PH Field test with 0.2 pH units Lower NAL = 6.5 calibrated portable Upper NAL = 8.5 instrument Turbidity Field test with I NTU 250 NTU calibrated portable instrument Numeric Effluent Limits (NELs) If the project is risk level 3, then it is subject to NELs: Parameter Test Method Detection Unit Numeric Effluent Limit Limit (Min) PH Field test with 0.2 pH units Lower NEL = 6.0 calibrated portable Upper NEL = 9.0 instrument Turbidity Field test with I NTU 500 NTU calibrated portable instrument The storm event daily average for storms up to the 5 -year, 24 -hour storm, must not exceed the NEL for turbidity. The daily average sampling results must not exceed the NEL for pH. u y� d Storm Water Sampling and Analysis Day Storm Water Sampling and Analysis Day work includes preparation, collection, analysis, and reporting of storm water samples for turbidity, pH, and other constituents. If the project is risk 8 level 2 or risk level 3, and there is a qualified rain event that produces runoff, comply with the project's SAP for preparation, collection, analysis, and reporting of storm water samples. i Collect: 1 I. Samples for each non - visible pollutant source and a corresponding uncontaminated control sample 2. Samples for turbidity, pH, and other constituents as specified 3. At least 3 samples for each day of each qualifying rain event `a 4. Samples for all locations where the storm water is discharged off -site Perform sample collection during: 1. First 2 hours of each qualified rain event that produces runoff 2. Normal working hours If the project is risk level 3, obtain receiving water samples. You are not required to physically collect samples during dangerous weather conditions such as flooding or electrical storms. If downstream samples show increased levels, assess WPC practices, site conditions, and surrounding influences to determine the probable cause for the increase. Inspection The WPC Manager must oversee inspections for WPC practices identified in the SWPPP: I . Before a forecasted storm 2. After precipitation that causes site runoff 3. At 24 -hour intervals during extended precipitation 4. On a predetermined schedule, a minimum of once a week The WPC Manager must oversee daily inspections of: 1. Storage areas for hazardous materials and waste 2. Hazardous waste disposal and transporting activities 3. Hazardous material delivery and storage activities 4. WPC practices specified under "Construction Site Management" of these special provisions The WPC Manager must use the Storm Water Site Inspection Report provided in the Preparation Manual. The WPC Manager must prepare BMP status reports that include the following: 1. Location and quantity of installed WPC practices 2. Location and quantity of disturbed soil for the active or inactive areas o-� <s Within 24 hours of finishing the weekly inspection, the WPC Manager must submit: 1. Copy of the completed site inspection report 2. Copy of the BM-P status report REPORTING REQUIREMENTS Storm Water Annual Report Storm Water Annual Report work includes certifications, monitoring and inspection results, and obtaining Stonn Water Annual Report acceptance. The WPC Manager must prepare a Storm Water Annual Report. The report must: I. Use an approved report format 2. Include project information including description and location 3. Include storm water monitoring information including: 3.1. Summary and evaluation of sampling and analysis results including laboratory reports 3.2. Analytical methods, reporting units, detections limits for analytical parameters 3.3. Summary of corrective actions 3.4. Identification of corrective actions or compliance activities that were not implemented 3.5. Summary of violations 3.6. Names of individuals performing storm water inspections and sampling 3.7. Logistical information for inspections and sampling including location, date, time, and precipitation 18. Visual observations and sample collection records 4. Include documentation on training for: 4.1. Individuals responsible for NPDES permit compliance 4.2. Individuals responsible for BMP installation, inspection, maintenance, and repair 4.3. Individuals responsible for preparing, revising, and amending the SWPPP NAL Exceedance Report If the project is risk level 2 or risk level 3 and an effluent sample exceeds a NAL, notify the Engineer and submit a NAL Exceedance Report no later than 48 hours after the conclusion of the storm event. The report must: 1. Include the following field sampling results and inspections: 1.1. Analytical methods, reporting units, and detection limits 1.2. Date, location, time of sampling, visual observation and measurements 13. Quantity of precipitation of the storm event 2. Description of BMPs and corrective actions taken to manage NAL exceedance NEL Violation Report If the project is risk level 3 and an NEL is exceeded, notify the Engineer and submit a NEL Violation Report within 6 hours. The report must: 1. Include the following field sampling results and inspections: I.I. Analytical methods, reporting units, and detection limits 1.2. Date, location, time of sampling, visual observations and measurements 1.3. Quantity of precipitation of the storm event 2. Description ofBMPs and corrective actions taken to manage NEL exceedance If the project is risk level 2 or risk level 3, submit at] sampling results to the Engineer no later than 48 hours after the conclusion of a storm event. l PAYMENT The contract lump sum price paid for prepare storm water pollution prevention plan includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in preparing, obtaining approval of, and amending the SWPPP and CSMP, inspecting water pollution control practices, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. For projects with 60 working days or less, payments for SWPPP are made as follows: 1. After the Engineer approves the SWPPP, the Department includes up to 75 percent of the bid item price in the monthly progress estimate 2. After contract acceptance, the Department pays for the remaining percentage of the bid item price For projects with more than 60 working days, payments for SWPPP are made as follows: I . After the Engineer approves the SWPPP, the Department includes up to 50 percent of the bid item price in the monthly progress estimate 2. The Department pays 40 percent of the bid item price over the life of the contract 3. After contract acceptance, the Department pays for the remaining 10 percent of the bid item If risk level 2 or 3, the City pays $500 for each Rain Event Action Plan submitted. The contract unit price paid for Rain Event Action Plan includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in preparation and submittal of REAP forms, and monitoring weather forecasts as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. The City does not adjust payment for an increase or decrease in the quantity of rain event action plans submitted. Section 3- 2.2.2, "lncreases of More Than 25 Percent," and Section 3- 2.2.3, "Decreases of More Than 25 Percent," of the Standard Specifications does not apply. The City pays $2,000 for each Storm Water Annual Report submitted. The contract unit price paid for Storm Water Annual Report includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in preparation and submittal of Storm Water Annual Report as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. The City does not adjust payment for an increase or decrease in the quantity of storm water annual reports submitted. Section 3- 2.2.2, 'Increases of More Than 25 Percent." and Section 3- 2.2.3. "Decreases of More Than 25 Percent," of the Standard Specifications does not apply. The work to complete the final Storm Water Annual Report contract item is excluded from Section 7 -1.17, "Acceptance of Contract," of the State Standard Specifications. If risk level 2 or 3, the contract unit price paid for storm water sampling and analysis day includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in preparation, collection, analysis, and reporting of storm water samples per qualifying rain event as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. The City does not adjust payment for an increase or decrease in the quantity of storm water sampling and analysis day. Section 3- 2.2.2. "Increases of More Than 25 Percent" and Section 3 -22.3, "Decreases of More Than 25 Percent," of the Standard Specifications does not apply. You may request or the Engineer may order laboratory analysis of storm water samples. Laboratory analysis of storm water samples will be paid for as extra work under Section 33 =3, "Extra Work," of the Standard Specifications. The City does not pay for the preparation, collection, laboratory analysis, and reporting of storm water samples for non - visible pollutants if WPC practices are not implemented before precipitation or if a failure of a WPC practice is not corrected before precipitation. The City does not pay for implementation of WPC practices in areas outside the highway right- of-way not specifically provided for in the plans or in the special provisions. The CCC t does not pay for WPC practices installed at your construction support facilities. WPC. practices for which there are separate bid items of work are measured and paid for as those bid items of work. For each failure to submit a completed Storm Water Annual Report, the City withholds $10,000. This withhold is in addition to other withholds under Section 9- 1.07E(3) 'Performance Failure Withholds," of the State Standard Specifications. Each failure to comply with any part of these special provisions and each failure to implement water pollution control practices are considered separate performance failures. 10 -1.04 CONSTRUCTION SITE MANAGEMENT GENERAL I -i Jk G� Summary .A t This work includes controlling potential sources of water pollution before they come in contact with storm water systems or watercourses. Control material pollution and manage waste and non - stormwater at the job site by implementing effective handling, storage, use, and disposal practices. For information on documents specified in these special provisions, refer to the Department's Preparation Manual, Dewatering Guide, and BMP Manual. Preparation Manual, Dewatering Guide, and BMP Manual are available from the Department's n Construction Storm Water and Water Pollution Control web site at: http://www.dot.ca.gov/hq/constr,uc/stormwater/stormwaterI.htin I Definitions and Abbreviations active and inactive areas: (1) Active areas have soil disturbing work activities occurring at least once within 14 days, and (2) Inactive areas are areas that have not been disturbed for at least 15 days. BMP Manual; The Department's Construction Site Best Management Practices (BMP) Manual. CDPH: California Department of Public Health Dewatering Guide: The Department's Field Guide to Construction Site Dewatering. ELAP: Environmental Laboratory Accreditation Program minor spills: Small quantities of oil, gasoline, paint, or other material that are small enough to be controlled by a first responder upon discovery of the spill. MSDS: Material Safety Data Sheet Preparation Manual: The Department's Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual. semi - significant spills: Spills that can be controlled by a first responder with help from other personnel. significant or hazardous spills: Spills that cannot be controlled by construction personnel. WPC: Water Pollution Control WPC Manager: Water Pollution Control Manager as defined under "Water Pollution Control" of these special provisions. Submittals Submit the following: 1. MSDS at least 5 days before material is used or stored 2. Monthly inventory records for material used or stored 3. Copy of written approval to discharge into a sanitary sewer system at least 5 days before - beginning discharge activities a Quality Control and Assurance Not Used MATERIALS Not Used CONSTRUCTION Spill Prevention and Control Implement spill and leak prevention procedures for chemicals and hazardous substances stored at the job site. If you spill or leak chemicals or hazardous substances at the job site, you are responsible far all associated cleanup costs and related liability. As soon as it is safe, contain and clean up spills of petroleum products, sanitary and septic waste substances listed under CFR Title 40, Parts 110, 117, and 302. Minor Spills Cleanup minor spills using the following procedures: 1. Contain the spread of the spill 2. Recover the spilled material by absorption 3. Clean the contaminated area 4. Dispose of the contaminated material promptly and properly Semi - significant Spills Clean up semi - significant spills immediately by the following procedures: I. Contain the spread of the spill 1 Recover the spilled material using absorption whenever a spill occurs on a paved surface or an impermeable surface 3. Contain the spill with an earthen dike and dig up the contaminated soil for disposal whenever a spill occurs on soil 4. If the spill occurs during precipitation, cover the spill with plastic or other material to prevent contaminated runoff 5. Dispose of the contaminated material promptly and properly Significant or Hazardous Spills Immediately notify qualified personnel of significant or hazardous spills. Do not let construction personnel attempt to clean up the spill until qualified staff have arrived. Do the following: 1. Notify the Engineer and follow up with a written report 2. Obtain the services of a spills contractor or hazardous material team immediately 3. Notify the local emergency response team by dialing 911 and county officials at the emergency phone numbers kept at the job site 4. Notify the Governor's Office of Emergency Services Warning Center at (805) 852 -7550 5. Notify the National Response Center at (800) 424 -8802 regarding spills of Federal reportable quantities under CFR Title 40, Parts 110, 119, and 302 6. Notify other agencies as appropriate, including: 6.1. Fire Department 6.2. Public Works Department 6.3. Coast Guard 6.4. Highway Patrol 6.5. City Police or County Sheriff Department 6.6. Department of Toxic Substances 6.7. California Division of Oil and Gas 6.8. Cal OSHA 6.9. Regional Water Resources Control Board y� d 9� >h;h D Report minor, semi - signifi cant, and significant spills to the WPC Manager. The WPC Manager a? must notify the Engineer immediately. The WPC Manager must oversee and enforce proper spill prevention and control measures. ai Prevent spills from entering storm water runoff before and during cleanup. Do not bury spills or wash spills with water. Keep material or waste storage areas clean, well organized, and equipped with enough cleanup supplies for the material being stored. Material Management General Material must be delivered, used, and stored for this job in a way that minimizes or eliminates discharge of material into the air, storm drain systems, and watercourses. Implement the practices described under "Material Management' of these special provisions while taking delivery of, using, or storing any of the following materials: 1. Hazardous chemicals including acids, lime, glues, adhesives, paints, solvents, and curing compounds 2. Soil stabilizers and binders 3. Fertilizers 4. Detergents 5. Plaster 6. Petroleum materials including fuel, oil, and grease 7. Asphalt components and concrete components 8. Pesticides and herbicides Employees trained in emergency spill cleanup procedures must be present during the unloading of hazardous materials or chemicals. If practicable, use less hazardous materials. Material Storage Use the following material storage procedures: i W� �j 9 JA J } 'e ..1 I. Store liquids, petroleum materials, and substances listed in CFR Title 40, Parts 110, 117, and 302 as specified by the Department, and place them in secondary containment j facilities. 2 1 i I 2, Secondary containment facilities must be impervious to the materials stored there for a minimum contact time of 72 hours. 3. Cover secondary containment facilities during non - working days and when precipitation is predicted. Secondary containment facilities must be adequately ventilated. 4. Keep secondary containment facility free of accumulated rainwater or spills. After precipitation, or in the event of spills or leaks, collect accumulated liquid and place into drums within 24 hours. Handle these liquids as hazardous waste under "Hazardous Waste' of these special provisions unless testing determines them to be nonhazardous. 5. Do not store incompatible materials, such as chlorine and ammonia, in the same secondary containment facility. 6. Store materials in the original containers with the original material labels maintained in legible condition. Replace damaged or illegible labels immediately. 7. Secondary containment facilities must have the capacity to contain precipitation from a 24- hour -long, 25 -year storm, and l0 percent of the aggregate volume of all containers, or entire volume of the largest container within the facility, whichever is greater. 8. Store bagged or boxed material on pallets. Protect bagged or boxed material from wind and rain during non- working days and while precipitation is predicted. 9. Provide sufficient separation between stored containers to allow for spill cleanup or emergency response access. Storage areas must be kept clean, well organized, and equipped with cleanup supplies appropriate for the materials being stored. 10. Repair or replace perimeter controls, containment structures, covers, and liners as necessary. Inspect storage areas before and after precipitation, and at least weekly during other times. Stockpile Management Use the following stockpile management procedures: L Reduce or eliminate potential water pollution from stockpiled material including soil, paving material, and pressure treated wood. 2. Locate stockpiles: 2.1. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage courses, and inlets unless approved 2.2. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage courses, and inlets unless approved Install WPC practices within 15 days or before predicted precipitation, whichever occurs first. Active and inactive soil stockpiles must be: 1. Covered with soil stabilization measures, plastic sheeting, or geosynthetic fabric 2. Surrounded with a linear sediment barrier Portland cement concrete rubble, AC, HMA, AC and HMA rubble, aggregate base or aggregate sub -base stockpiles must be: 1. Covered with plastic sheeting, or geosynthetic fabric 2. Surrounded with a linear sediment barrier Pressure treated wood stockpiles must be: 1. Placed on pallets 2_ Covered with impermeable material Cold mix asphalt concrete stockpiles must be: I. Placed on impervious surface 2. Covered with impermeable material 3. Protected from run -on and runoff t ,p l d Control wind erosion year round under Section 14 -9.02, "Dust Control" of the State Standard �jr Specifications. Repair or replace linear sediment barriers and covers as needed to keep them functioning properly. If sediment accumulates to 1/3 of the linear sediment barrier height, remove the sediment. Waste Management Solid Waste Do not allow litter or debris to accumulate anywhere at the job site, including storm drain grates, trash racks, and ditch lines. Pick up and remove trash and debris from the job site at least once a week. The WPC Manager must monitor solid waste storage and disposal procedures at the job site. If practicable, recycle nonhazardous job site waste and excess material. If recycling is not practicable, disposal must comply with Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way" of the State Standard Specifications. Furnish enough closed -lid dumpsters of sufficient size to contain any solid waste generated by work activities. When the refuse reaches the fill line, empty the dumpsters. Dumpsters must be watertight. Do not wash out dumpsters at the job site. Furnish additional containers and pick up dumpsters more frequent during the demolition phase of construction. Solid waste includes: I. Brick 2. Mortar 3, Timber 4. Metal scraps S. Sawdust 6. Pipe f, 7. Electrical cuttings S. Non - hazardous equipment parts t 9. Styrofoam and other packaging materials J 10. Vegetative material and plant containers from highway planting I I. Litter and smoking material, including litter generated randomly by the public J l2. Other trash and debris Furnish and use trash receptacles at the job site yard, field trailers, and locations where workers gather for lunch and breaks. Hazardous Waste Use hazardous waste management practices if waste is generated at the job site from the following substances: 1. Petroleum products 2. Asphalt products 3. Concrete curing compound 4. Pesticides 5. Acids 6. Paints 7, Stains 8. Solvents 9. Wood preservatives and treated posts 10. Roofing tar 11. Road flares 12. Lime 13. Glues and adhesives 14. Materials classified as hazardous by California Code of Regulations, Title 22, Division 4.5; or listed in CFR Title 40, Parts 110, 117, 261, or 302 The WPC Manager must oversee and enforce hazardous waste management practices. Minimize the production of hazardous materials and hazardous waste at the job site. If damaged, repair or replace perimeter controls, containment structures, and covers. If hazardous material levels are unknown, use a laboratory certified by ELAP under CDPH to sample and test waste to determine safe methods for storage and disposal. Separate potentially hazardous waste froth nonhazardous waste at the job site. Hazardous waste must be handled, stored, and disposed of under California Code of Regulations, Title 22, Division 4.5, Section 66262.34; and in CFR Title 49, Parts 261, 262, and 263. Store hazardous waste in sealed containers constructed and labeled with the contents and date accumulated under California Code of Regulations, Title 22, Division 4.5; and in CPR Title 49, Parts 172, 173, 178, and 179. Keep hazardous waste containers in temporary containment facilities under "Material Storage" of these special provisions. Furnish containers with adequate storage volume at convenient locations for hazardous waste collection. Do not overfill hazardous waste containers. Do not mix hazardous waste. Do not allow potentially hazardous waste to accumulate on the ground. Store containers of dry waste that are not watertight on pallets. Store hazardous waste away from storm drains, watercourses, moving vehicles, and equipment. Clean water based or oil based paint from brushes or equipment within a contained area and in a way that does not contaminate soil, watercourses, and storm drain systems. Handle and dispose of the following as hazardous waste: paints, thinners, solvents, residues, and sludges that cannot be recycled or reused. When thoroughly dry, dispose of the following as solid waste: dry, latex paint and paint cans, used brushes, rags, absorbent materials, and drop cloths. 9 Dispose of hazardous waste within 90 days of being generated. Use a licensed hazardous waste transporter to take hazardous waste to a Class I Disposal Site. Submit a copy of uniform hazardous waste manifest forms within 24 hours of transporting hazardous waste. The WPC Manager must inspect the following daily: e, L Storage areas for hazardous materials and waste 2. Hazardous waste disposal and transporting activities 3. Hazardous material delivery and storage activities Contaminated Soil Identify contaminated soil from spills or leaks by noticing discoloration, odors, or differences in `T soil properties. Soil with evidence of contamination must be sampled and tested by a laboratory A certified by ELAP. If levels of contamination are found to be hazardous, handle and dispose of the soil as hazardous = waste. oa Prevent the flow of water, including ground water, from mixing with contaminated soil by using one or a combination of the following measures: . i 1. Berms 2. Cofferdams 3. Grout curtains 4. Freeze walls S. Concrete seal course If water mixes with contaminated soil and becomes contaminated, sample and test the water using a laboratory certified by FLAP. If levels of contamination are found to be hazardous, handle and dispose of the water as hazardous waste. Concrete Waste Use practices that will prevent the discharge of portland cement concrete, AC, or HMA waste into storm drain systems or watercourses. Collect and dispose of Portland cement concrete, AC, or HMA waste at locations where: I I . Concrete material, including grout, is used 0 2, Concrete dust and debris result from demolition 3. Sawcutting, coring, grinding, grooving, or hydro- concrete demolition of portland cement concrete, AC, or HMA creates a residue or slurry ti 4. Concrete truck or other concrete - coated equipment is cleaned at thejob site Sanitary and Septic Waste J Do not bury or discharge wastewater from sanitary or septic systems within Department right -of- way. The WPC Manager must inspect sanitary or septic waste storage and monitor disposal M procedures at least weekly. Sanitary facilities that discharge to the sanitary sewer system must be properly connected and free from leaks. Place sanitary facilities at least SO feet away from storm drains, watercourses, and flow lines. d a Obtain written approval from the local health agency, city, county, and sewer district before discharging from a sanitary or septic system directly into a sanitary sewer system, and submit a copy to the Engineer. Comply with local health agency provisions while using an on -site disposal system. Liquid Waste Use practices that will prevent job site liquid waste from entering storm drain systems or watercourses. Liquid waste includes the following: 1. Drilling slurries or fluids 2. Grease -free or oil -free wastewater or rinse water 3. Dredgings, including liquid waste from drainage system cleaning 4. Liquid waste running off a surface including wash or rinse water 5. Other non- stormwater liquids not covered by separate permits Hold liquid waste in structurally sound, leak proof containers such as: 1. Roll -off bins 2. Portable tanks Liquid waste containers must be of sufficient quantity and volume to prevent overflow, spills and leaks. Store containers: 1. At least 50 feet from moving vehicles and equipment 2. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved 3. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved Remove and dispose of deposited solids from sediment traps under "Solid Waste" of these special provisions unless the Engineer approves another method. Liquid waste may require testing to determine hazardous material content before disposal. Drilling fluids and residue must be disposed of outside the highway right -of -way. If an approved location is available within the job site, fluids and residue exempt under California Code of Regulations, Title 23, Section 25 1 I(g) may be dried by evaporation in a leak proof container. Dispose of remaining solid waste under "Solid Waste" of these special provisions. Non -Storm Water Management Water Control and Conservation Manage water used for work activities to prevent erosion or discharge of pollutants into storm drain systems or watercourses. Obtain approval before washing anything at the job site with water that could discharge into a storm drain system or watercourse. Report discharges immediately. If water is used at the job site, implement water conservation practices. Inspect irrigation areas. Adjust watering schedules to prevent erosion, excess watering, or runoff. Shut off water source to broken lines, sprinklers, or valves, and repair breaks within 24 hours. If possible, reuse water from waterline flushing for landscape irrigation. Sweep and vacuum paved areas; do not wash them with water. Direct job site water runoff, including water from water line repair, to areas where it can infiltrate into the ground and not enter storm drain systems or watercourses. Do not allow spilled water to escape water truck filling areas. If possible, direct water from off -site sources around thejob site. Minimize the contact of off -site water with job site water. Illegal Connection and Discharge Detection and Reporting Inspect the job site and the site perimeter before starting work for evidence of illegal I connections, discharges, or dumping. After starting work, inspect thejob site and perimeter on a daily schedule. Whenever illegal connections, discharges, or dumping are discovered, notify the Engineer immediately. Take no further action unless ordered by the Engineer. Assume unlabeled or unidentifiable material is hazardous. Look for the following evidence of illegal connections, discharges, or dumping: I. Debris or trash piles 2. Staining or discoloration on pavement or soils 3. Pungent odors coming from drainage systems 4. Discoloration or oily sheen on water S. Stains or residue in ditches, channels or drain boxes 6. Abnormal water now during dry weather 7. Excessive sediment deposits S. Nonstandard drainage junction structures 9. Broken concrete or other disturbances nearjunction structures Vehicle and Equipment Cleaning Limit vehicle and equipment cleaning or washing at the job site except what is necessary to control vehicle tracking or hazardous waste. Notify the Engineer before cleaning vehicles and equipment at the job site with soap, solvents, or steam. Contain and recycle or dispose of resulting waste under "Liquid Waste" or "Hazardous Waste" of these special provisions, whichever is applicable. Do not use diesel to clean vehicles or equipment, and minimize the use of solvents. Clean or wash vehicles and equipment in a structure equipped with disposal facilities. If using a } structure is not possible, clean or wash vehicles and equipment in an outside area. The outside area most be: 1. Paved with AC, HMA, or concrete paving 2. Surrounded by a containment berm 3. Equipped with a sump to collect and dispose of wash water 4. if within the floodplain, located at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved t 5. If outside the floodplain, located at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved When washing vehicles or equipment with water, use as little water as possible. Hoses must be equipped with a positive shutoff valve. Discharge liquid from wash racks to a recycle system or to another approved system. Remove liquids and sediment as necessary. The WPC Manager must inspect vehicle and equipment cleaning facilities: 1. Daily if vehicle and equipment cleaning occurs daily 2. Weekly if vehicle and equipment cleaning does not occur daily Vehicle and Equipment Fueling and Maintenance If practicable, perform maintenance on vehicles and equipment off thejob site. If fueling or maintenance must be done at the job site, designate a site, or sites, and obtain approval before using. Minimize mobile fueling or maintenance. If vehicle and equipment fueling and maintenance must be done at the job site, areas for the following activities must be: 1. On level ground 2. Protected from storm water, run -on 3. If within the floodplain, located at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved 4. If outside the floodplain, located at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved Use containment berms or dikes around the fueling and maintenance area. Keep adequate quantities of absorbent spill cleanup material and spill kits in the fueling and maintenance area and on fueling trucks. Dispose of spill cleanup material and kits immediately after use. Use drip pans or absorbent pads during fueling or maintenance. Fueling or maintenance activities must not be left unattended. Fueling nozzles must be equipped with an automatic shutoff control. Vapor recovery fueling nozzles must be used where required by the Air Quality Management District. When not in use, nozzles must be secured upright. Do not top -off fuel tanks. Recycle or properly dispose of used batteries and tires. The WPC Manager must inspect vehicle and equipment maintenance and fueling areas: 1. Daily when vehicle and equipment maintenance and fueling occurs daily 2. Weekly when vehicle and equipment maintenance and fueling does not occur daily The WPC Manager must inspect vehicles and equipment at the job site for leaks and spills on a daily schedule. Operators must inspect vehicles and equipment each day of use. If leaks cannot be repaired immediately, remove the vehicle or equipment from the job site. e P. Material and Equipment Used Over Water Place drip pans and absorbent pads under vehicles or equipment used over water. Keep an adequate supply of spill cleanup material with the vehicle or equipment. If the vehicle or equipment will be idle for more than one hour, place drip pans or plastic sheeting under the vehicle or equipment on docks, barges, or other surfaces over water. Furnish watertight curbs or toe boards on barges, platforms, docks, or other surfaces over water to contain material, debris, and tools. Secure material to prevent spills or discharge into water due to wind. i Structure Removal Over or Adjacent to Water Do not allow demolished material to enter storm water systems or watercourses. Use approved covers and platforms to collect debris. Use attachments on equipment to catch debris on small demolition activities. Empty debris catching devices daily and handle debris tinder "Waste Management" of these special provisions. The WPC Manager must inspect demolition sites within 50 feet of storm water systems or watercourses daily. Paving, Sealing, Sawcutting, Grooving, and Grinding Activities Prevent the following materials from entering storm drain systems or water courses: 1. Cementitious material 2. Asphaltic material 3. Aggregate or screenings 4. Grinding grooving, or sawcutting residue 5. Pavement chunks 6. Shoulder backing T Methacrylate Cover drainage inlets and use linear sediment barriers to protect downhill watercourses until paving, sealing, sawcutting, grooving, or grinding activities are completed and excess material has been removed. Cover drainage inlets and manholes during the application of seal coat, tack coat, slurry seal, or fog seal. If precipitation is predicted, limit paving, sawcutting, and grinding to places where runoff can be I captured. J Do not start seal coat, tack coat, slurry seal, or fog seal activities if precipitation is predicted during the application or curing period. Do not excavate material from existing roadways during precipitation. Use a vacuum to remove slurry immediately after slurry is produced. Do not allow slurry to run onto lanes open to traffic or off the pavement. j Collect residue from Portland cement concrete grinding and grooving activities with a vacuum attachment on the grinding machine. Do not leave any residue on the pavement or allow die residue to flow across the pavement. If approved, material excavated from existing roadways may be stockpiled under "Stockpile Management" ofthcse special provisions. Do not coat asphalt trucks and equipment with substances that contain soap, foaming agents, or toxic chemicals. t When paving equipment is not in use, park over drip pans or plastic sheeting with absorbent material to catch drips. Thermoplastic Striping and Pavement Markers Thermoplastic striping and preheating equipment shutoff valves must work properly at all times. Do not preheat, transfer, or load thermoplastic within 50 feet of drainage inlets or watercourses. Do not fill a preheating container above a level that is 6 inches below the top. Truck beds must be cleaned daily of scraps or melted thermoplastic. Do not unload, transfer, or load bituminous material for pavement markers within 50 feet of drainage inlets or watercourses. Release all pressure from a melting tank before removing the lid to fill or service. Do not fill a melting tank above a level that is 6 inches below the top. Collect bituminous material from the roadway after marker removal. Pile Driving Keep spill kits and cleanup material at pile driving locations. Pile driving equipment must be parked over drip pans, absorbent pads, or plastic sheeting with absorbent material. If precipitation is predicted, protect pile driving equipment by parking on plywood and covering with plastic. Store pile driving equipment when not in use. Stored pile driving equipment must be: 1. Kept on level ground 2. Protected from storm water run -on 3. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved 4. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, and storm drain inlets unless approved If practicable, use vegetable oil instead of hydraulic fluid. The WPC Manager must inspect the pile driving area for leaks and spills: 1. Daily when pile driving occurs daily 2. Weekly when pile driving does not occur daily Concrete Curing Do not overspray chemical curing compound. Minimize the drift by spraying as close to the concrete as possible. Cover drainage inlets before applying the curing compound. Minimize the use and discharge of water by using wet blankets or similar methods to maintain moisture while curing concrete. Concrete Finishing Collect and dispose of water and solid waste from high - pressure water blasting. Cover drainage inlets within 50 feet before sandblasting. Minimize drift of dust and blast material by keeping the nozzle close to the surface of the concrete. The blast residue may contain hazardous material. P !a r Inspect concrete finishing containment structures for damage before each day of use and before predicted precipitation. Remove liquid and solid waste from containment structures after each work shift. Sweeping .1 Sweeping must be done using hand or mechanical methods such as vacuuming. ! Monitor paved areas and roadways within the job site for sediment and debris generating activities such as: 1. Clearing and grubbing 2. Earthwork 3. Trenching 4. Roadway structural section work 5. Vehicles entering and leaving the job site 6. Soil disturbing work V 7. Work that causes offsite tracking of material If sediment or debris is observed, perform sweeping: 1. Within: I.I . 8 hours of predicted rain 1.2. 24 hours unless the Engineer approves a longer period 2. On paved roads atjob site entrances and exit locations 3. On paved areas within the job site that flow to storm drains or receiving waters You may stockpile collected material at the job site. Remove collected material including sediment from paved shoulders, drain inlets, curbs and dikes, and other drainage areas. If stockpiled, dispose of collected material at least once per week. You may dispose of sediment within the job site that you collected during sweeping activities. Protect disposal areas against erosion. Remove and dispose of trash collected during sweeping under Section 7 -1.13, 'Disposal of Material Outside the Highway Right of Way" of the State Standard Specifications. 1 Dewatering Dewatering consists of discharging accumulated storm water, ground water, or surface water from excavations or temporary containment facilities. t, If dewatering and discharging activities are specified under a work item such as 'Temporary n Active Treatment System" or 'Dewatering and Discharge," perform dewatering work as specified in the section involved. If dewatering and discharging activities are not specified under a work item and you will be performing dewatering activities, you must: 1. Submit a Dewatering and Discharge Plan under Section 2- 5.3.2, "Working Drawings," of the Standard Specifications and "Water Pollution Control" of these special provisions at least 10 days before starting dewatering activities. The Dewatering and Discharge Plan must include: I.I. Title sheet and table of contents 1.2. Description of dewatering and discharge activities detailing locations, quantity of water, equipment, and discharge points 1.3. Estimated schedule for dewatering and discharge (start and end dates, intermittent or continuous) 1-4. Discharge alternatives such as dust control or percolation 1_5. Visual monitoring procedures with inspection log 2. Conduct dewatering activities under the Departments' s "Field Guide for Construction Dewatering." 3. Ensure that any dewatering discharge does not cause erosion, scour, or sedimentary deposits that could impact natural bedding materials. 4. Discharge the water within tire project limits. Dispose of the water in the same way as specified for material in Section 7 -1.13 "Disposal of Material Outside the Highway Right of Way" of the State-Standard Specification if it cannot be discharged within project limits due to site constraints. 5. Do riot discharge storm water or non - stormwater that has an odor, discoloration other than sediment, an oily sheen, or foam on the surface. Notify the Engineer immediately upon discovering any such condition. The WPC manager must inspect dewatering activities: 1. Daily when dewatering work occurs daily 2. Weekly when dewatering work does not occur daily PAYMENT The contract lump sum price paid for construction site management includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in spill prevention and control, material management, waste management, non - stormwater management, and dewatering and identifying, sampling, testing, handling, and disposing of hazardous waste resulting from your activities, as specified in the State Standard Specifications, the Standard Specifications and these special provisions, and as ordered by the Engineer. 10 -1.05 STREET SWEEPING GENERAL Summary This work includes street sweeping. The SWPPP must describe and include the use of street sweeping as a water pollution control practice for sediment control and tracking control. Submittals At least 5 business days before starting clearing and grubbing, earthwork, or other activities with the potential for tracking sediment or debris, submit: 1. Number of sweepers described in the SWPPP 2. Type of sweeper technology Quality Control and Assurance Retain and submit records of street sweeping including: 1. Quantity of sweeping waste disposal 2. Sweeping times and locations CONSTRUCTION Street Sweepers Sweepers must use one of these technologies: 1. Mechanical sweeper followed by a vacuum - assisted sweeper 2. Vacuum - assisted dry (waterless) sweeper 3. Regenerative -air sweeper Operation Street sweeping must be done at: 1. Paved roads atjob site entrance and exit locations 2. Paved areas within thejob site that flow to storm drains or water bodies Street sweeping must be done: 1. During clearing and grubbing activities 2. During earthwork activities 3. During trenching activities 4. During roadway structural section activates 5. When vehicles are entering and leaving thejob site 6. After soil disturbing activities T After observing offsite tracking of material Monitor paved areas and roadway within thejobsite. Street sweeping must be done: GC ft} .a 1 i �t i i a i 1 I 1 1 i 1. Within 1 hour, If sediment or debris is observed during activities that require sweeping 2. Within 24 hours, if sediment or debris is observed during activities that do not require sweeping At least 1 sweeper must be on the job site at all times when sweeping work is required. The sweeper must be in good working order. Perform street sweeping to minimize dust. If dust generation is excessive or sediment pickup is ineffective, use water or a vacuum. You may stockpile collected material on thejobsite according to the approved SWPPP. Dispose of collected material at least once per week. Material collected during street sweeping must be removed and disposed of under Section 7- 1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Your WPCM must inspect paved roads at job site access points: 1. Daily if earthwork and other sediment or debris generating activities occur daily 2. Weekly if earthwork and other sediment or debris generating activities do not occur daily 3. When the National Weather Service predicts precipitation with a probability of at least 30 percent MEASUREMENT AND PAYMENT The contract lump sum price paid for street sweeping includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in street sweeping, including disposal of collected material, as shown on the plans, as specified in the State Standard Specifications, these special provisions, and as directed by the Engineer. 10 -1.06 TEMPORARY MULCH �. GENERAL Summary This work includes spreading, maintaining, and removing temporary mulch to stabilize active and nonactive disturbed soi l areas. The SWPPP must describe and include the use of temporary mulch as a water pollution control practice for soil stabilization. Submittals At least 5 business days before applying mulch, submit: 1. List of pollutant indicators and potential pollutants for the use of temporary mulch. 1 Pollutant indicators are described under "Sampling and Analysis Plan for Non- Visible q Pollutants" in the Preparation Manual. 2. If compost is used: t 2.1. Copy of compost technical data sheet from producer including: 2.1.1. Laboratory analytical test results. 2.1.2. Directions for product use. 2.1.3. List of product ingredients. 2.2. Copy of certification under US Composting Council (USCC) Seal of Testing Assurance (STA) program. Submit a Certificate of Compliance as specified in Section 6 -1.07, "Certificates of Compliance" of the State Standard Specifications for the mulch material. Quality Control and Assurance r Compost producer must: 1. Have valid permits issued by the California Integrated Waste Management Board, Local Enforcement Agency and any other State and local agencies that regulate solid waste facilities 2. Participate in US Composting Council's Seal of Testing Assurance program If compost facility is exempt from State permit requirements, the compost producer must certify that it follows guidelines and procedures for production of compost meeting the environmental health standards of 14 CA Code of Regs, Ch 3. 1, Art 7. Retain and submit records of temporary mulch applications including: I. Compliance with specified rates 2. Application area 3. Application time 4. Quantity MATERIALS Mulch Mulch must be compost, shredded green material, or a combination of both. Compost may be derived from one or a combination of the following feedstock materials: 1. Green material consisting of chipped, shredded, or ground vegetation; or clean processed recycled wood products 2. Biosolids 3. Manure 4. Mixed food waste Compost derived from feedstock materials must not contain weed seeds, pathogens, or deleterious materials as specified in 14 CA Code of Regs, Ch 3. 1, Art 7, § 17868.3. Compost must not: 1. Be derived from mixed municipal solid waste and must be free of visible contaminates 2. Contain paint, petroleum products, pesticides, or any other chemical residues harmful to animal life or plant growth 3. Possess objectionable odors 4. Exceed the maximum metal concentration listed in 14 CA Code of Regs, Ch 3.1, § 17868.2 Compost must comply with the following: Physical and Chemical Requirements Property Test Method Requirement pH *TMECC 04.11 -A 6.0 -8.0 Elastometric pH 1:5 Slurry Method H Units Soluble Salts TMECC 04.10 -A 0 -10.0 Electrical Conductivity 1:5 Slurry Method dS /m (mmhos /cm) Moisture Content TMECC 03.09 -A 30 -60 Total Solids & Moisture at 70 +/ -5 °C % Wet Weight Basis Organic Matter TMECC 05.07 -A 30-65 Content Loss -On- Ignition Organic Matter Method (LOT) % Dry Weight Basis Maturity TMECC 05.05 -A Germination and Vigor Seed Emergence 80 or Above Seedling Vigor 80 or Above % Relative to Positive Control Stability TMECC 05.08 -B Carbon Dioxide Evolution Rate m CO2 -C /o OM per day 8 or below Particle Size TMECC 02.02 -B Inches % Sample Sieving for Aggregate Size Passing Classification 3 99% % Dry Weight Basis 3/8 25% Max. Length 6 inches _ Pathogen TMECC 07.01 -B Fecal Coliform Bacteria Pass < 1000 MPN /gram dry wt. Pathogen TMECC 07.01 -B Salmonella Pass < 3 MPN /4 grams dry wt. Physical TMECC 02.02 -C Contaminants Man Made Inert Removal and Combined Total: Classification: < 1.0 Plastic, Glass and Metal %> 4mm fraction Physical TMECC 02.02 -C Contaminants Man Made Inert Removal and Classification: None Detected Sharps (Sewing needles, straight pins and hypodermic needles) %> 4mm fraction i �y e I 11 J A� *TMECC refers to 'Test Methods for the Examination of Composting and Compost," published by the US Department of Agriculture and the US Compost Council (USCC). Shredded green material must: 1. Be chipped, shredded, or ground vegetation; or clean processed recycled wood products. Wood chips produced from tree trimmings may contain leaves and small twigs. 2. Comply with the following particle size requirements: Mulch Particle Size Requirements Sieve Size Percent Passing 3 inch 100 1 inch 90 -100 3/4 inch 65 -100 1/4 inch 0 -75 Maximum length 6 inches 3. Not be more than 0.1 percent by volume of deleterious materials such as rocks, glass, plastics, metals, clods, weeds, weed seeds, coarse objects, salts, paint, petroleum products, pesticides, or other chemical residues that would be harmful to plant or animal life. CONSTRUCTION Application Spread mulch: 1. To a uniform thickness oft inches 2. To extend to the edge of retaining walls, dikes, paving and to within 4 feet from the flow line of paved and unpaved drainage ditches 3. Using mechanical, pneumatic, or manual methods Maintenance Reapply mulch within 24 hours of discovering visible erosion, unless the Engineer approves a longer period. Temporary mulch disturbed or displaced by your vehicles, equipment, or operations must be reapplied at your expense. Cleanup, repair, removal, disposal, or replacement due to improper installation or your negligence are not included in the cost for performing maintenance. Removal Remove mulch by mechanically blending it into the soil with track laying equipment, disking, or other approved method. r� F MEASUREMENT AND PAYMENT Temporary mulch is measured by the square yard from measurements along the slope of the areas covered by the mulch. ° The contract price paid per square yard for temporary mulch includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work r� involved in applying temporary mulch, complete in place, including removal of mulch, as shown i on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. l J .o i �.e i _1 10 -1.07 TEMPORARY EROSION CONTROL BLANKET GENERAL Summary This work includes constructing, maintaining, and removing temporary erosion control blanket. Temporary erosion control blanket is used to cover and protect disturbed soil areas and soil from erosion by wind or water. Temporary erosion control blanket reduces channel erosion by protecting against scour created by concentrated flow. The SWPPP must describe and include the use of temporary erosion control blanket as a water pollution control practice for soil stabilization. Submittals Submit a Certificate of Compliance as specified in Section 6 -1.07, "Certificates of Compliance" of the State Standard Specifications for erosion control blanket. If you substitute the steel wire staple with an alternative attachment device, submit a sample of the device for approval at least 5 business days before installation. MATERIALS Erosion Control Blanket Erosion control blanket must be: 1. Described as a rolled erosion control product (RECP) 2. Classified as temporary and degradable or long -term and non - degradable 3. Machine -made mats 4. Provided in rolled strips 5. Classified by the Erosion Control Technology Council (ECTC) Erosion control blanket classified as temporary and degradable must be one of the following: 1. Double net excelsior blanket; I.I. Classified as ECTC Type 2D 1.2. Classified as an erosion control blanket 1.3. Designed to last for at least one year after installation 1.4. With a Universal Soil Loss Equation (LISLE) C- Factor of not more than 0.20 at a 2:1 (horizontal:vertical) slope L5. With 80 percent of the wood excelsior fibers being 6 inches or longer 1.6. Capable to withstand a maximum shear stress of 1.75 pounds per square foot under ASTM D 6460 1.7. With a minimum tensile strength of 75 pounds per foot under ASTM D 5035 1.8. With top and bottom surfaces covered with extruded photodegradable plastic netting or lightweight non - synthetic netting 2. Double net straw and coconut blanket: 2.1. Classified as ECTC Type 2D 2.2. Classified as an erosion control blanket 2.3. Designed to last for at least one year after installation 2.4. With a USLE C- Factor of not more than 0.20 at a 2:1 (horizontal:vertical) slope 2.5. Comprised of 70 percent straw and 30 percent coconut fiber 2.6. Capable to withstand a maximum shear stress of 1.75 pounds per square foot under ASTM D 6460 2,7. With a minimum tensile strength of 75 pounds per foot under ASTM D 5035 2.8. With top and bottom surfaces covered with extruded photodegradable plastic netting or lightweight non - synthetic netting 3. Jute netting: 3.1. Classified as ECTC Type 3B 32. Classified as an open weave textile and have from 14 to 20 strands per foot in each direction 3.3. Designed to last for at least one year after installation 3.4. With a USLE C- Factor of not more than 0.25 at a 1.5:1 (horizontal:vertical) slope 3.5. Comprised of 100 percent unbleached and undyed spun yarn made of jute fiber 3.6. With an average open area from 63 to 70 percent IT From 48 to 72 inches in width 3.8. Capable to withstand a maximum shear stress of 2.0 pounds per square foot under ASTM D6460 3.9. With a minimum tensile strength of 100 pounds per foot under ASTM D 5035 3.10. From 0.90 to 1.20 pounds per square yard in weight 4. Coir netting: 4.1. Classified as ECTC Type 4 4.2. Classified as an open weave textile and from 13 to 18 strands per foot in each direction 4.3. Designed to last for at least three years after installation 4.4. With a USLE C- Factor of not more than 0.25 at a L 1 (horizon ta [:vertical) slope 4.5. Comprised of 100 percent unbleached and undyed spun Coir yarn made of coconut fiber 4.6. With an average open area from 63 to 70 percent 4.7. From 72 to 158 inches in width 4.8. Capable to withstand a maximum shear stress of 2.2S pounds per square foot under ASTM D6460 4.9. With a minimum tensile strength of 125 pounds per foot under ASTM D 5035 4.10. From 1.20 to 1.67 pounds per square yard in weight Erosion control blanket classified as long -term and non - degradable must: 1. Be a geosynthetic fabric 2. Comply with the specifications for rock slope protection fabric (Class 8) in Section 88- 1.06, "Channel and Shore Protection," of the State Standard Specifications Staples You may use an alternative attachment device such as a geosynthetic pins or plastic pegs to install erosion control blanket. CONSTRUCTION Before placing erosion control blanket, remove obstructions including rocks, clods, and debris greater than I inch in diameter from the ground. If fiber rolls are to be placed in the same area as erosion control blankets, install the blankets before placing the fiber rolls. If hydroseeding is to be done in the same area as erosion control blanket: 1. You must hydroseed before placing the double net excelsior or straw and coconut blankets 2. You may hydroseed before or after placing thejute or coir netting If temporary erosion control blanket is installed on disturbed soil areas including embankment and excavation slopes: 1. Place the blanket loosely on the embankment or excavation slope with the longitudinal joints perpendicular to the slope contour lines 3. Place the blanket on the upper portion of the slope overlapping the blanket on the lower portion of the slope for transverse joints 4. Place the blanket on the side of the prevailing wind shall overlapping the blanket on the downwind side of the slope for longitudinal joints 2. Overlap and staple the longitudinal and transverse joints 5. Secure the ends of the blanket in key trenches If temporary erosion control blanket is installed in area of concentrated runoff including ditches and swales: 1. Place the blanket loosely along the ditch or swale with the longitudinal edges and joints parallel to the centerline of the ditch or Swale 2. Place the blanket on the upper portion of the slope overlapping the blanket on the lower portion of the slope for transverse joints 3. Secure transverse joints of blankets in intermediate joint trenches 4. Overlap and staple the longitudinal and transverse joints 5. Secure the ends of the blanket in intermediate and key trenches MAINTENANCE Remove sediment deposits, trash, and debris from temporary erosion control blanket as needed or when directed by the Engineer. ICremoved sediment is deposited within project limits, it must be stabilized and not subject to erosion by wind or water. Trash and debris must be removed and r=; disposed of as specified in Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Maintain temporary erosion control blanket by: 1. Removing sediment from the surface of the blanket when it is deeper than 2 inches 2. Repairing or replacing the blanket when the area treated with temporary erosion control blanket becomes exposed or exhibits visible erosion 3. Repairing or replacing the erosion control blanket when washouts occur between joints or '? beneath the erosion control blanket 4. Repairing or replacing the erosion control when it becomes detached, torn, or unraveled Repair temporary erosion control blanket within 24 hours of discovering damage unless the A Engineer approves a longer period. If your vehicles, equipment, or activities disturb or displace temporary erosion control blanket, r� repair erosion control blanket at your expense. The City does not pay maintenance costs for cleanup, repair, removal, disposal, or replacement due to improper installation or your negligence. z i r REMOVAL When the Engineer determines that temporary erosion control blanket is not required, it must be removed and disposed of under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Ground disturbance, including holes and depressions, caused by the installation and removal of the temporary erosion control blanket must be backfilled and repaired under Section 15 -1.02, "Preservation of Property," of the State Standard Specifications. MEASUREMENT AND PAYMENT Temporary erosion control blanket is measured by the square yard of the actual area covered excluding overlaps. The contract price paid per square yard for temporary erosion control blanket includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing temporary erosion control blanket, complete in place, including trench excavation and backfill, and removal of temporary erosion control blanket, as shown on the plans, as specified in the State Standard Specifications, the Standard Specifications and these special provisions, and as directed by the Engineer. . R y� i i' 10 -1.08 TEMPORARY CONCRETE WASHOUT FACILITY GENERAL Summary This work includes removal and disposal of concrete waste by furnishing, maintaining, and removing temporary concrete washout facilities. S WPPP must describe and include the use of temporary concrete washout facilities as a water pollution control practice for waste management and materials pollution control. Submittals At least 5 business days before concrete activities start, submit: t. Location of washout facilities 2. Name and location of off -site concrete waste disposal facility to receive concrete waste 3. Copy of permit issued by RWQCB for off -site commercial disposal facility 4. Copy of license for off -site commercial disposal facility 5. Copy ofpennit issued by state or local agency having jurisdiction over disposal facility if disposal site is located outside of the State of California 6. Gravel - filled bag fabric 7. Plastic liner 8. Alternate attachment device for staples, if used Quality Control and Assurance Retain and submit records of disposed concrete waste. MATERIALS Straw Bales Straw bales must comply with Section 20 -2.06, "Straw," of the State Standard Specifications and be: I. At least 14 inches wide, 18 inches high, 36 inches long, and weigh at least 50 pounds. 2. Composed entirely of vegetative matter, except for binding material. 3. Bound by wire, nylon, or polypropylene string. Do not usejute or cotton binding. Baling wire must be minimum 16 gauge. Nylon or polypropylene string must be approximately 0.08 -inch in diameter with 80 pounds of breaking strength. Stakes Stakes may be either wood or metal and must comply with the following: 1. Wood stakes must be: LL Untreated fir, redwood, cedar, or pine and cut from sound timber 1.2. Straight and free of loose or unsound knots and other defects which would render stakes unfit for use 1.3. Pointed on the end to be driven into the ground 1.4. At least 2" x 2" x 48" in size 2. Metal stakes must be at least 0.5 -inch diameter and 48 inches long. Tops of metal stakes must be bent at a 90- degree angle or capped with an orange or red plastic safety cap that fits snugly to the metal stake. t G� z� Y Concrete Washout Sign Concrete washout sign must comply with Section 12- 3.06B, "Portable Signs" of the State -n Standard Specifications and: I , Be approved by the Engineer D 2. Consist of base, framework, and sign panel 3. Be made of plywood ° 4, Be minimum 2' x 4' in size 5. Read "Concrete Washout" with 3 inches high black letters on white background Gravel - filled Bag Fabric Geosynthetic fabric for temporary gravel bag berm must consist of one of these: 1. Polyester 2. Polypropylene 3. Combined polyester and polypropylene Sample under ASTM D 4354, Procedure C. Test under ASTM D 4759. All properties must be based on Minimum Average Roll Value (MARV). Identify, store, and handle under ASTM D 4873. Protect geosynthetics from moisture, sunlight, and damage during shipping and storage. Label each unit with manufacturer's name, identifying information, and product identification. Gravel - filled bag fabric must comply with requirements in this table: Specification Requiremen is Grab breaking load 205 1 -inch grip, lb, min. in each direction Apparent elongation 50 percent, min., in each direction Water Flow Rate 80 -150 max. average roll value, gallons per minute /square foot Permittivity 1.2 1 /sec., min Apparent opening size 40 -80 max. average roll value, U.S. Standard sieve size Ultraviolet Degradation 70 percent of original unexposed grab breaking load 500 hour, minimum 9 J p J Gravel Gravel for gravel - filled bags must be: 1. From 3/8 to 3/4 inch in diameter 2. Clean and free of clay balls, organic matter, and other deleterious materials Gravel - filled Bag Gravel -filled bag must: 1. Be made of gravel-filled bag fabric. 2. Have inside dimensions from 24 to 32 inches long, and from 16 to 20 inches wide. 3. Have bound opening to retain gravel. Opening must be sewn with yarn, bound with wire, or secured with a closure device. 4. Weigh from 30 to 50 pounds when filled with gravel. Plastic Liner Plastic liner must be: 1. Single ply, new polyethylene sheeting 2. At least 10 mils thick 3. Free of holes, punctures, tears or other defects 4. Without seams or overlapping joints CONSTRUCTION Placement Place concrete washout facilities atjob site: 1. Before concrete placement activities start 2. In the immediate area of concrete work as approved by the Engineer 3. No closer than 50 feet from storm drain inlets, open drainage facilities, ESAs, or watercourses 4. Away from construction traffic or public access areas Install a concrete washout sign adjacent to each temporary concrete washout facility location. For at grade and below grade concrete washout facilities: 1. Build to contain liquid and concrete waste without seepage, spills, or overflow 2. Build in sufficient quantity and size to contain liquid and concrete waste generated by washout activities for concrete wastes 3. Install with plastic liner If approved, the length and width of temporary concrete washout facility may be increased from minimum dimensions shown on the plans. If below grade concrete washout facilities are used, construct berms from compacted native material. Gravel may be used in conjunction with compacted native material. Operation Use concrete washout facilities for: 1. Washout from concrete delivery trucks 2. Slurries containing portland cement concrete or hot mix asphalt from sawcutting, coring, grinding, grooving, and hydro- concrete demolition 3. Concrete waste from mortar mixing stations Relocate concrete washout facilities as needed for concrete construction work. Do not fill higher than 6 inches below rim. Your WPC manager must inspect concrete washout facilities: 1. Daily if concrete work occurs daily 2. Weekly if concrete work does not occur daily Maintenance Maintain temporary concrete washout facility by: J. Providing adequate holding capacity with 12 -inch minimum freeboard 2. Removing and disposing of hardened concrete under Section 15 -3.02, 'Removal Methods," of the State Standard Specifications 3. Patching holes, rips, and voids in plastic liner with tape 4. If plastic liner leaks after patching, replace plastic liner 5. Repairing or replacing gravel - filled bags when they become split, torn, unraveled, or gravel spills out 1 7� �R Repair temporary concrete washout facility within 24 hours of discovering damage unless the Engineer approves a longer period. If your vehicles, equipment, or activities disturb or displace temporary concrete washout facility, 1 repair temporary concrete washout facility at your expense. Removal Dispose of concrete waste material at a facility specifically licensed to receive solid concrete waste, liquid concrete waste, or both. When concrete washout facility is full, remove and dispose of concrete waste within 2 days. When the Engineer determines that temporary concrete washout facility is not needed, remove and dispose of it under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Backfill and repair ground disturbance, including holes and depressions, caused by the installation and removal of temporary concrete washout facility, under Section 15 -1.02, "Preservation of Property," of the State Standard Specifications. l 1 .D z LL� 3 D V PAYMENT Temporary concrete washout facility is measured by the actual count of concrete washout facilities in place. The contract unit price paid for temporary concrete washout facility includes full compensation for fumishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing, maintaining, and removing the concrete washout facility, including removal and disposal of concrete waste, as specified in the State Standard Specifications, the Standard Specifications and these special provisions, and as directed by the Engineer. 10 -1.09 TEMPORARY FIBER ROLL GENERAL Summary This work includes constructing, maintaining, and removing temporary fiber roll. The SWPPP must describe and include the use of temporary fiber roll as a water pollution control practice for sediment control. Submittals Submit a Certificate of Compliance as specified in Section 6 -1.07, "Certificates of Compliance" of the State Standard Specifications for fiber roll. MATERIALS Fiber Roll Fiber roll must: 1. Last for at least one year after installation 2. Be Type 1 or Type 2 If specified, Type 1 fiber roll must be: 1. Made from an erosion control blanket: 1.1. Classified by the Erosion Control Technology Council (ECTC) as ECTC 2D 1.2. With a Universal Soil Loss Equation (LISLE) C- Factor of not more than 0.20 at a 2:1 (horizontal: vertical) slope 1.3. Capable to withstand a maximum shear stress of 1.75 pounds per square foot under ASTM D 6460 1.4. With a minimum tensile strength of 75 pounds per foot under ASTM D 5035 1.5. With top and bottom surfaces covered with extruded photodegradable plastic netting or lightweight non - synthetic netting 1.6. That complies with one of the following: 1.6.1. Double net straw and coconut blanket with 70 percent straw and 30 percent coconut fiber 1.6.2. Double net excelsior blanket with 80 percent of the wood excelsior fibers being 6 inches or longer 2. Rolled along the width 3. Secured with natural fiber twine every 6 feet and 6 inches from each end 4. Finished to be either: 4.1. From 8 to 10 inches in diameter, from 10 to 20 feet long, and at least 0.5 pounds per linear foot X t e =� 6 t I .. '1 3 i I 6 y �i 4.2. From 10 to 12 inches in diameter, at least 10 feet long, and at least 2 pounds per I inear foot If specified, Type 2 fiber roll must 1. Be filled with rice or wheat straw, wood excelsior, or coconut fiber 2. Be covered with a photodegradable plastic netting or a biodegradable jute, sisal, or coir fiber netting 3. Have the netting secured tightly at each end 4. Be finished to be either: 4.1. From 8 to 10 inches in diameter, from 10 to 20 feet long, and at least 1.1 pounds per linear foot 4.2. From 10 to 12 inches in diameter, at least 10 feet long, and at least 3 pounds per linear foot Wood Stakes Wood stakes must be: 1. Untreated fir, redwood, cedar, or pine and cut from sound timber 2. Straight and free of loose or unsound knots and other defects which would render the stakes unfit for use 3. Pointed on the end to be driven into the ground For fiber roll. wood stakes must be at least: 1. 1" x J" x 24" in size for Type 1 installation 2. 1" x 2" x 24" in size for Type 2 installation Rope For Type 2 installation, rope must: 1. Be biodegradable, such as sisal or manila 2. Have a minimum diameter of 114 inch CONSTRUCTION Before placing fiber roll, remove obstructions inctuding rocks, clods, and debris greater than one inch in diameter from the ground. If fiber roll is to be placed in the same area as erosion control blanket, install the blanket before placing the fiber roll. For other soil stabilization practices such as hydraulic mulch or compost, place the fiber roll and then apply the soil stabilization practice. Place fiber roll on slopes at the following spacing unless the plans show a different spacing: 1. 10 feet apart for slopes steeper than 2:1 (horizon ta1:verticat) 2. 15 feet apart for slopes from 2: t to 4:1 (horizon ta1:vertical) 3. 20 feet apart for slopes from 4:1 to 10:1 (horizon tal:vertical) 4. 50 feet apart for slopes flatter than 10:1 (horizontaLvertical) Place fiber roll approximately parallel to the slope contour. For any 20 foot section of fiber roll, do not allow the fiber roll to vary more then 5 percent from level. Type 1 and Type 2 fiber roll may be installed using installation method Type 1, Type 2, or a combination: For installation method Type I, install fiber roll by: 1. Placing in a furrow that is from 2 to 4 inches deep 2. Securing with wood stakes every 4 feet along the length of the fiber roll 3. Securing the ends of the fiber roll by placing a stake 6 inches from the end of the roll 4. Driving the stakes into the soil so that the top of the stake is less then 2 inches above the top of the fiber roll For installation method Type 2, install fiber roll by: 1. Securing with rope and notched wood stakes. 2. Driving stakes into the soil until the notch is even with the top of the fiber roll. 3. Lacing the rope between stakes and over the fiber roll. Knot the rope at each stake. 4. Tightening the fiber roll to the surface of the slope by driving the stakes further into the soil. MAINTENANCE Maintain temporary fiber roll to provide sediment holding capacity and to reduce runoff velocities. Remove sediment deposits, trash, and debris from temporary fiber roll as needed or when directed by the Engineer. If removed sediment is deposited within project limits, it must be stabilized and not subject to erosion by wind or water. Trash and debris must be removed and disposed of as specified in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Maintain temporary fiber roll by: c� 1 ..y i 4 A t n 1. Removing sediment from behind the fiber roll when sediment is 1/3 the height of the fiber roll above ground 2. Repairing or adjusting the fiber roll when rills and other evidence of concentrated runoff occur beneath the fiber roll. 3. Repairing or replacing the fiber roll when they become split, torn, or unraveled 4. Adding stakes when the fiber roll slump or sag 5. Replacing broken or split wood stakes m� Repair temporary fiber roll within 24 hours of discovering damage unless the Engineer approves A a longer period. J If your vehicles, equipment, or activities disturb or displace temporary fiber roll, repair temporary fiber roll at your expense. 9 The City does not pay maintenance costs for cleanup, repair, removal, disposal, or replacement due to improper installation or your negligence. REMOVAL When the Engineer determines that temporary fiber roll is not required, they must be removed and disposed of under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Ground disturbance, including holes and depressions, caused by the installation and removal of the temporary fiber roll must be backfilled and repaired under Section 15 -1.02, 'Preservation of Property," of the State Standard Specifications. MEASUREMENT AND PAYMENT Temporary fiber roll is measured by the linear foot along the centerline of the installed roll. Where temporary fiber roll is joined and overlapped, the overlap is measured as a single installed roll. The contract price paid per linear foot for temporary fiber roll includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the temporary fiber roll, complete in place, including removal of materials, cleanup and disposal of retained sediment and debris, and backfilling and repairing holes, depressions and other ground disturbance, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer 10 -1.10 TEMPORARY GRAVEL BAG BERM GENERAL Summary This work includes constructing, maintaining, and removing temporary gravel bag berm. The SWPPP must describe and include the use of temporary gravel bag berm as a water pollution control practice for sediment control. Submittals Submit a Certificate of Compliance as specified in Section 6 -1.07, "Certificates of Compliance" of the State Standard Specifications for gravel - filled bag fabric. MATERIALS Gravel - filled Bag Fabric Geosynthetic fabric for temporary gravel bag berm must consist of one of the following: 1. Polyester 2. Polypropylene 3. Combined polyester and polypropylene Sample under ASTM D 4354, Procedure C. 5 Test under ASTM D 4759. All properties must be based on Minimum Average Roll Value (MARV). 6 Identify, store, and handle under ASTM D 4873. 7 Protect geosynthetics from moisture, sunlight, and damage during shipping and storage. Label each unit with the manufacturer's name, identifying information, and product identification. 8 Gravel - filled bag fabric must comply with: Specification Requiremen Grab breaking load 205 1 -inch grip, lb, min. in each direction Apparent elongation 50 ercent, min., in each direction Water Flow Rate 80 -150 max, average roll value, gallons per minute /square foot Permittivity 1.2 1/sec., min Apparent opening size 40 -80 max. average roll value, U.S. Standard sieve size Ultraviolet Degradation 70 percent oforiginal unexposed grab breaking load 500 hr, minimum Gravel Gravel for gravel - filled bags must be: 1. From 3/8 to 3/4 inch in diameter 2. Clean and free from clay balis, organic matter, and other deleterious materials Gravel -filled Bags Gravel - filled bags must: 1. Be made from gravel - Filled bag fabric. 2. Have inside dimensions from 24 to 32 inches in length, and from 16 to 20 inches in width. 3. Have the opening bound to retain the gravel. The opening must be sewn with yarn, bound with wire, or secured with a closure device. 4. Weigh from 30 to 50 pounds when filled with gravel. CONSTRUCTION Before constructing temporary gravel bag berm, remove obstructions including rocks, clods, and debris greater than I inch in diameter from the ground. Temporary gravel bag berm must: I. Be placed as a single layer of gravel bags to create a linear sediment barrier 2. Be placed end -to -end to eliminate gaps 3. Be placed approximately parallel to the slope contour 4. Have the last 6 feet of the gravel bag berm angled up -slope If you need to increase the height of the temporary gravel bag berm: 1. Increase height by adding rows of gravel- filled bags o =i o1 2. Stack bags in a way that the bags in the top row overlap the joints in the lower row 3. Stabilize berm by adding rows at the bottom S If used within shoulder area, gravel - filled bags must be placed behind temporary railing (Type K)_ i u MAINTENANCE Maintain temporary gravel bag berm to provide sediment holding capacity and to reduce runoff p velocities. { Remove sediment deposits, trash, and debris from temporary gravel bag berm as needed or when directed by the Engineer. If removed sediment is deposited within project limits, it must be g stabilized and not subject to erosion by wind or water. Trash and debris must be removed and disposed of as specified in Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications.n Maintain temporary gravel bag berm by. 1. Removing sediment from behind the gravel bag berm when sediment is 1/3 the height of the gravel bag berm above ground 2. Repairing or adjusting the gravel - filled bags when rills and other evidence of concentrated runoff occur beneath the gravel -filled bags 3. Repairing or replacing the gravel - filled bags when they become split, torn, or unraveled Repair temporary gravel bag berm within 24 hours of discovering damage unless the Engineer approves a longer period. If your vehicles, equipment, or activities disturb or displace temporary gravel bag berm, repair temporary gravel bag berm at your expense. The City does not pay maintenance costs for cleanup, repair, removal, disposal, or replacement due to improper installation or your negligence. REMOVAL When the Engineer determines that temporary gravel bag berm is not required, they must be removed and disposed of under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Ground disturbance, including holes and depressions, caused by the installation and removal of the temporary gravel bag berm must be backfilled and repaired under Section 15 -1.02, "Preservation of Properly," of the State Standard Specifications. j MEASUREMENTANDPAYMENT t Y Temporary gravel bag berm is measured by the linear foot along the centerline of the installed U berm. The contract price paid per linear foot for temporary gravel bag berm includes full compensation t for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work 1 mp involved in constructing the temporary gravel bag berm, complete in place, including removal of materials, cleanup and disposal of retained sediment and debris, and backfilling and repairing holes, depressions and other ground disturbance, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. 10 -1.11 TEMPORARY DRAINAGE INLET PROTECTION GENERAL Summary This work includes constructing, maintaining, and removing temporary drainage inlet protection. Drainage inlet protection settles and filters sediment before stormwater runoff discharges into storm drainage systems. The SWPPP must describe and include the use of temporary drainage inlet protection as a water pollution control practice for sediment control. Provide temporary drainage inlet protection to meet the changing conditions around the drainage inlet. Temporary drainage inlet protection must be: I. Appropriate type to meet the conditions around the drainage inlet 2. Type 3A Submittals Submit a Certificate of Compliance as specified in Section 6 -1.07, "Certificates of Compliance" of the State Standard Specifications for: 1. Erosion control blanket 2. Fiber rolls 3. Safety cap for metal posts 4. Silt fence fabric 5. Sediment filter bag 6. Foam barrier 7. Rigid plastic barrier 8. Gravel -filled bag fabric If you substitute the steel wire staple with an alternative attachment device, submit a sample of the device for approval at least 5 business days before installation. MATERIALS Geosynthetic Fabrics Geosynthetic fabrics for temporary drainage inlet protection must consist of one of the following: 1. Polyester 2. Polypropylene 3. Combined polyesterand polypropylene Geosynthetic fabrics for temporary drainage inlet must comply with the specifications for water pollution control in Section 88 -1.05, "Water Pollution Control," of the State Standard Specifications. Foam barrier must comply with: Foam Barrier Property ASTM Specification Designation Grab breaking load D 4632 1 -inch grip, lb, min. in each direction 200 Apparent elongation D 4632 percent, min., in each direction 15 Water Flow Rate D 4491 max. average roll value, gallons per minute/square foot 100 -150 Permittivity D 4491 1 /sec., min. 0.05 Apparent opening size D 4751 max. average roll value, U.S. 40 Standard sieve size Ultraviolet D 4595 Degradation percent of original unexposed grab 70 breaking load 500 hr, minimum Sample under ASTM D 4354, Procedure C. Test under ASTM D 4759. All properties are based on Minimum Average Roll Value (MARV). Identify, store, and handle under ASTM D 4873. Erosion Control Blanket Erosion control blanket must be: i i �.1 I . Described as a rolled erosion control product (RECP) 2. Classified as temporary and degradable or long -term and non - degradable 3. Machine -made mats 4. Provided in rolled strips i 5. Classified by the Erosion Control Technology Council (ECTC) Erosion control blanket classified as temporary and degradable must be one of the following: I- Double net excelsior blanket: I.]. Classified as ECTC Type 2D 1.2. Classified as an erosion control blanket 1.3. Designed to last for at least one year after installation 1.4. With a Universal Soil Loss Equation (USLE) C- Factor of not more than 0.20 at a 2:1 (horizontal:vertical) slope 1.5. With 80 percent of the wood excelsior fibers being 6 inches or longer 1.6. Capable to withstand a maximum shear stress of 1.75 pounds per square foot under ASTM D 6460 1.7. With a minimum tensile strength of 75 pounds per foot under ASTM D 5035 1.8. With top and bottom surfaces covered with extruded photodegradable plastic netting or lightweight non - synthetic netting 2. Double net straw and coconut blanket: 2.1. Classified as ECTC Type 2D 2.2. Classified as an erosion control blanket 2.3. Designed to last for at least one year after installation 2.4. With a USLE C- Factor of not more than 0.20 at a 2:1 (horizontal:vertical) slope 2.5. Comprised of 70 percent straw and 30 percent coconut fiber 2.6. Capable to withstand a maximum shear stress of 1.75 pounds per square foot under ASTM D 6460 2.7. With a minimum tensile strength of 75 pounds per foot under ASTM D 5035 2.8. With top and bottom surfaces covered with extruded photodegradable plastic netting or lightweight non- synthetic netting 3. Jute netting: 3.1. Classified as ECTC Type 3B 3.2. Classified as an open weave textile and have from t4 to 20 strands per foot in each direction 3.3. Designed to last for at least one year after installation 3.4. With a USLE C- Factor of not more than 0.25 at a 1.5:1 (horizontalwertical) slope 3.5. Comprised of 100 percent unbleached and undyed spun yarn made of jute fiber 3.6. With an average open area from 63 to 70 percent 3.7. From 48 to 72 inches in width 3.8. Capable to withstand a maximum shear stress of 2.0 pounds per square foot under ASTM D 6460 3.9. With a minimum tensile strength of 100 pounds per foot under ASTM D 5035 3.10. From 0.90 to 1.20 pounds per square yard in weight 4. Coir netting: 4.1. Classified as ECTC Type 4 4.2. Classified as an open weave textile and from 13 to 18 strands per foot in each direction 4.3. Designed to last for at least three years after installation 4.4. With a USLE C- Factor of not more than 0.25 at a 1:1 (horizontal:vertical) slope 4.5. Comprised of 100 percent unbleached and undyed spun coir yarn made of coconut fi ber 4.6. With an average open area from 63 to 70 percent 4.7. From 72 to 158 inches in width 4.8. Capable to withstand a maximum shear stress of 2.25 pounds per square foot under ASTM D6460 4.9. With a minimum tensile strength of 125 pounds per foot under ASTM D 5035 4.10. From 1.20 to 1.67 pounds per square yard in weight Erosion control blanket classified as long -term and non - degradable must: 1. Be a geosynthetic fabric 2. Comply with the specifications for rock slope protection fabric (Class 8) in Section 88- 1.06, "Channel and Shore Protection," of the State Standard Specifications Staples You may use an alternative attachment device such as a geosynthetic pins or plastic pegs to install erosion control blanket. Rock Rock must comply with: 1. Requirements under Section 72 -2.02, "Materials," of the State Standard Specifications 2. Following sizes: Square Screen Percentage Percentage Size Passing Retained (inch) 6 100 0 3 0 100 Rope Rope for fiber rolls must be: I. Biodegradable, such as sisal or manila 2. At least 1/4 inch in diameter Fiber Rolls Fiber rolls must: 1. Last for at least one year after installation 6 c� e� i =d I t �3 2. Be Type 1 or Type 2 For Type 1, fiber rolls must be: 1. Made from an erosion control blanket classified as temporary and degradable 2. Rolled along the width 3. Secured with natural fiber twine every 6' -6" from each end 4. Finished to be either: 41. From 8 to 10 inches in diameter, from 10 to 20 feet long, and at least 0.5 pounds per linear foot 4.2. From 10 to 12 inches in diameter, at least 10 feet long, and at least 2 pounds per linear foot For Type 2, fiber rol Is must: 1. Be filled with rice or wheat straw, wood excelsior, or coconut fiber 2. Be covered with photodegradable plastic netting, biodegradable jute, sisal, or coir fiber netting 3. Have netting secured tightly at each end 4. Be finished to be either: 4.1. From 8 to 10 inches in diameter, from 10 to 20 feet long, and at least 1.1 pounds per linear foot 4.2. From 10 to 12 inches in diameter, at least 10 feet long, and at [cast 3 pounds per linear foot Wood Stakes Wood stakes must be: 1. Untreated fir, redwood, cedar, or pine and cut from sound timber 2. Straight and free of loose or unsound knots and other defects which would render the stakes unfit for use 3. Pointed on the end to be driven into the ground For fiber rolls, wood stakes must be at least: 1. 1" x 1" x 24" in size for Type 1 installation 2. 1" x 2" x 24" in size for Type 2 installation Posts Posts must be wood or metal. Wood posts must be: I. Untreated fir, redwood, cedar, or pine and cut from sound timber 2. Straight and free of loose or unsound knots and other defects that would render the stakes unfit for use 3. Pointed on the end to be driven into the ground 4. At least 2" x 2" in size, and 4 feet long Metal posts must: 1. Be made of steel. 2. Have a "U," "T," "L," or other cross sectional shape that can resist failure from lateral loads. 3. Be. pointed on the end to be driven into the ground. 4. Weigh at least 0.75 -pound per foot. 5. Be at least 4 feet long. 6. Have a safety cap attached to the exposed end. plastic and fit snugly to the metal post. Silt Fence Silt fence must be: rzq f ^Y 11 ,c The safety cap must be orange or red `4`I 'i 1. Constructed with silt fence fabric, posts, and fasteners 2. Prefabricated or assembled at thejob site Silt fence fabric must be attached to posts using these methods: 1. If prefabricated silt fence is used, posts must be inserted into sewn pockets 2. If assembled on the job site: 2.1. If wood posts are used, fasteners must be staples or nails 2.2. If steel posts are used, fasteners must be tie wires or locking plastic fasteners 2.3. Spacing of the fasteners must be at least 8 inches Gravel -filled Bags Gravel -filled bags must: 1. Be made from fabric. 2. Have inside dimensions from 24 to 32 inches in length, and from 16 to 20 inches in width. 3. Have the opening bound to retain the gravel. The opening must be sewn with yam, bound with wire, or secured with a closure device. 4. Weigh from 30 to 50 pounds when filled with gravel. Gravel for gravel - filled bags must be: d.! 1. From 3/8 to 3/4 inch in diameter 3 2. Clean and free from clay balls, organic matter, and other deleterious materials J Sediment Filter Bag Sediment filter bag must: 1. Be made of fabric 2. Be sized to fit the catch basin or drainage inlet 3. Include a high -flow bypass Sediment filter bag may include a metal frame. Sediment filter bags that do not have a metal frame and are deeper than 18 inches must: 1. Include lifting loops and dump straps 2. Include a restraint cord to keep the sides of the bag away from the walls of the catch basin Foam Barriers Foam barriers must: 1. Be filled with a urethane foam core 2. Have a geosynthetic fabric cover and flap 3. Have a triangular, circular, or square shaped cross section 4. Have a vertical height of at least 5 inches after installation 5. Have a horizontal flap of at least 8 inches in width 6. Have a length of at least 4 feet per unit 7. Have the ability to interlock separate units into a longer barrier so that water does not flow between the units 8. Be secured to: 8.1. Pavement with 1 -inch concrete nails with I -inch washers and solvent -free adhesive 8.2. Soil with 6 -inch nails with 1 -inch washers Rigid Plastic Barriers Rigid plastic barriers must: 1. Have an integrated filter 2. Have a formed outer jacket of perforated high density polyethylene (HDPE) or polyethylene terephthalate (PET) 3. Have a flattened tubular shaped cross section 4. Be made from virgin or recycled materials 5. Be free from biodegradable filler materials that degrade the physical or chemical characteristics of the finished filter core or outerjacket 6. Have a length of at least 4 feet per unit 7. Have the ability to interlock separate units into a longer barrier so that water does not flow between the units 8. Be secured to: 711 0 6 8.1 Pavement with 1 -inch concrete nails with 1 -inch washers and solvent -free adhesive, with gravel - filled bags, or a combination p 8.2 Soil with 6 -inch nails with 1 -inch washers and wood stakes 9. Comply with the following properties: Specification Requiremen is Grab tensile strength of outer jacket material, pounds /square inch, 4000 min. in each direction ASTM D 4632* Break strength ofouterjacket, pounds /square inch 1300 ASTM D 4632* Permittivity of filter core, 1 /sec., min. 0.38 ASTM D 4491 Flow rate of filter core, gallons per minute per square foot, 100 min. ASTM D 4491 200 max. Filter core aperture size, max., Average Opening Size (AOS), 425 microns Ultraviolet stability (outer jacket & filter core), percent tensile 90 strength retained after 500 hours, min. ASTM D 4355 (xenon -arc lamp and water spray weathering method) * or appropriate test method for specific polymer If used at a curb inlet without a grate, rigid plastic barriers must: 1. Have a horizontal flap of at least 6 inches with an under -seal gasket to prevent underflows 2. Include a high -flow bypass 3. Have a vertical height of at least 7 inches after installation 4. Be sized to fit the catch basin or drainage inlet If used at a grated catch basin without a curb inlet, rigid plastic barriers must: a d 1. Cover the grate by at least 2 inches on each side and have an under -seal gasket to prevent s underflows 1 Include a high -flow bypass 3. Have a vertical height of at least 1.5 inches after installation _ 4. Be sized to fit the catch basin or drainage inlet i If used at a curb inlet with a grate, rigid plastic barriers must: A 1. Have a horizontal flap that covers the grate by at least 2 inches on the 3 sides away from the curb opening and have an under -seal gasket to prevent underflows 2. Include a high -flow bypass 3. Have a vertical section that covers the curb opening by at least 5 inches after installation i 4. Be sized to fit the catch basin or drainage inlet If used as a linear sediment barrier, rigid plastic barriers: L Must have an installed height of at least 6 inches 2. May have a horizontal flap of at least 4 inches Linear Sediment Barrier Linear sediment barriers must consist of one or more of the following: I. Silt fence 2. Gravel -filled bags 3. Fiber roll 4. Rigid plastic barrier 5. Foam barrier Flexible Sediment Barrier Flexible sediment barriers consist of one or more of the following: 1. Rigid plastic barrier 2. Foam barrier CONSTRUCTION For drainage inlet protection at drainage inlets in paved and unpaved areas: I . Prevent ponded runoff from encroaching on the traveled way or overtopping the curb or dike. Use linear sediment barriers to redirect runoff and control ponding. 2. Clear the area around each drainage inlet of obstructions including rocks, clods, and debris greater than one inch in diameter before installing the drainage inlet protection. 3. Install a linear sediment barrier up -slope of the existing drainage inlet and parallel with the curb, d ike, or flow line to prevent sediment from entering the drainage inlet. Erosion Control Blanket To install erosion control blanket and geosynthetic fabric: 1. Secure blanket or fabric to the surface of the excavated sediment trap with staples and embed in a trench adjacent to the drainage inlet 2. Anchor the perimeter edge of the erosion control blanket in a trench Silt Fence If silt fence is used as a linear sediment barrier: 1. Place fence along the perimeter of the erosion control blanket, with the posts facing the drainage inlet t r' 2. Install fence with the bottom edge of the silt fence fabric in a trench. Backfill the trench with soil and compact manually Gravel Bag Berm If gravel bag berm is used as a linear sediment barrier: 1. Place gravel -filled bags end -to -end to eliminate gaps 2. Stack bags in a way that the bags in the top row overlap thejoints in the lower row If gravel bag berms are used for Type 3A and Type 3B: 1. Place gravel -filled bags end -to -end to eliminate gaps A 2. Stack bags in a way that the bags in the top row overlap the joints in the lower row 3. Arrange bags to create a spillway by removing one or more gravel - filled bags from the upperlayer i If used within shoulder area, place gravel - filled bags behind temporary railing (Type K). Fiber Rolls If fiber rolls are used as a linear sediment barrier: 1. Place fiber rolls in a furrow. 2. Secure fiber rolls with stakes installed along the length of the fiber rolls. Stakes must be installed from 6 to 12 inches from the end of the rolls. If fiber rolls are used as a linear sediment barrier for Type 4A, place them over the erosion control blanket. Foam Barriers If foam barriers are used as a linear sediment barrier: 1. Install barriers with the horizontal flap in a 3 inch deep trench and secured with nails and j washers placed no more than 4 feet apart 2. Secure barriers with 2 nails at the connection points where separate units overlap 3. Place barriers without nails or stakes piercing the core Flexible Sediment Barriers If Flexible sediment barriers are used: L Secure barriers to the pavement with nails and adhesive, gravel - filled bags, or a combination 2. Install barriers flush against the sides of concrete, asphalt concrete, or hot mix asphalt ; curbs or dikes 3. Place barriers to provide a tightjoint with the curb or dike and anchored in a way that runoff cannot flow behind the barrier If flexible sediment barriers are used for Type 413: 1. Secure barriers to the pavement according to the angle and spacing shown on the plans 2. Place barriers to provide a tight joint with the curb or dike. Cut the cover fabric or jacket to ensure a tight fit Rigid Sediment Barriers If rigid sediment barriers are used at a grated catch basin without a curb inlet: 1. Place barriers using the gasket to prevent runoff from flowing under the barrier 2. Secure barriers to the pavement with nails and adhesive, gravel -filled bags, or a combination If rigid sediment barriers are used for linear sediment barriers: 1. Install barriers in a trench. Backf I I the trench with soil and compact manually 1 Place barrier with separate units overlapping at least 4 inches 3. Reinforce barriers with a wood stake at each overlap 4. Fasten barriers to the wood stakes with steel screws, 16 gauge galvanized steel wire, or with UV stabilized cable ties that are from 5 to 7 inches in length Sediment Filter Bags Install sediment filter bags for Type 5 by: I. Removing the drainage inlet grate 2. Placing the sediment bag in the opening 3. Replacing the grate to secure the sediment filter bag in place MAINTENANCE Maintain temporary drainage inlet protection to provide sediment holding capacity and to reduce runoff velocities. Remove sediment deposits, trash, and debris from temporary drainage inlet protection as needed or when directed by the Engineer. If removed sediment is deposited within project limits, it must be stabilized and not subject to erosion by wind or water. Trash and debris must be removed and disposed of as specified in Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Maintain temporary drainage inlet protection by removing sediment from: 1. Behind flexible sediment barriers when sediment exceeds 1 inch in depth 2. Surface of the erosion control blanket when sediment exceeds 1 inch in depth 3. Sediment trap for Type 2 when the volume has been reduced by approximately one -half 4. Behind silt fence when the sediment is 1/3 the height of the silt fence fabric above ground S. Sediment filter bags when filled or when the restraint cords are no longer visible If rills and other evidence of concentrated runoff occur beneath the linear sediment barrier, repair or adjust the barrier. -I e¶ If silt fence fabric becomes split, torn, or unraveled, repair or replace silt fence. If geosynthetic fabric becomes split, torn, or unraveled, repair or replace foam barriers. Repair or replace sagging or slumping linear sediment barriers with additional stakes. Replace broken or split wood stakes. Reattach foam barriers and rigid plastic barriers that become detached or dislodged from the " pavement. Repair split or torn rigid plastic barriers with 16 gauge galvanized steel wire or UV stabilized cable ties that are from 5 to 7 inches in length. ° For sediment filter bags without metal frames, empty by placing one inch steel reinforcing bars i through the lifting loops and then lift the filled bag from the drainage inlet. For sediment filter bags with metal frames, empty by lifting the metal frame from the drainage inlet. Rinse before u replacing in the drainage inlet. When rinsing the sediment filter bags, do not allow the rinse water to enter a drain inlet or waterway. Repair temporary drainage inlet protection within 24 hours of discovering damage unless the €a Engineer approves a longer period. y� If your vehicles, equipment, or activities disturb or displace temporary drainage inlet protection, repair temporary drainage inlet protection at your expense. The City does not pay maintenance costs for cleanup, repair, removal, disposal, or replacement 7 due to improper installation or your negligence, REMOVAL When the Engineer determines that the temporary drainage inlet protection is not required, it must be removed and disposed of under Section 7 -1.13, 'Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Ground disturbance, including holes and depressions, caused by the installation and removal of the temporary drainage inlet protection must be backfilled and repaired under Section 15 -1.02, "Preservation of Property," of the State Standard Specifications. MEASUREMENT AND PAYMENT Quantities of temporary drainage inlet protection will be determined from actual count in place. The protection will be measured one time only and no additional measurement will be recognized. i The contract unit price paid for temporary drainage inlet protection includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the temporary drainage inlet protection, complete in place, including 3 removal of materials, cleanup and disposal of retained sediment and debris, and backfilling and repairing holes, depressions and other ground disturbance, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. s No additional compensation will be made if the temporary drainage inlet protection is relocated r during the course of construction. 0 r _S 10 -1.12 COOPERATION A Field Memo will be issued if it is anticipated that work by another contractor will be in progress adjacent to or within the limits of this project during progress of the work on this contract. Comply with Section 7 -1.14, "Cooperation," of the State Standard Specifications. I 10 -1.13 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 State 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 l temporary traffic control devices include traffic cones, plastic drums, portable delineators, and channelizers. 7 If requested by the Engineer, the Contractor shall provide written self - certification for crashworthiness of Category 1 temporary traffic control devices at least 5 business days before beginning any work using the devices or within 2 business days after the request if the devices D are already in use. Self- certification shall be provided by the manufacturer or Contractor and shall include the following: r 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: / /saftty.thwa. dot .gov /roadway_deptlpolicy_guid6/ road _hardware /listing.cfm?codewor kzone The Department also maintains this list at: h ttp:Hww,.v. dot.ca. gov /h q /tra f fops / sign tech /s i go d c I /pd f /Catego ry2. pd f Category 2 temporary traffic control devices that have not received FHWA acceptance shall not be. used. Category 2 temporary traffic control devices in use that have received FHWA acceptance shall be labeled with the FHWA acceptance letter number and the name of the manufacturer. The label shall be readable and permanently affixed by the manufacturer. Category 2 temporary traffic control devices without a label shall not be used. 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 business days before beginning any work using the devices or within 2 business 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.c&gov/hq/ese/approved_products—list/ 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 t 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 l or Category 2 temporary traffic control devices and no additional compensation will be allowed therefor. P� I 10 -1.14 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 State Standard Specifications and these special provisions. Attention is directed to "Fumish Sign" of these special provisions. a 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, VTI, 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 waming and guide signs shall have black legend and border on orange background, except W10 -1 or W47(CA) (Highway -Rail Grade Crossing Advance Warning) sign shall have black legend and border on yellow background. ; Orange background on construction area signs shall be fluorescent orange. Repair to construction area sign panels will not be allowed, except when approved by the Engineer. At nighttime under vehicular headlight illumination, sign panels that exhibit irregular luminance, shadowing or dark blotches shall be immediately replaced at the Contractor's expense. The Contractor shall notify the appropriate regional notification center for operators of subsurface installations at least 2 business days, but not more than 14 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 811 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 j 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" 1 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. Full compensation for conforming to the requirements for Construction Area Signs including furnishing, all labor, tools, equipment, materials and incidentals required for doing all the work involved in fumishing, installing, maintaining (including covering and uncovering, of construction area signs), relocating, replacing, repairing and when no longer required, removing of all construction area signs including, barricades, where shown on the plans, as specified in the State Standard Specifications, the Standard Specifications, and these Special Provisions, and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Construction Traffic Control System and no separate compensation will be allowed therefor, .7 1 1 10 -1.15 MAINTAINING TRAFFIC Maintaining traffic shall conform to the provisions in Sections 7 -10, "Public Convenience, SeEtioj '. , -ubks and Safety," of the Standard Specifications, Section 12, "Construction Area Traffic Control Devices," of the State Standard Specifications, and these special provisions. Closure is defined as the closure of a traffic lane or lanes, including shoulder, ramp or connector lanes, within a single traffic control system. Closures shall conform to the provisions in "Traffic Control System for Lane Closure" of these special provisions. Portable Changeable Message Sirens shall be furnished, placed, operated and maintained for ramp closures for advanced and closure notifications. Sign messages) shall be as directed by the Engineer. The state construction/traffic handling plans depict the general work to be nerformed and the traveled way to be used for all movements of traffic during each construction sequence. The Contractor shall be responsible for determining construction access and ingress /egress requirements and preparing a plan signed by a professional Civil Engineer registered in the State of California depicting access and ingress /egress points and associated barricades, crash cushions, temporary railing, signs and other devices required to prevent accidents or damage or iniury to the public, for review and approval by the Engineer. Full compensation for conforming to this provision shall be considered as included in the Contract Lump Sum price paid for Construction Traffic Control System M 6 a� u1 At locations where falsework pavement lighting or pedestrian openings through falsework are designated, falsework lighting shall be installed in conformance with the provisions in Section 86 -6.11, "Falsework Lighting," of the State Standard Specifications. Openings shall be provided through bridge falsework for the use of public traffic at each location where falsework is constructed over the streets or routes listed in the following table. The type, minimum width, height, and number of openings at each location, and the location and maximum spacing of falsework lighting, if required for each opening, shall conform to the requirements in the table. The width of vehicular openings shall be the clear width between temporary railings or other protective work. The spacing shown for falsework pavement lighting is the maximum distance center to center in feet between fixtures. Jamboree Road -, Br. No. 55 -0531 SB ROUTE 73 (Width and Height in feet) (R = Right side of traffic. L = Left side of traffic) (C = Centered overhead) Jamboree Road Overcrossing, Br. No. 55 -0531 NB Route 73 Number Width I Height Vehicle Openings 1 61 15 Pedestrian Openings R and L 30 Location Spacing Falsework Pavement Lighting R and L C 40 40 staiz2ered space (Width and Height in feet) (R = Right side of traffic. L = Left side of traffic) (C = Centered overhead) Jamboree Road Overcrossing, Br. No. 55 -0531 NB Route 73 The exact location of openings will be determined by the Engineer. Work that interferes with public traffic shall be limited to the hours when lane closures are allowed, except for work required under Sections 7 -10, "Public Convenience and Sal'etv." of the Standard Secpificati ons. Local authorities shall be notified at least 5 business days before work 1 – 49 — 15 — Pedestrian Openi.r+gs R and L 30 The exact location of openings will be determined by the Engineer. Work that interferes with public traffic shall be limited to the hours when lane closures are allowed, except for work required under Sections 7 -10, "Public Convenience and Sal'etv." of the Standard Secpificati ons. Local authorities shall be notified at least 5 business days before work r� a begins_ The Contractor shall cooperate with local authorities to handle traffic through the work area and shall make arrangements to keep the work area clear of parked vehicles. i Ramps adjacent to the closed freeway lane may be closed. 6 Adjacent ramps, in the same direction of travel, servicing 2 consecutive local streets shall not be closed simultaneously unless directed by the Engineer. The SC6 -3(CA) or SC6 -4(CA) signs shall be installed at least 7 days before closing the connector or ramp, but not more than 15 days before the connector or ramp closure. The Contractor shall notify the Engineer at least 2 business days before installing the SC6 -3(CA) or d SC6 -4(CA) signs. a Accurate information shall be maintained on the SC6 -3(CA) or SC6 -4(CA) signs. The SC6 - 3(CA) or SC6 -4(CA) signs, when no longer required, shall be immediately covered or removed. Freeways may be closed only if signed for closing 7 days in advance. The Contractor shall t notify the Engineer not less than 5 business days prior to signing the freeway. If the freeway is not closed on the posted day, the closure shall be changed to allow a 3- business -day advance -Y notice before closure. Freeway closure charts are for the erection and removal of falsework, placement and removal of overhead sign bridges, and other work as approved in writing by the Engineer. n Personal vehicles of the Contractor's employees shall not be, parked on the traveled way or shoulders including sections closed to public traffic. When work vehicles or equipment are parked within 6 feet of a traffic lane to perform active a construction, the shoulder area shall be closed with fluorescent orange traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25 -foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of 9 traffic cones or portable delineators shall be used for the taper. A W20 -1 (ROAD WORK AHEAD) or W21 -5b (RIGHT/LEFT SHOULDER CLOSED AHEAD) or C24(CA) (SHOULDER WORK AHEAD) sign shall be mounted on a crashworthy portable sign support with flags. The sign shall be placed where designated by the Engineer. The sign shall be a minimum of 48" x 48" in size. The Contractor shall immediately restore to the original position and location a traffic cone or delineator that is displaced or overturned, during the progress of work. If minor deviations from the lane requirement charts are required, a written request shall be submitted to the Engineer at least 15 days before the proposed date of the closure. The Engineer may approve the deviations if there is no significant increase in the cost to the State and if the work can be expedited and better serve the public traffic. When complete freeway, expressway or conventional highway closure is required, only one detour for each direction of travel will be allowed for the following operations: bridge demolition, sign structure installation and removal, erection of girders, and falsework erection ; and removal. Full compensation for furnishing, erecting, maintaining, and removing and disposing of the C43(CA), SC6- 3(CA), SC6- 4(CA), W20 -1, W21 -5b, and C24(CA) signs Shall be considered as J included in the contract lump sum price paid for construction area signs and no additional compensation will be allowed therefor. I J Pedestrian access facilities shall be provided through construction areas within the right of way as shown on the plans and as specified herein. Pedestrian walkways shall be surfaced with hot mix asphalt, portland cement concrete or timber. The surface shall be skid resistant and free of irregularities. Hand railings shall be provided on each side of pedestrian walkways as necessary to protect pedestrian traffic from hazards due to construction operations or adjacent vehicular traffic. Protective overhead covering shall be provided as necessary to insure protection from falling objects and drip from overhead structures. In addition to the required openings through falsework, pedestrian facilities shall be provided during pile driving, footing, wall, and other bridge construction operations. At least one walkway shall be available at all times. If the Contractor's operations require the closure of one walkway, then another walkway shall be provided nearby, off the traveled roadway. Railings shall be constructed of wood, S4S, and shall be painted white. Railings and walkways shall be maintained in good condition. Walkways shall be kept clear of obstructions. Full compensation for providing pedestrian facilities shall be considered as included in the Contract lump sum price paid for Construction Traffic Control System and no additional compensation will be allowed therefor. Chart No. 1 Freeway/Expressway Lane Requirements County: Oran-&e I Route/Direction: SB & NB PM: Closure Limits: SR -73 at Jamboree Road Overcrossinp FROM L401JR TO HOUR 24 4 5 6 7 9 9 10 11 12 1 1 17 19 1920212223 24 Mondays through Thursdays 1 1EIFIE El I I I 1 1 3 2 Fridays 1 F F F F Saturdays 2 F F F F F 3 Sundays 2FFFFFF 32 Legend: 1 Provide at least one through freeway lane open in direction of travel 2 Provide at least two adjacent through freeway lanes open in direction of travel 3 Provide at least three adjacent through freeway lanes open in direction of travel F Full Freeway Closure Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: Open lane(s) are mainline not HOV or additional lane(s). No closure sign(s) shall be exposed to public traffic more than 30 minutes before or after a closure except as otherwise indicated in thesespecial orovisions. ofgg 7' 71 o� —v i ;e 4� i a g _i Chart No. 2 Complete Ramp Closure Hours/Ramp Lane Requirements County: Orange Route/Direction: NB SR -73 PM: Closure Limits: NB SR -73 Jamboree Road and MacArthur Boulevard On -Ramps F M HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 1011 12 141 1 17191920212223 24 Mondays through Thursdays I C C C C 1 1 Fridays I C C C C Saturdays I C C C C- ] Sundays 1 C C C C C C 1 1 Legend: 1 Provide at least one ramp lane, not less than 13 -feet in width, open in direction of travel C7 Ramp may be closed completely Work permitted within project right of way where shoulder or lane closure is not required. REMARKS: Chart No. 3 Conventional Highway Lane Requirements County: Orange Route/Direction: Jamboree Closure Limits: Westbound for Stage 5 (Sta. 187 +00 to Sta. 198 +00) and Eastbound for Stage 6B (Sta. 178 +60 to Sta. 190 +50) FROM HOUR TO HOUR 24 1 2 3 4 5 6 7 8 9 101 1 12 13 1415 1 17181920212223 24 Mondays through Thursdays 2111212121 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I2 2 Fridays 2 2 2 2 2 Saturdays 2 2 2 2 212 1 1 2 Sundays 2 2 2 2 212 21 1 1 22 Legend: 2 Provide at least two adjacent through traffic lanes open in direction of travel (westbound Jamboree Road for Stage 5 and eastbound Jamboree Road for Stage 6B per Traffic Handling Plans) Work permitted within project right of way where shoulder or lane closure is not required. Three or more ad iacent lanes open prior to and after the completion of the concrete approach slabs in Stage 5 (westbound Jamboree Road) and Stage 6B (eastbound Jamboree Road) REMARKS: No closure sign(s) shall be exposed to public traffic more than 30 minutes before and after a closure, except as otherwise indicated in these special provisions. r� E i Erection and removal of falsework at locations where falsework openings are required shall be undertaken one location at a time. During falsework erection and removal, public traffic in the r lanes over which falsework is being erected or removed shall be detoured or stopped as specified in this section, "Maintaining Traffic." Falsework erection shalt include adjustments or removal of components that contribute to the horizontal stability of the falsework system. Falsework removal shall include lowering falsework, blowing sand from sand jacks, turning screws on screw jacks, and removing wedges. The Contractor shall have necessary materials and equipment on the site to erect or remove falsework before detouring or stopping public traffic. I i i a 1 i 10 -1.16 CLOSURE REQUIREMENTS AND CONDITIONS Closures shall conform to the provisions in "Maintaining Traffic" of these special provisions and these special provisions. CLOSURESCREDULE A written schedule of planned closures for the next week period, defined as Sunday noon through the following Sunday noon, shall be submitted by noon each Monday. A written schedule shall be submitted not less than 25 days and not more than 125 days before the anticipated start of any operation that will: 1. Reduce horizontal clearances, traveled way, including shoulders, to two lanes or less due to such operations as temporary barrier placement and paving 2. Reduce the vertical clearances available to the public due to such operations as pavement overlay, overhead sign installation, or falsework or girder erection The Closure Schedule shall show the locations and times of the proposed closures. The Closure Schedule request forms furnished by the Engineer shall be used. Closure Schedules submitted to the Engineer with incomplete or inaccurate information will be rejected and returned for correction and resubmittal. The Contractor will be notified of disapproved closures or closures that require coordination with other parties as a condition of approval. Closure Schedule amendments, including adding additional closures, shall be submitted by noon to the Engineer, in writing, at least 3 business days in advance of a planned closure. Approval of Closure Schedule amendments will be at the discretion of the Engineer. The Engineer shall be notified of cancelled closures 2 business days before the date of closure. Closures that are cancelled due to unsuitable weather may be rescheduled at the discretion of the Engineer. CONTINGENCY PLAN A detailed contingency plan shall be prepared for reopening closures to public traffic. If required by "Beginning of Work, Time of Completion and Liquidated Damages" of these special provisions, the contingency plan shall be submitted to the Engineer before work at the job site begins. Otherwise, the contingency plan shall be submitted to the Engineer within one business day of the Engineer's request. LATE REOPENING OF CLOSURES If a closure is not reopened to public traffic by the specified time, work shall be suspended in conformance with the provisions in Section 66 =3, "Suspension of Work," of the Standard Specifications. No further closures are to be made until the Engineer has accepted a work plan, submitted by the Contractor, that will insure that future closures will be reopened to public traffic at the specified time. The Engineer will have 2 business days to accept or reject the Contractor's proposed work plan. The Contractor will not be entitled to compensation for the suspension of work resulting from the late reopening of closures. For each 10- minute interval, or traction thereof past the time specified to reopen the closure, the City will deduct the amount per interval shown below from moneys due or that may become due V the Contractor under the contract. Damages are limited to 5 percent of project cost per occurrence and will not be assessed when the Engineer requests that the closure remain in place ' beyond the scheduled pickup time. i Type of Faci I ity Route or Segment Period Damages /interval $) Mainline SR -73 or 1st half hour $1000 / 10 minutes Jamboree Road 2nd half hour $1000/ 10 minutes 2nd hour and $1000/ 10 minutes beyond Ramp SR -73 Jamboree 1st half hour $1000/ 10 minutes and MacArthur 2nd half hour $1000/ 10 minutes On- Ramps 2nd hour and $1000/ 10 minutes beyond COMPENSATION The Engineer shall be notified of delays in the Contractor's operations due to the following conditions, and if, in the opinion of the Engineer, the Contractor's controlling operation is delayed or interfered with by reason of those conditions, and the Contractor's loss due to that i delay could not have been avoided by rescheduling the affected closure or by judicious handling of forces, equipment and plant, the delay will be considered a right of way delay and will be compensated in conformance with the provisions in Section 55 =5, "Delays," of the Standard Specifications: 1. The Contractor's proposed Closure Schedule is denied and his planned closures are within the time frame allowed for closures in "Maintaining Traffic" of these special provisions, except that the Contractor will not be entitled to compensation for amendments to the Closure Schedule that are not approved. 2. The Contractor is denied a confirmed closure. Should the Engineer direct the Contractor to remove a closure before the time designated in the approved Closure Schedule, delay to the Contractor's schedule due to removal of the closure will be considered a right of way delay and compensation for the delay will be determined in t conformance with the provisions in Section 55 =5, "Delays," of the Standard Specifications. �1 a E �3 A A ni .9 10 -1.17 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE A traffic control system shall consist of closing traffic lanes and ramps in conformance with the details shown on the plans, the provisions in Section 12, "Construction Area Traffic Control Devices," of the State Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" of these special provisions, and these special provisions. The provisions in this section will not relieve the Contractor from the responsibility to provide additional devices or take measures as may be necessary to comply with the provisions in Section 7 -10, 'Public Convenience and Safety," of the Standard Specifications. 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 components. Vehicles equipped with Type II flashing arrow sign not involved in placing, maintaining or removing components when operated within a stationary lane closure shall only display the caution display mode. The sign shall be controllable 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 vehicles which are being used to place, maintain and remove components of a traffic control system and shall be in place before a lane closure requiring its use is completed. 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. When lane and ramp 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. The contract lump sum price paid for Construction Traffic Control System shall include full compensation for furnishing all labor (except for flagging costs), 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, the State Standard Specifications, and these special provisions, and as directed by the Engineer. Flagging costs will be paid for as provided in Section 12 -2.02, "Flagging Costs," of the State Standard Specifications. The adjustment provisions in Section 3 "Changes in Work," of the Standard Specifications shall not apply to the item of traffic control system. Adjustments in compensation for traffic control system will be made only for increased or decreased traffic control system required by changes ordered by the Engineer and will be made on the basis of the cost of the increased or decreased traffic control necessary. 1 �l r 10 -1.18 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 State 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 9 the Contractor from the responsibilities specified in Section 7 -10, 'Public Convenience and 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 sy multilane roadways (freeways and expressways) edgeline delineation shall be provided for traveled ways open to public traffic. The Contractor shall perform the work necessary to establish the alignment of temporary ! pavement delineation, including required lines or markers. 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 oftemporary pavement delineation or permanent pavement delineation, or as determined by the Engineer. Temporary pavement markers, including underlying adhesive, and removable traffic tape that are applied to the final layer of surfacing or existing pavement to remain in place or that conflicts with a subsequent or new traffic pattern for the area shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. TEMPORARY LANELINE AND CENTERLINE DELINEATION When lanelines or centerlines are obliterated and temporary pavement delineation to replace the lines is not shown on the plans, the minimum laneline and centerline delineation to be provided for that area 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 pavement markers replace. Temporary pavement markers shall be, at the option of t 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 (180 days or less) in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. The temporary pavement markers shall be placed in conformance with the manufacturer's instructions. Temporaryp pavement markers for long term day /night use (180 days or less) shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place the temporary pavement markers in areas where removal of the temporary pavement markers will be required. r Temporary laneline or centerline delineation consisting entirely of temporary pavement markers listed for short term day /night use (14 days or less), shall be placed on longitudinal intervals of s7 not more than 24 feet and shall be used for a maximum of 14 days on lanes opened to public _3 traffic. Before the end of the 14 days the permanent pavement delineation shall be placed. If the permanent pavement delineation is not placed within the 14 days, the Contractor shall replace the temporary pavement markers and provide additional temporary pavement delineation and shall bear the cost thereof. 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 EDGELINE DELINEATION On multilane roadways (freeways and expressways), when edgelines are obliterated and temporary pavement delineation to replace those edgelines is not shown on the plans, the edgeline delineation to be provided for those areas adjacent to lanes open to public traffic shall be as follows: 1. Temporary pavement delineation for right edgelines shall, at the option of the Contractor, consist of either a solid 4 -inch wide traffic stripe tape of the same color as the stripe it replaces, traffic cones, portable delineators or channelizers placed at longitudinal intervals not to exceed 100 feet. 2. Temporary pavement delineation for left edgelines shall, at the option of the Contractor, consist of either solid 4 -inch wide traffic stripe tape of the same color as the stripe it replaces, traffic cones, portable delineators or channelizers placed at longitudinal intervals not to exceed 100 feet or temporary pavement markers placed at longitudinal intervals of not more than 6 feet. Where removal of the 4 -inch wide traffic stripe will not be required, painted traffic stripe conforming to the provisions of "Temporary Traffic Stripe (Paint)" of these special provisions may be used. The lateral offset for traffic cones, portable delineators or channelizers used for temporary edgeline delineation shall be as determined by the Engineer. If traffic cones or portable delineators are used as temporary pavement delineation for edgelines, the Contractor shall provide personnel to remain at the project site to maintain the cones or delineators during the hours of the day that the portable delineators are in use. Channelizers used for temporary edgeline delineation shall be the surface mounted type and shall be orange in color. Channelizer bases shall be cemented to the pavement in the same manner provided for cementing pavement markers to pavement in "Pavement Markers" of these special provisions, except epoxy adhesive shall not be used to place channelizers on the top layer of pavement. Channelizers shall be, at the Contractor's option, one of the surface mount types (36 inch) listed in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Temporary edgeline delineation shall be removed when no longer required for the direction of public traffic as determined by the Engineer. TEMPORARY TRAFFIC STRIPE (PAINT) The painted temporary traffic stripe shall be complete in place at the location shown before opening the traveled way to public traffic. Removal of painted temporary traffic stripe will not be required. d Temporary painted traffic stripe shall conform to the provisions in "Paint Traffic Stripe and Pavement Marking" of these special provisions and Section 84 -3, "Painted Traffic Stripes and Pavement Markings," of the State Standard Specifications, except for payment. Two 2) coats 1 shall be applied regardless of whether on new or existing pavement. TEMPORARY PAVEMENT MARKING (PAINT) Temporary pavement marking consisting of painted pavement marking shall be applied and maintained at the locations shown on the plans. The painted temporary pavement marking shall be complete in place at the location shown before opening the traveled way to public traffic. Removal of painted temporary pavement marking wil I not be required. Y Temporary painted pavement marking shall conform to the provisions in "Paint Traffic Stripe and Pavement Marking" of these special provisions, except for payment. TEMPORARY PAVEMENT MARKERS Temporary pavement markers shall be applied complete in place before opening the traveled way to public traffic. 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 in areas where removal of the pavement markers will be required. MF>��F�P�sA4T�N -� AAT�P�MTsN�' - Tempor-ar- y- traffc�tr -ipe- and -te- npor- acy- pavame-nt- rrafk4iig- shown -on- the - plans- wi -lkbe- measured and - ^:a' ^. ^ • "� ^ :,an,^,ersp€ci€rsc�€er- paint- Era€fie- stripe- and -pa+r� Paysmen�r�rlf- In- g--irt Sect -ien 84 3 06Measuretr ant,= and�estion 84 3-0= P�}ment;'— ofthe- £tandard £pe�if satiens: Temporary- pave,, �� nzrs shown an th plea �v� orad afld -paid for by�he -tr +t A the s £eGtion -85-1-08; "M2ast�rertier F "-arid - -fiee N °, - „ri- ^ -; yrnen-t,” of [he Sta€�dard Spec€katiens- $ul-I- sempensatien- far -furfl- fishing- plac���aintainirrg;- and-- rerneving- the - temporary- pa- vetr�€crt � marl< ers-- (ans}edin�trrrderfyistg -- adhesive— layoat ( dr- i{> ble�liiies- to- estabFish- alrrgnment -o€ tseiperar�-- pas�ient- rrrarkers- or- us„- d- �= �;,perai3� laflcl iris- a, �d- .>c,n.ra+ne- delii3�atiea�r}d j sign- irEg- spesidcd- for "ne�as�itag' zones} for - [base- iircas- where - temporary- lane}ine- and- senterl+ne i del ncabiee�is net s#ewr+$n t -lag lat -- and fofpre dent patxei�f- permane t ra€fs lines- fei- ti�se- �.�- .,- h.€ri- required, shall -be- sans- ide�d- as- i„Eluded -i>i .he- eeatr�eEpric -es -paid -for t Ehe-- iterr�s- o#- worlF- that -obl- iterated - the- laneline- and- centerli- ne- pawcrr +ant - deal- ineatron- and --rro separate- pa�+nte -n t- v.�il1- b€- ri3ade- tkae -rsfa� MEASUREMENT a Temporary traffic stripe (paint) and temporary pavement marking (paint) will be measured in the same manner specified for Paint Traffic Stripe (2- coats) and Paint Pavement Marking (2- coats) i in Section 84 -3.06, "Measurement," of the State Standard Specifications. PAYMENT J Full compensation for conforming to the requirements for Temporary Traffic Stripe (paint) and Temporary Pavement Marking (paint) including famishing all labor, tools, equipment, materials and incidentals for doing all the work involved in painting traffic stripes (regardless of the number, widths and patterns for individual stripes involved in each traffic stripe) and pavement markings, including establishing alignment for stripes and layout work, complete in place, as shown on the plans, as specified in the Standard Specifications, the State Standard Specifications, and these Special Provisions and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Construction Traffic Control System and no separate compensations will be allowed therefor. 10 -1.19 BARRICADE I Barricades shall be furnished, placed and maintained at the locations shown on the plans, specified in the State Standard Specifications or in these special provisions or where designated by the Engineer. Barricades shall conform to the provisions in Section 12, "Construction Area r Traffic Control Devices," of the State Standard Specifications and these special provisions. Attention is directed to "Prequalified and Tested Signing and Delineation Materials" of these { special provisions regarding retroreflective sheeting for barricades. s Construction area sign and marker panels conforming to the provisions in Section 12 -3.06, "Construction Area Signs," of the State Standard Specifications shall be installed on barricades 'a in a manner determined by the Engineer at the locations shown on the plans. N Sign panels for construction area signs and marker panels installed on barricades shall conform to the provisions in Section 12- 3.06A, "Stationary Mounted Signs," of the State Standard j Specifications Full compensation for conforming to the requirements for Barricade including furnishing all labor, tools, equipment, materials and incidentals required for doing all the work involved in furnishing, installing, maintaining, relocating, replacing, repairing and when no longer required, removing of all barricades, including furnishing, installing, maintaining, and removing construction area signs and panel markers on barricades, where shown on the plans, as specified in the Standard Specifications, the State Standard Specifications, and these Special Provisions, and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Construction Traffic Control System and no separate compensation will be allowed therefor. -.d a� s I0 -1.20 PORTABLE CHANGEABLE MESSAGE SIGNS GENERAL Summary Work includes furnishing, placing, operating, maintaining, and removing portable changeable message signs. Comply with Section 12 -3.12 "Portable Changeable Message Signs," of the State Standard Specifications. Definitions useable shoulder area: Paved or unpaved contiguous surface adjacent to the traveled way with: 1. Sufficient weight bearing capacity to support portable changeable message sign 2. Slope not greater than 6:1 (horizontal:vertical) Submittals Upon request, submit a Certificate of Compliance for each portable changeable message sign under Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications. Quality Control and Assurance Comply with the manufacturer's operating instructions for portable changeable message sign. Approaching drivers must be able to read the entire message for all phases at least twice at the posted speed limit before passing portable changeable message sign. You may use more than I portable changeable message sign to meet this requirement. Only display the message shown on the plans or ordered by the Engineer or specified in these special provisions. MATERIALS Portable changeable message sign must have 24 -hour timer control or remote control capability. The text of the message displayed on portable changeable message sign must not scroll, or travel horizontally or vertically across the face of the message panel. CONSTRUCTION Continuously repeat the entire message in no more than 2 phases of at least 3 seconds per phase. If useable shoulder area is at least 15 feet wide, the displayed message on portable changeable message sign must be minimum 18 -inch character height. If useable shoulder area is less than 15 feet wide, you may use a smaller message panel with minimum 12 -inch character height to prevent encroachment in the traveled way. You or your representative must be available by cell phone for operations that require portable changeable message signs. Give the Engineer your cell phone number. When the Engineer contacts you, immediately comply with the Engineer's request to modify the displayed message. I Start displaying the message on portable changeable message sign I5 minutes before closing the lane. ' i Place portable changeable message sign in advance of the first warning sign for: I . Each stationary lane closure 2. Each off -ramp closure 3. Each connector closure 4. Each shoulder closure S. Each speed reduction zone Place portable changeable message sign as far from the traveled way as practicable where it is legible to traffic and does not encroach on the traveled way. Place portable changeable sign before or at the crest of vertical roadway curvature where it is visible to approaching traffic. Avoid placing portable changeable message sign within or immediately after horizontal roadway curvature. Where possible, place portable changeable message sign behind guardrail or temporary railing (Type K). Except where placed behind guardrail or temporary railing (Type K) use traffic control for -� shoulder closure to delineate portable changeable message sign. Remove portable changeable message sign when not in use. MEASUREMENT AND PAYMENT Full compensation for portable changeable message signs, including fumishing, placing, operating, modifying messages (regardless of the number of times directed by the City or Caltrans Engineer), maintaining, transporting from location to location, removing, and repairing or replacing defective or damaged portable changeable message signs is included in the contract lump sum price paid for construction traffic control system and no separate payment will be made therefor. 1 I J d 10 -1.21 CHANNELIZERS, CONES AND DELINEATORS Channelizers (surface mounted), cones, and delineators shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the State Standard Specifications and these special provisions. Channelizers (surface mounted), cones, and delineators shall conform to the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. When no longer required for the work as determined by the Engineer, channelizers and underlying adhesive used to cement the channelizer bases to the pavement shall be removed. Removed channelizers and adhesive shall become the property of the Contractor and shall be removed from the site of work. Full compensation for conforming to the requirements for Channelizers, Cones and Delineators including fumishing all labor, tools. equipment, materials and incidentals required for doing all the work involved in furnishing, installing, maintaining, relocating, replacing, repairing, and when no longer required, removing of all channelizers (surface mounted), cones and delineators, where shown on the plans, as specified in the Standard Specifications, the State Standard Specifications and these Special Provisions, and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Construction Traffic Control System and no separate compensation will be allowed therefor. 10 -1.22 TEMPORARY TRAFFIC SCREEN Temporary traffic screen shall be furnished, installed, and maintained on top of temporary railing (Type K) at the locations designated on the plans, specified in the special provisions or directed by the Engineer and shall conform to the provisions specified for traffic handling equipment and devices in Section 12, "Construction Area Traffic Control Devices," of the State Standard Specifications and these special provisions. Temporary traffic screen panels shall be new or used CDX Grade, or better, plywood or weather resistant strandboard mounted and anchored on temporary railing (Type K). Wale boards shall be new or used Douglas fir, rough sawn, Construction Grade, or better. Pipe screen supports shall be new or used galvanized steel pipe, Schedule 40. Nuts, bolts, and washers shall be cadmium plated. Screws shall be black or cadmium plated flat head, cross slotted screws with full thread length. When no longer required, as determined by the Engineer, temporary traffic screen shall be removed from the site of the work and shall become the property of the Contractor. Temporary traffic screen will be measured by the linear foot from actual measurements along the line of the completed temporary traffic screen, at each location designated on the plans, specified or directed by the Engineer. If the Engineer orders a lateral move of temporary railing, with temporary traffic screen attached, and the repositioning is not shown on the plans, moving the temporary traffic screen will beconsidered as included in the contract lump sum price paid for Construction Traffic Control System and no additional compensation will be allowed therefor. Temporary traffic screen placed in excess of the length shown, specified or directed by the Engineer will not be paid for. Full compensation for conforming to the requirements for Temporary Traffic Screen, including furnishing all labor, tools, equipment, materials (including anchoring systems) and incidentals required for doing all the work involved in furnishing, installing, maintaining, relocating, replacing, repairing, and when no 1pnyer required, removing of all temporary traffic screen, where shown on the plans, as specified in the Standard Specifications, the State Standard Specifications, and these Special Provisions, and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Construction Traffic Control System and no separate compensation will be allowed therefor. 10 -1.23 TEMPORARY CRASH CUSHION MODULE i .I f e� a� I This work shall consist of furnishing, installing, and maintaining sand filled temporary crash cushion modules in groupings or arrays at each location shown on the plans, as specified in these special provisions or where designated by the Engineer. The grouping or array of sand filled i modules shall form a complete sand filled temporary crash cushion in conformance with the details shown on the plans and these special provisions.. Temporary crash cushions shall be secured in place prior to commencing work for which the temporary crash cushions are required. Whenever the work or the Contractor's operations establishes a fixed obstacle, the exposed fixed obstacle shall be protected with a sand filled temporary crash cushion. The sand filled temporary crash cushion shall be in place prior to opening the lanes adjacent to the fixed obstacle to public traffic. Sand filled temporary crash cushions shall be, maintained in place at each location, including times when work is not actively in progress. Sand filled temporary crash cushions may be removed during a work period for access to the work provided that the exposed fixed obstacle is 15 feet or more from a lane carrying public traffic and the temporary crash cushion is reset to protect the obstacle prior to the end of the work period in which the fixed obstacle was exposed. When no longer required, as determined by the Engineer, sand filled temporary crash cushions shall be removed from the site of the work. Sand filled temporary crash cushion modules shall be one of the following, or equal, and be manufactured after March 31, 1997: 1. Energite III and Fitch Inertial Modules, manufactured by Energy Absorption Systems, Inc., 35 East Wacker Drive, Suite 1100, Chicago, IL 60601: 1.1. Northern California: Traffic Control Service, Inc., 8585 Thys Court, Sacramento, CA 95828, telephone (800) 884 -8274, FAX (916) 387 -9734 1.2. Southern California: Traffic Control Service, Inc., 1818 E. Orangethorpe, Fullerton, CA 92831 -5324, telephone (800) 222 -8274, FAX (714) 526 -9501 2. TrafFix Sand Barrels, manufactured by TrafFix Devices, Inc., 220 Calle Pintoresco, San Clemente, CA 92672, telephone (949) 36( -5663, FAX (949) 361 -9205 2.1. Northern California: United Rentals, Inc., 1533 Berger Drive, San Jose, CA 95112, telephone (408) 287 -4303, FAX (408) 287 -1929 2.2. Southern California: Statewide Safety & Sign, Inc., P.O. Box 1440, Pismo Beach, CA 93448, telephone (800) 559 -7080, FAX (805) 929 -5786 3. CrashGard Model CC -48 Sand Barrels, manufactured by Plastic Safety Systems, Inc., 2444 Baldwin Road, Cleveland, OH 44104: 3.1. Northern California: 3.1.1. Capitol Barricade Safety & Sign, 6329 Elvas Ave, Sacramento, CA 95819, telephone (888) 868 -5021, FAX (916) 451 -5388 3.1.2. Sierra Safety, Inc., 9093 Old State Highway, New Castle, CA 95658, telephone (916) 663 -2026, FAX (916) 663 -1858 3.2, Southern California: Hi Way Safety Inc., 13310 5th Street, Chino, CA 91710, telephone (909) 591 -1781, FAX (909) 627 -0999 Modules contained in each temporary crash cushion shall be of the same type at each location. The color of the modules shall be the standard yellow color, as furnished by the vendor, with black lids. The modules shall exhibit good workmanship free from structural flaws and objectionable surface defects. The modules need not be new. Good used undamaged modules conforming to color and quality of the types specified herein may be utilized. If used Fitch modules requiring a seal are fumished, the top edge of the seal shall be securely fastened to the wall of the module by a continuous strip of heavy duty tape. Modules shall be filled with sand in conformance with the manufacturer's directions, and to the sand capacity in pounds for each module shown on the plans. Sand for filling the modules shall t� k be clean washed concrete sand of commercial quality. At the time of placing in the modules, the sand shall contain not more than 7 percent water as determined by California Test 226. Modules damaged due to the Contractor's operations shall be repaired immediately by the I Contractor at the Contractor's expense. Modules damaged beyond repair, as determined by the Engineer, due to the Contractor's operations shall be removed and replaced by the Contractor at the Contractor's expense. Temporary crash cushion modules may be placed on movable pallets or frames. Comply with dimensions shown on the plans. The pallets or frames shall provide a full bearing base beneath the modules. The modules and supporting pallets or frames shall not be moved by sliding or 6 skidding along the pavement or bridge deck. A Type R or P marker panel shall be attached to the front of the crash cushion as shown on the plans, when the closest point of the crash cushion array is within l2 feet of the traveled way. The marker panel, when required, shall be firmly fastened to the crash cushion with commercial quality hardware or by other methods determined by the Engineer. ? At the completion of the project, temporary crash cushion modules, sand filling, pallets or frames, and marker panels shall become the property of the Contractor and shall be removed from the site of the work. Temporary crash cushion modules shall not be installed in the permanent work. Temporary crash cushion modules will be measured by the unit as determined from the actual count of modules used in the work or ordered by the Engineer at each location. Temporary crash cushion modules placed in conformance with Section 7 -1.09, "Public Safety," of the Standard Specifications and modules placed in excess of the number specified or shown will not be measured nor paid for. Repairing modules damaged by public traffic will be paid for as extra work as provided in Section 333 of the Standard Specifications. Modules damaged beyond repair by public traffic, when ordered by the Engineer, shall be removed and replaced immediately by the Contractor. Modules replaced due to damage by public traffic will be measured and paid for as temporary crash cushion module. If the Engineer orders a lateral move of the sand filled temporary crash cushions and the repositioning is not shown on the plans, moving the sand filled temporary crash cushion will be considered as included in the contract lump sum price paid for Construction Traffic Control System and no separate compensation will be allowed therefore and these temporary crash cushion modules will not be counted for payment in the new position. Full compensation for conforming to the requirements for Temporary Crash Cushion Module including furnishing all labor, tools, equipment, materials (including sand, pallets or frames and marker panels) and incidentals required for doing all the work involved in furnishing, installing, maintaining, moving and resetting during a work period for access to the work, replacing, and removing from the site of the work when no Ion er required (including those damaged by public w traffic) and filled temporary crash cushion modules, complete in place, as shown on the plans, as Specified in the State Standard Specifications, the Standard Specifications, and these Special Provisions, and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Construction Traffic Control System and no separate compensation will be allowed therefor i 3 10 -1.24 REMOVE YELLOW TRAFFIC STRIPE AND PAVEMENT MARKING (HAZARDOUS WASTE) GENERAL Summary This work includes removing existing yellow thermoplastic and yellow painted traffic stripe and pavement marking at the locations shown on the plans. The residue from the removal of this material is a hazardous waste. Residue from removal of yellow thermoplastic and yellow painted traffic stripe and pavement marking contains lead chromate. The average lead concentration is greater than or equal to 1000 mg/kg total lead or 5 mg /1 soluble lead. When applied to the roadway, the yellow thermoplastic and yellow painted traffic stripe and pavement marking contained as much as 2.6 percent lead. Residue produced from the removal of this yellow thermoplastic and yellow painted traffic stripe and pavement marking contains heavy metals in concentrations that exceed thresholds established by the Health and Safety Code and 22 CA Code of Regs. For bidding purposes, assume that the residue is not regulated under the Federal Resource Conservation and Recovery Act (RCRA), 42 USC § 6901 et seq.. Yellow thermoplastic and yellow paint may produce toxic fumes when heated. Submittals Lead Compliance Plan: Submit a lead compliance plan under Section 7 -1.07, "Lead Compliance Plan," of the State Standard Specifications. Work Plan: Submit a work plan for the removal, containment, storage, and disposal of yellow thermoplastic and yellow painted traffic stripe and pavement marking for acceptance not less than 15 days prior to the start of the removal operations. The work plan must include: 1. Objective of the operation 2. Removal equipment 3. Type of hazardous waste storage containers 4. Container storage location and how it will be secured 5. Hazardous waste sampling protocol and QA/QC requirements and procedures 6. Qualifications of sampling personnel 7. Analytical lab that will perform the analyses 8. Certification documentation of the hazardous waste hauler that will transport the hazardous waste 9. Disposal site that will accept the hazardous waste residue The Engineer will review the work plan within 5 business days of receipt. Do not perform work that generates hazardous waste residue until the work plan has been accepted by the Engineer. The Engineer's review and acceptance does not waive any contract requirements and does not relieve the Contractor from complying with Federal, Slate, and local laws, regulations, and requirements. Correct any rejected work plan and resubmit a corrected work plan within 5 business days of notification by the Engineer; at which time a new review period of 5 business days will begin. 1 Y Analytical Test Results: Submit analytical test results of the residue from removal of yellow thermoplastic and yellow painted traffic stripe and pavement marking, including chain of custody documentation, for review and acceptance before: 1. Requesting the Engineer's signature on the waste profile requested by the disposal I faci I ity 3 2. Requesting the Engineer obtain an EPA ID no. for disposal 3. Removing the residue from the site United States Environmental Protection Agency Identification Number Request: Submit a request for the U.S. EPA ID no, when the Engineer accepts analytical test results documenting ?� that residue from removal of yellow thermoplastic and yel low painted traffic stripe and pavement A marking is a hazardous waste. Disposal Documentation: Submit receiving landfill documentation of proper disposal within 5 ='p business days of residue transport from the project. CONSTRUCTION Where grinding or other approved methods are used to remove yellow thermoplastic and yellow painted traffic stripe and pavement marking that will produce a hazardous waste residue, the removed residue, including dust, must be contained and collected immediately. Use a HEPA filter- equipped vacuum attachment operated concurrently with the removal operations or other equally effective approved methods for collection of the residue. Store hazardous waste residue in labeled and covered containers. Labels must comply with the provisions of 22 CA Code ofRegs § §66262.31 and 66262.32. Mark labels with: 1. Date the hazardous waste is generated 2. The words "Hazardous Waste" 3. Composition and physical state of the hazardous waste (for example, asphalt grindings with thermoplastic or paint) 4. The word "Toxic" 5. Name, address, and telephone no. of the Engineer 6. Contract no. 7. Contractor or subcontractor name Use metal containers approved by the U.S. Department of Transportation for the transportation and temporary storage of the removed residue. Handle the containers such that no spillage occurs. Store containers in a secured enclosure. Acceptable secure enclosures include a locked chain link fenced area or a lockable shipping container located within the project limits until t disposal as approved. 4 Make necessary arrangements to test the yellow thermoplastic and yellow paint hazardous waste residue as required by the disposal facility and these special provisions. Testing must include, at a minimum: j 1. Total lead by EPA Method 6010C 2. Total chromium by US EPA Method 7000 series 3. Soluble lead by California Waste Extraction Test I 4. Soluble chromium by California Waste Extraction Test 5. Soluble lead by Toxicity Characteristic Leaching Procedure 6. Soluble chromium by Toxicity Characteristic Leaching Procedure From the Ist 220 gallons of hazardous waste or portion thereof if less than 220 gallons of hazardous waste are produced, a minimum of 4 randomly selected samples must be taken and analyzed individually. Samples must not be composited. From each additional 880 gallons of hazardous waste or portion thereof if less than 880 gallons are produced, a minimum of 1 additional random sample must be taken and analyzed. Use chain of custody procedures consistent with Chapter 9 of U.S. EPA Test Methods for Evaluating Solid Waste, Physical /Chemical Methods (SW -846) while transporting samples from the project to the laboratory. Each sample must be homogenized before analysis by the laboratory performing the analyses. A sample aliquot sufficient to cover the amount necessary for the total and the soluble analyses must then be taken. This aliquot must be homogenized a 2nd time and the total and soluble analyses run on this aliquot. The homogenization process must not include grinding of the samples. Submit the name and location of the disposal facility that will be accepting the hazardous waste and the analytical laboratory along with the testing requirements not less than 5 business days before the start of removal of yellow thermoplastic and yellow painted traffic stripe and pavement marking. The analytical laboratory must be certified by the CA Department of Public Health Environmental Laboratory Accreditation Program for all analyses to be performed. After the Engineer accepts the analytical test results, dispose of yellow thermoplastic and yellow paint hazardous waste residue at a Class 1 disposal facility located in CA under the requirements of the disposal facility operator within 30 days after accumulating 220 pounds of residue and dust. If less than 220 pounds of hazardous waste residue and dust is generated in total, it must be disposed of within 30 days after the start of accumulation of the residue and dust. Use a hazardous waste manifest and a transporter registered with the CA Department of'foxic Substance Control. The Engineer will obtain the U.S. EPA ID no. and will sign all manifests as the generator within 2 business days of receiving and accepting the analytical test results and receiving your request for the U.S. EPA ID no. If analytical test results demonstrate that the residue is a non — hazardous waste and the Engineer agrees, dispose of the residue at an appropriately permitted Class II or Class III facility under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. MEASUREMENT AND PAYMENT The contract price paid per linear foot for remove yellow thermoplastic traffic stripe and remove yellow painted traffic stripe or per square foot for remove yellow thermoplastic pavement marking and remove yellow painted pavement marking includes ful I compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all of the work involved in removal, containment, storage, and disposal, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for (1) work plan for the removal, containment, storage, and disposal of yellow thermoplastic and yellow painted traffic stripe and pavement marking hazardous waste residue, (2) analytical test results, (3) US EPA ID no. request, and (4) receiving landfill documentation of proper disposal are included in the contract prices paid per linear foot for remove yellow thermoplastic traffic stripe and remove yellow painted traffic stripe or per square foot for remove yellow thermoplastic pavement marking and remove yellow painted pavement r marking and no separate payment will be made therefor. Additional disposal costs for hazardous waste residue regulated under RCRA, as determined by Y test results, will be paid for as extra work as specified in Section 3 -3, "Extra Work," of the a Standard Specifications. If analytical test results demonstrate that the residue is a non — hazardous waste and the Engineer `? agrees to disposal at a non — hazardous waste disposal facility, no cost adjustment will be made. 3 e I 1 10- 1.25TREATED WOOD WASTE GENERAL Summary This work includes handling, storing, transporting, and disposing of treated wood waste (TWW). Wood removed from metal beam guard railing and roadside signs is treated with one or more of the foI lowing: 1. Creosote 2. Pentachlorophenol 3. Copper azole 4. Copper boron azole 5. Chromated copper arsenate 6. Ammoniacal copper zinc arsenate 7. Copper naphthenate 8. Alkaline copper quaternary Manage TWW under Title 22 CA Code of Regulations, Division 4.5, Chapter 34. Submittals For disposal of TWW submit a copy of each completed shipping record and weight receipt to the Engineer within 5 business days of disposal. CONSTRUCTION Provide training to personnel who handle TWW or may come in contact with TWW that includes: L A l l applicable requirements of Title 8 CA Code of Regulations 2. Procedures for identifying and segregating TWW 3. Safe handling practices 4. Requirements of Title 22 CA Code of Regulations, Division 4.5, Chapter 34 5. Proper disposal methods Store TWW before disposal using any of the following methods: 1. Elevate on blocks above a reasonably foreseeable run -on elevation and protect from precipitation 2. Place in water- resistant containers designed for shipping or solid waste collection 3. Place on a containment surface or pad protected from run -on and precipitation 4. Place in a storage building as defined in Title 22 CA Code of Regulations, Div. 4.5, Chp. 34, Section 67386.6 (a)(2)(c). Prevent unauthorized access to TWW using a secured enclosure such as a locked chain link fenced area or a lockable shipping container located within the project limits. d e Resize and segregate TWW at a location where debris from the operation including sawdust and chips can be contained. Collect and manage the debris as TWW. Provide water- resistant labels, that comply with Title 22 CA Code of Regulations, Division 4.5, i Chapter 34, to clearly mark and identify TWW and accumulation areas. Labels must include: I . Caltrans, District number, Construction, contract number 2. District office address 3. Engineer's name, address, and telephone number 4. Contractor's contact name and telephone number 5. Date placed in storage 'E Before transporting TWW, obtain an agreement from the receiving facility that the treated wood 6 waste will be accepted. Protect shipments of treated wood waste from loss and exposure to precipitation. For projects with 10,000 pounds or more of TWW, request a hazardous waste Y� generator identification number from the Engineer at least 5 business days before the first shipment. Each shipment must be accompanied by a shipping record such as a bill of lading or invoice that includes: 1 1. Caltrans with district number 2. Construction contract number 3. District office address 4. Engineer's name, address, and telephone number S. Contractor's contact name and telephone number 6. Receiving facility name and address 7. Waste description: treated wood waste (preservative type if known or unknown /mixture) 8. Project location 9. Estimated quantity of shipment by weight or volume 10. Date of transport 11. Date of receipt by the receiving TWW facility 12. Weight of shipment as measured by the receiving TWW facility 13. For projects with 10,000 pounds or more of TWW include the generator identification number The shipping record must be at least a 4 -part carbon or carbonless 8 -1/2" x 11" form to allow retention of copies by the Engineer, transporter, and disposal facility. Dispose of TWW at an approved TWW facility. A list of currently approved TWW facilities may be viewed at: http:// www. dtsc. ca.gov/HazardousWaste /upload/'f W W_Confirmed_Landfill_List.pdf d Dispose of TWW within: 1. 90 days of generation if stored on blocks 2. 180 days of generation if stored on a containment surface or pad. 3. One year of generation if filling a water- resistant container, or 90 days after the container is full, whichever is shorter 4 ..F 4. One year of generation if storing in a storage building as defined in Title 22 CA code of Regulations, Div. 4.5, Chp. 34, Section 67386.6(a)(2)(C) MEASUREMENT AND PAYMENT Full compensation for handling, storing, transporting, and disposing TW W, including personnel training, is included in the contract price paid for the various items of work involved and no additional compensation will be allowed therefor. 10 -1.26 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 State Standard Specifications and ? these special provisions. I Except as otherwise provided for damaged materials in Section 15 -2.04, "Salvage," of the State Standard Specifications, the materials to be salvaged shall remain the property of the State, and shall be cleaned, packaged, bundled, tagged, and hauled to the District Regional Recycle Center at the Department of Transportation Maintenance Station, 691 South Tustin ,Street, Orage California 91666 and stockpiled. The Contractor shall notify the Engineer and the District Regional Recycle Coordinator, A telephone (714 288 -4053 a minimum of 48 hours prior to hauling salvaged material to the Recycle Center. ` Attention is directed to Section 7 -10.4, "Safety," of the Standard Specifications. Work practices and worker health and safety shall conform to the California Division of Occupational Safety and 4' Health Construction Safety Orders Title 8, of the California Code of Regulations including Section 5158, "Other Conned Space Operations." a e� k e 1 Existing footing concrete that is below ground and outside of the footing limits shown on the contract plans or original contract plans shall be removed as directed by the Engineer and will be paid in conformance with Section 4- 1.03D, "Extra Work," of the Standard Specifications. i U3 5 REMOVE METAL BEAM GUARD RAILING Existing metal beam guard railing, where shown on the plans to be removed, shall be removed and disposed of. f Existing concrete anchors or steel foundation tubes shall be completely removed and disposed of. 1 Full compensation for removing concrete anchors shall be considered as included in the contract price paid per linear foot for Remove Metal Beam Guard Railing and no separate payment will be made therefor. Full compensation for removing cable anchor assemblies, terminal anchor assemblies or steel foundation tubes and backfilling and comp-actin the resulting_ foundation holes shall be considered as included in the contract price paid per linear foot for Remove Metal Beam Guard Railing and no separate payment will be made therefor. i 9 .A e F1 REMOVE SIGN STRUCTURE Existing sign structures, where shown on the plans to be removed, shall be removed and sal _ ed or become the oropeity_of the Contractor, shown on _the_pl_ans. Bridge mounted sign structure removal shall consist of removing sign panels and frames, sign lighting electrical equipment, walkways with safety railings, structural braces and supports, and hardware. A sign structure shall not be removed until the structure is no longer required for the direction of public traffic. Electrical wiring shall be removed to the nearest service cabinet pull box. Fuses within spliced connections in the pull box shall be removed and disposed of. Electrical equipment, where shown on the plans, shall be removed and become the Property of the Contractor or as directed by the Engineer, salvaged. Full eomnensation for conforming to the requirements for Remove Sign_ Structure including fumishing.all labor_tools, equipment, materials and incidentals jjequiLed for doin all the_work involved in removing sgn structures all s) co in_place as shown on the plans, as specified in the _Standard Suecifications the State Standard Specifications and_these_Special Provisions, and as directed by the Fn gineersshall be considered as included in the Contract lump sum price paid for Remove Si" Structure and no separate compensation will be allowed_ therefor. REMOVE PAVEMENT MARKER ➢ Existing pavement markers, including underlying adhesive, when no longer required for traffic lane delineation as determined by the Engineer, shall be removed hy, Any method other than grinding and disposed of Full compensation for removing and disposing of pavement markers and underlying adhesive shall be considered as included in the contract..lump__sum, price paid for construction traffic control system, except for the removal of permanent markers on the final stye of construction. which shall be considered as included in the contract lump sum price paid_ for pavement delineation and no separate payment will be made therefor. t ;a B J i l p Q ai l REMOVE DRAINAGE FACILITY Existing pipes and inlets, where any portion of these structures is within 3 feet of the grading plane in excavation areas, or within one foot of original ground in embankment areas, or where shown on the plans to be removed, shall be completely removed and disposed of Full compensation for conforming to the requirements for Remove Drainage Facility,_includin furnishing_a. _labor tools,_e uip_ment, materials and incidentals required for doing all the work involved, complete in place, as shown on the Plans m specified in the State Standard Specifications, the Standard_Specifications these Special Provisions, and as directed .Z y the Engineer, shall be considered_ as included in the Contract unit price _paid for Remove Inlet and no additional compensation will be allowed therefor. REMOVE ROADSIDE SIGN (WOOD POS]a Existing roadside signs wood p ostsl at those locations shown on the plans to be removed, shall be removed and disposed of Sign panels shown on the plans shall be salvaged and become the pronerty of the contractor. Existing roadside signs shall not be removed until replacement signs have been installed or until l the existing signs are no longer required for the direction of public traffic, unless otherwise tl directed by the Engineer. Full compensation fo_r_removin sign panels includine furnishing all aabor,_tools,_equipment materials and incidentals required for doing all the work involve dcomplete inplacc as shown A on the.plans,as s ecifted in the Standard Specifications, the State Standard Specificatio_ns,and these Special Provisions, and as directed by the Engineer shall be considered as included in the Contract lump sum price paid for Roadway Sigmge and no separate compensation will be „ _allowed therefor 'i 'r .a .I MODIFY SIGN PANEL Existing sign panels, at the locations shown on the plans, shall be modified in conformance with these special provisions. Modify sign panel shall consist of installing reflex reflectors to the legend, borders, shields, and symbols of the sign panels shown on the plans. Adhesive and reflex reflectors for modifying sign panels shall conform to the provisions under "Adhesive for Bonding Reflex Reflectors to Porcelain Enamel Traffic Signs" and 'Reflex Reflectors" of these special provisions. Sign panels to which the reflex reflectors are to be installed shall be cleaned by scrubbing with a cleanser on a moistened applicator. Excessive cleanser shall be removed by wiping with a clean dry cloth. The spacing between the installed reflex reflectors shall be one -half the diameter of the reflector. The reflectors shall be centered on the stroke of the legend and border and shall be installed on shields and symbols so that the edge of the reflectors are flush with the edge of the shield or symbol. The spacing for letters and digits shall be adjusted so that reflex reflectors are installed at angle points and within 1/4 inch of the beginning and end of each letter or digit so that the sign message is well defined. The spacing for borders, symbols, and shields shall be adjusted so that reflex reflectors are not Installed over rivets, bolt heads or seams between sign panels. The actual spacing for the reflex reflectors shall not vary more than 1/4 inch from the planned spacing. The approximate number of reflex reflectors to be installed on legends, borders, shields, and symbols is shown on the plans. Adhesive shall be applied to the sign panels or to the backs of the reflex reflectors at an approximate rate of 0.4 -g per button, the exact rate to be determined by the Engineer, so that when the reflectors are pressed into position with a rotary motion, the adhesive will flow to form a thin uniform coating between the reflector and the sign panel with no air pockets or excessive bead. The reflex reflector shall not move after placing. The adhesive shall not remain exposed on the sign panel or reflex reflector for longer than 2 minutes before the reflector is installed in place. The quantity of modify sign panel will be determined as units from actual count. <,l I ei RELOCATE SIGN STRUCTURE t Relocating monument sign structures at Back Bay Court shall consist of removing and relocating t existing sign structures as shown on the plans. Each existing concrete foundation, including anchor bolts, reinforcing steel, and conduit shall be removed to a depth of not less than 4 feet below the adjacent finished grade. Electrical wiring, if any, shall be removed to the nearest pull box. Removed portions of the concrete foundations shall be disposed of outside the highway right of way in conformance with the provisions in P Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. New foundation work for relocated sign structures shall conform to the provisions in Section 56 -1, "Overhead Sign Structures," of the Standard Specifications, except that full compensation for furnishing and installing a new anchor bolt assembly on each new foundation shall be considered as included in the contract price paid per each for Relocate Back Bay Court Sign, Foundation and Lighting System, (Location 1 and 2) and no separate payment wi 11 be made therefor. Sign lighting electrical work is provided for in Section 10 -3, "Signals, Lighting And Electrical Systems," of these special provisions. j 4 4� 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. Full compensation for conforming,.to the requirements for Relocate Roadside Sign, including furnishing all labor tools, equipment materials..( ncluding new posts,_if needed)_and_ incidentals required for doing all the work involved complete in place as shown on the plans, as specified in the Standard Specifications_ the State Standard Soecifications,.and these Special Provisions. and as directed by the Engineer, . shall be considered as included in the Contract lump sum_price paid for Roadway Signage, and no separate. comaensation_will_be allowed therefor. REMOVE BASE AND SURFACING Existing base and bituminous surfacing shown on the plans to be removed, shall be removed to a depth of at least 6 inches below the grade of the existing surfacing. Resulting holes and depressions shall be backfilled with earthy material selected from excavation to the lines and grade established by the Engineer. The material removed shall be disposed of outside the highway right ofway in conformance with the provisions in Section 15 -2.03, 'Disposal," of the State Standard Specifications. Removing base and surfacing will be measured and paid for as Roadway Excavation. U� t 1 I aY 1 eb i I CAPINLET Existing pipe inlets and concrete drainage inlets, where shown on the plans to be capped, shall be capped and the bottoms of the inlets shall be rounded with portland cement concrete as shown on the plans. Concrete shall be minor concrete conforming to the provisions in Section 90 -10, "Minor Concrete," of the State Standard Specifications. The concrete shall contain not less than 590 pounds of cementitious material per cubic yard. Inlets shall be removed to a depth of at least one foot below the grading plane. Concrete removal shall be performed without damage to portions of the inlet that are to remain in place. Damage to existing concrete, which is to remain in place, shall be repaired by the Contractor to a condition equal to that existing prior to the beginning of removal operations. The repair of existing concrete damaged by the Contractor's operations shall be at the Contractor's expense. Existing reinforcement that is to be incorporated in the new work shall be protected from damage and shall be thoroughly cleaned of adhering material before being embedded in the new concrete. The quantity of capping inlets will be determined as units from actual count. The contract unit price paid for cap inlet shall include full compensation for furnishing ail labor, materials, tools, equipment, and incidentals, removing and salvaging the existing frame and rate and for doing all the work involved in capping inlets, including removing portions of inlets, rounding bottoms of inlets, bar reinforcing steel, and structure excavation and structure backfill, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. EXISTING LOOP DETECTORS The existing inductive loop detectors shown on the plans at Station 186 +00 on the eastbound side_ of_Iamboree,Road and on State Route 73 main line.shall remain in place. If part of the loop conductor, including the portion leading to the adjacent pull box, is damaged by the Contractor's operations, the entire detector loop shall be replaced at the Contractor's expense. Adjacent loops damaged during the replacement shall also be replaced. r� t ,y EXISTING HIGHWAY IRRIGATION FACILITIES s Existing irrigation facilities within the limits of work shall remain in place. Irrigation facilities that are damaged by the Contractor's operation shall be reported immediately to the Engineer. j Existing below ground irrigation facilities will be marked by the Engineer, unless shown on the I plans. Marked Irrigation facilities damaged by the Contractors operations shall be repaired or replaced at the Contractor's expense. The replacement and repair of damaged unmarked below P ground irrigation facilities will be paid for as extra work as provided in Section 3_3, "Extra tr Work," of the Standard Specifications. Water shall be maintained in conformance with the provisions in Section 20- 5.025, "Maintain Existing Water Supply," of the State Standard Specifications. u �I v.� �g .1 'c 1 i J i BRIDGE REMOVAL Removing bridges or portions of bridges shall conform to the provisions in Section 15 -4, 'Bridge Removal," of the State Standard Specifications and these special provisions. Jamboree Road Overcrossing (Widen) (Bridge No. 55 -0531) Remove portions of existing deck overhang, railing, barrier, sidewalk, curb, wingwall, pile, shear key, backwall, concrete slope paving, tieback wall concrete and shotcrete, and top of column flares as shown on the plans. Reinforcement cut off flush shall be cleaned and painted. Cleaning shall be by wire brushing or abrasive blast cleaning to remove all dirt and residue on the metal or concrete surfaces. Immediately after cleaning, the surfaces shall be covered with one application of unthinned zinc - rich primer (organic vehicle type) conforming to the provisions in Section 91, "Paint" of the State Standard Specifications, except that 2 applications shall be applied to surfaces which will not be covered by concrete or mortar. Aerosol cans shall not be used. The paint shall be thoroughly mixed at the time of application and shall be worked into any voids. Removed materials that are not to be salvaged or used in the reconstruction 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 State Standard Specifications. Full compensation for zinc rich primer shall be included in the contract paid for bridge removal (portion) and no separate payment will be made therefore. The Contractor shall submit a complete bridge removal plan to the Engineer for each bridge listed above, detailing procedures, sequences, and all features required to perform the removal in a safe and controlled manner. The bridge removal plan shall include, but not be limited to, the following: A. The removal sequence, including staging of removal operations. B. Equipment locations on the structure during removal operations. C. Temporary support shoring or temporary bracing. D. Locations where work is to be performed over traffic or utilities. E. Details, locations, and types of protective covers to be used. F. Measures to assure that people, property, utilities, and improvements will not be endangered. G. Details and measures for preventing material, equipment, and debris from falling onto public traffic. When protective covers are required for removal of portions of a bridge or when superstructure removal work on bridges is involved, the Contractor shall submit working drawings with design calculations to the Engineer for the proposed bridge removal plan, and the bridge removal plan shall be prepared and signed by an engineer who is registered as a Civil Engineer in the State of California. The design calculations shall be adequate to demonstrate the stability of the structure during all stages of the removal operations. Calculations shall be provided for each stage of bridge removal and shall include dead and live load values assumed in the design of protective covers. Temporary support shoring, temporary bracing, and protective covers, as required, shall be designed and constructed in conformance with the provisions in Section 51 -1.06, "Falsework," of the State Standard Specifications and these special provisions. The assumed horizontal load to be resisted by the temporary support shoring and temporary bracing, for removal operations only, shall be the sum of the actual horizontal loads due to equipment, construction sequence, or other causes and an allowance for wind, but in no case shall the assumed horizontal load to be resisted in any direction be less than 5 percent of the total dead load of the structure to be removed. The bridge removal plan shall conform to the provisions in Section 5 -1.02, 'Plans and Working Drawings," of the State Standard Specifications. The number of sets of drawings, design calculations, the time for reviewing bridge removal plans shall be the same as specified for falsework working drawings in Section 51- 1.06A, "Falsework Design and Drawings," of the State Standard Speci fications. The following additional requirements apply to the removal of bridges or portions of bridges that are over or adjacent to roadways that may be closed to public traffic for only brief periods of time: A. The closure of roadways to public traffic shall conform to the provisions in "Order of Work" and "Maintaining Traffic" of these special provisions. I d b Pp B. Prior to closing a roadway to traffic to accommodate bridge removal operations, the Contractor shall have all necessary workers, materials, and equipment at the site as needed to proceed with the removal work in an expeditious manner_ While the roadway is closed to public traffic, work shall be pursued promptly and without interruption until the roadway is reopened to public traffic. C. Bridge removal operations shall be performed during periods of time that the roadway is closed to public traffic except as specified herein for preliminary work. D. Preliminary work shall be limited to operations that will not reduce the structural strength or stability of the bridge, or any element thereof, to a level that in the judgment of the Engineer would constitute a hazard to the public. This preliminary work shall also be limited to operations that cannot cause debris or any other material to fall onto the roadway. Protective covers may be used to perform preliminary work such as chipping or cutting the superstructure into segments, provided the covers are of sufficient strength to support all loads and are sufficiently tight to prevent dust and fine material from sifting down onto the traveled way. Protective covers shall extend at least 4 feet beyond the limit of the work underway. Bottom slabs of box girders may be considered to be protective covers for preliminary work performed on the top slab inside the limits of the exterior girders. E. Temporary support shoring and temporary bracing shall be used in conjunction with preliminary work when necessary to ensure the stability of the bridge. F. Temporary support shoring, temporary bracing, and protective covers shall not encroach closer than 8 feet horizontally from the edge or 15 feet vertically above any traffic lane or shoulder that is open to public traffic. G. During periods when the roadway is closed to public traffic, debris from bridge removal operations may be allowed to fall directly onto the lower roadway provided adequate protection is furnished for all highway facilities. The minimum protection for paved areas shall be a 2- foot -thick earthen pad or a I- inch -thick steel plate placed over the area where debris can fall. Prior to reopening the roadway to public traffic, all debris, protective pads, and devices shall be removed and the roadway swept clean with wet power sweepers or equivalent methods. For bridge removal work that requires the Contractor's registered engineer to prepare and sign the bridge removal plan, the Contractor's registered engineer shall be present at all times when bridge removal operations are in progress. The Contractor's registered engineer shall inspect the bridge removal operation and report in writing on a daily basis the progress of the operation and the status of the remaining structure. A copy of the daily report shall be available at the site of the work at all times. Should an unplanned event occur or the bridge operation deviate from the approved bridge removal plan, the Contractor's registered engineer shall submit immediately to the Engineer for approval the procedure of operation proposed to correct or remedy the occurrence. REMOVE CONCRETE Concrete, where shown on the plans to be removed, shall be removed and desposed of The pay quantities of concrete to be removed will be measured by the cubic yard, measured D before and during removal operations, unless otherwise noted herin. Removing concrete curb,coneete curb andgutter, concrete side.gutter and remove concrete (barrier and fend, will be measured by the linear foot, measured along the curb curb and _ ug t_tgr,, concrete (side utter), and remove concrete f barrier and fence) before removal operations. t Removing concrete median (hardscap 2re4)_and sidewalk will be measured by the square foot before removal operations.. Removing concrete curb ramps and concrete ad and walls will be measured by the unit before removal operations_ Concrete removed shall be disposed of outside the highway right ofway in conformance with the i provisions in Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Where no joint exists between concrete to be removed and concrete to remain in place, the concrete shall be cut on a neat line to a minimum depth of 0.17 -foot with a power driven saw before the concrete is removed. Where concrete has been removed outside the roadway prism, the backfilled areas shall be graded to drain and blend in with the surrounding terrain. Concrete to be removed which has portions of the same structure both above and below ground will be considered as concrete above ground for compensation. Full compensation for conforming to the requirements for .Remove Concrete. includin furnishing all labor, tools. equipment. materials fmcludingnew _posts. if needed and incidentals ree wired for doiMall the work involved. complete in place as shown on the plans as Specified_ in the. State Standard Specifications, the Standard Specifications, these Special Provisions. and as directed by the Eagineer. shall be considered as included . in the Contract unit - price paid for various Remove Concrete items listed on the Bid Sheet and no additional compensation will be allowed therefor. i J 10 -1.27 CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the State Standard Specifications and these special provisions. Vegetation shall be cleared and grubbed only within the excavation and embankment slope lines. 10 -1.28 WATERING i Developing a water supply and applying watering shall conform to the provisions in Section 17, "Watering," of the State Standard Specifications and these special provisions. i 7 'Y f gip 5 s 2 ca s .d E d 10 -1.29 DUST PALLIATIVE Furnishing and applying dust palliative shall conform to the provisions in Section 18, "Dust Palliative," of the State Standard Specifications. 7 a 10 -1.30 EARTHWORK Earthwork shall conform to the provisions in Section 19, "Earthwork," of the State Standard Specifications and these special provisions. Prior to the placement of pavement widening section on native soils. the native soils within uDoer 5 feet of tinished_Rrade shall be tested by the Geotechnical Engineer.. and verified to have a minimum R -value of 40 as required by the Materials Report and have an Expansion Index EI) of less than 30 with Plasticity Index of less than 12 %. If the existing native soils within, upper 5 feet of the finished grade is determined be - meeting. the above requirements, the existing native soils shall be over excavated and re located with imported_ borrow to meet the imported fill recommendations herein. Borrow materials shall conform to Section 19 -7.03. ''IMR rt_d fi 1rl7 tP. if $Li11C �i!.In!i rl I'd ti citleatiOns. d Pull compensation for furnishing all labor, tools, eq uipment, material. and_ incidentals, and for doing all work involved in over- excavationincluding load igghauling�de ositing,_spreading and co_mpacting the material complete in place, Oall be considered as included in the, Contract r unit pricepaid _per cubic yard for Road wa—Ex cavation and no additional compensation will be allowed therefor. Ditch Excavation shall conform ,.,to.. the ..provisions in Section 19._.1, - flitch _l;vcavatior"_ of' the State Standard Specifications. �a o y9f J f 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 0.17 -foot before removing the surfacing. Full compensation for cutting the existing surfacing shall be considered as included in the contract price paid per cubic yard for Roadway Excavation and no additional compensation will be allowed therefor. The portion of imported borrow placed within 4 feet of the finished grade shall have a Resistance (R- Value) of not less than 40. Reinforcement or metal attached to reinforced concrete rubble placed in embankments shall not protrude above the grading plane. Prior to placement within 2 feet below the grading plane of embankments, reinforcement or metal shall be trimmed to no greater than 314 inch from the face of reinforced concrete rubble. Full compensation for trimming reinforcement or metal shall be considered as included in the contract prices paid per cubic yard for the types of excavation shown in the Engineer's estimate, or the contract prices paid for furnishing and placing imported borrow or embankment material, as the case may be, and no additional compensation will be allowed therefor. 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. Hot mix asphalt D. Material planed from roadway surfaces E. Residue from grooving or grinding operations F. Metal G. Rubber 14- Mixed debris 1. Rubble If structure excavation or structure backfill for bridges is not otherwise designated by type and payment for the structure excavation or structure backfill has not otherwise been provided for in the Standard Specifications or these special provisions, the structure excavation or structure backfill will be measured and paid for as structure excavation (bridge) or structure backfill (bridge), respectively. *,v 6 q� :§ J 1 V �i a B o.E I t J1 nI J 10 -1.31 EARTH RETAINING STRUCTURES Earth retaining structures, consisting of Retaining Walls No. 191 and 193, shall conform to the details shown on the plans and these special provisions. Only one type of earth retaining system shall be used at any one location. The above list of acceptable alternative earth retaining systems has been selected from the Department's current list of prequalified earth retaining systems and is limited only to those systems determined to have characteristics suitable for this project. Among the alternatives shown, some systems may be, proprietary. The list of prequalified earth retaining systems has been developed from data previously famished by suppliers or manufacturers of each system. Approval of additional earth retaining systems is contingent on the system meeting the full range of parameters for which prequalification is required. The prequalification requirements are available at: http://www.dot.ca.gov/hq/esc/Translab/NewProducts/index.htm WORKING DRAWINGS If the Contractor elects to use a proprietary earth retaining system from the list of acceptable alternative systems, the Contractor shall submit complete working drawings for each installation of the system in conformance with the provisions in Section 5 -1.02, "Plans and Working Drawings," of the Standard Specifications. For initial review, 5 sets of drawings shall be submitted. After review between 6 and 12 sets, as requested by the Engineer, shall be submitted for final approval and use during construction. Working drawings shall be submitted to the Offices of Structure Design, Documents Unit. Working drawings shall be 11" x 17" in size, and each drawing and calculation sheet shall include the State assigned designations for the contract number, bridge number, full name of the structure as shown on the contract plans, and District- County- Route -Post Mile. The design firm's name, address, and phone number shall be shown on the working drawings. Each sheet shall be numbered in the lower right hand corner and shall contain a blank space in the upper right hand comer for future contract sheet numbers. The Contractor shall verify the existing ground elevations at the site before preparing the working drawings. The working drawings shall contain all information required for the proper construction of the system at each location including existing ground line at face of wall as verified at the site and any required revisions or additions to drainage systems or other facilities. The working drawings shall include "General Notes" that contain design parameters, material notes, and wall construction procedures and shall be accompanied with calculations. The working drawings and calculations shall be stamped and signed by an engineer who is registered as a Civil Engineer in the State of California. The Contractor shall allow the Engineer 30 days to review the drawings after a complete set has been received. Unless otherwise specified, at the completion of each structure for which working drawings were submitted and if the work detailed in these working drawings is permanent, the Contractor shall submit to the Engineer one set of corrected as -built prints 11" x 17" in size and on 20 -pound (minimum) bond paper, showing as built conditions. As -built drawings that are common to more than one structure shall be submitted for each structure. MATERIALS Earthwork s� i Excavation and backfill shall conform to the details shown on the plans, the provisions in Section 19, 'Earthwork," of the Standard Specifications, and these special provisions. Structure backfill for earth retaining structures with soil reinforcement shall be free of organic material and substantially free of shale or other soft materials of poor durability. Structure backfill shall not contain slag aggregate or recycled materials such as glass, shredded tires, portland cement concrete rubble, asphaltic concrete rubble, or other unsuitable material as determined by the Engineer. Structure backfill for earth retaining structures with soil reinforcement shall conform to the following requirements: Gradation Requirements Sieve Size Percentage Passing California Test 6" 100 202 3" 78 -100 202 No.4 - - -- 202 No. 30 0 -60 202 No. 200 0 -15 202 Pro erty Re uirements Test Requirement California Test Sand Equivalent 12 minimum 217 Plasticity Index 6 maximum 204 Minimum Resistivity 2000 ohm -cm 643 Chlorides <250 ppm 422 Sulfates < 500 ppm 417 pH 5.5 to 10.0 643 If 12 percent or less passes the No. 200 sieve and 50 percent or less passes the No. 4, the Sand Equivalent and Plasticity Index requirements shall not apply. b� O i Structure backfill for earth retaining structures with geosynthetic soil reinforcement shall conform to the following requirements: 3 a3 t Gradation Requirements Sieve Size Percentage Passing California Test 2" t00 202 No.4 50 -80 202 No. 40 0 -30 202 No. 200 0 -15 202 Property Re uirements Test Requirement Cal ifornia Test Sand Equivalent 30 minimum 217 Plasticity Index 6 maximum 204 Durability Index 35 minimum 229 pH 4.5 to 9.0 643 Permeable material shall be used for the portion of the structure backfill for earth retaining structures with soil reinforcement within the limits shown on the plans. Permeable material shall be Class 1, Type B, conforming to the provisions in Section 68- 1.025, "Permeable Material," of the Standard Specifications. Permeable material for earth retaining structures with metallic soil reinforcement shall conform to the following requirements: Property Re uirements Test Requirement California Test Minimum Resistivity 2000 ohm -cm 643 Chlorides <250 ppm 422 Sulfates <500 ppm 417 pH 5.5 to 10.0 643 Permeable material for earth retaining structures with geosynthetic soil reinforcement shall conform to the following requirements: Property Requirements Test Requirement California Test pH 4.S to 9.0 643 Water used for earthwork or dust control within 500 feet of earth retaining structures with metallic soil reinforcement shall conform to the provisions for water in Section 90 -2.03, "Water," of the Standard Specifications, Concrete Concrete used in precast and cast -in -place reinforced concrete members of earth retaining structures shall conform to the details shown on the plans, the provisions in Section 51, "Concrete Structures," of the Standard Specifications, and these special provisions. The concrete leveling pads for the Mechanically Stabilized Embankment (MSE) system shall conform to the provisions in Section 90 -10, "Minor Concrete," of the Standard Specifications. Concrete shall conform to the provisions in "Freezing Condition Requirements" of these special provisions and shall contain not less than 675 pounds of cementitious material per cubic yard. Reinforcement Reinforcement shall conform to the provisions in Section 52, "Reinforcement," of the Standard Specifications and these special provisions. 1 Galvanizing Soi( reinforcement, connecting elements, and other steel components that are in contact with the earth shall be galvanized in conformance with the provisions in Section 75 -1.05, "Galvanizing," of the Standard Specifications, Inspection Elements If a proprietary alternative system is selected, inspection elements representative of the particular soil reinforcement shall be furnished in the same number and approximate location as shown on the plans for the MSE system. When metallic soil reinforcement is used, the threaded end of the inspection wire may be formed before or after galvanizing. The end 4 inches of the wire shall be coated with two applications of an approved unthinned commercial quality zinc -rich primer (organic vehicle type). The threaded end of the wire shall be encapsulated with corrosion inhibiting, mastic filled, round vinyl enclosure secured with a nylon tie as shown on the plans. If the threaded end is galvanized after threading, the threads shall be cleaned before painting. There shall be no damage to the unthreaded portion of the galvanized inspection wire. Drainage System The drainage system shall conform to the details shown on the plans and these special provisions. , Corrugated steel pipe shall conform to the provisions in Section 66, "Corrugated Metal Pipe," of the Standard Specifications. Perforated steel pipe underdrains and underdrain outlets and risers shall conform to the e provisions in Section 68 -1, " Underdrains," of the Standard Specifications. .., The class of rock used for rock slope protection at drain pipe outlets shall be No. 3 Backing and shall conform to the provisions in Section 72 -2, "Rock Slope Protection," of the Standard b Specifications. Filter fabric shall conform to the provisions in Section 88 -1.02, "Filtration," of the Standard Specifications and these special provisions. Filter fabric shall be Class A. Adhesive for bonding filter fabric to concrete panels shall be commercial grade. Soil Reinforcement Soil reinforcement shall conform to the details shown on the contract plans, the approved working drawings, the pre-approved proprietary system details, and these special provisions. W 1 I and W20 steel wire shall conform to the requirements in ASTM Designation: A 82 /A 82M. The welded wire mat shall conform to the requirements in ASTM Designation: A 185 /A 185M. DI I and D20 deformed steel wire maybe substituted for WI1 and W20 steel wire, respectively. The welded wire mat utilizing deformed steel wire shall conform to the requirements in ASTM Designation: A 496/A 496M and ASTM Designation: A 497/A 497M. The button on button -head wires shall conform to the provisions in Section 50 -1.05, "Prestressing Steel," of the Standard Specifications. The coupler at the wire mat connection shall be a seamless steel sleeve. The coupler shall be applied over the button -head wires and swaged by means of a hydraulic press. The coupler shall develop the minimum tensile strength of the wire without exceeding a total slip of the wires of 3/16 inch. Sample button -head wire and coupler connectors shall develop the minimum tensile requirements for W1 I and W20 steel wire in ASTM Designation: A 82/A 82M without exceeding a total slip of the wires of 3/16 inch when tested in conformance with the provisions for tension testing of round wire samples in ASTM Designation: A 370. When D11 and D20 deformed steel wire are substituted, samples shall develop the minimum tensile requirements contained in ASTM Designation: A 496/A 496M. An independent testing laboratory shall perform button -head wire and coupler connection testing. Samples shall consist of button -head wires each 24 inches long connected by a swaged coupler. Prior to the start of wall construction, the Contractor shall furnish test results to the Engineer from tension and slip tests conducted on 6 proposed button -head wire and coupler connections. Failure of any of the proposed button -head wire and coupler connector samples to meet the slip and tensile strength requirements herein shall require the connection be redesigned by the Contractor. No installation of face panels shall be allowed until the Contractor has successfully completed tension and slip testing for proposed button -head wire and coupler connectors. During wall construction, the Contractor shall furnish test results to the Engineer from tension and slip testing of 4 samples of production button -head wire and coupler connections for each lot of 500 individual mat wire connections incorporated into the work. Production testing shall consist of testing each of the 4 sample connections for both slip and tensile requirements herein. If or more of the production samples fail to meet slip or tensile test requirements, the entire lot represented by these samples shall be rejected. If one of the production samples fails to meet slip or tensile test requirements, an additional 4 samples shall be tested. Should any of the additional samples fail to meet the slip or tensile requirements, the entire lot represented by these samples shall be rejected. Splicing of the welded wire mat along its length shall be by mechanical coupler that shall develop the minimum tensile strength of the wire. The mechanical coupler shall be approved by the Engineer. Geogrid soil reinforcement roll identification, storage, and handling shall be in accordance with ASTM Designation: D 4873, and as specified in the preapproved proprietary details. The geogrid shall be shipped and stored such that the material is not placed directly on the ground. The geogrid shall be covered and protected at all times during shipment and storage such that it is fully protected from UV radiation including sunlight, site construction damage, precipitation, chemicals, flames including welding sparks, temperatures less than 20 OF or greater than 140 °F, or other conditions that may damage the physical property values of the geogrid. The Contractor shall prevent foreign materials from coming into contact with or affixing to the geogrid. Miscellaneous Resin bonded cork for horizontal joints shall conform to the requirements in ASTM Designation: D 1752, Type 11, with a compressive load of not less than 100 psi. Pipe for the pipe pin shall conform to the requirements in ASTM Designation: A 53/A 53M, Standard weight, except the amount of the zinc coating per square foot of actual surface shall average not less than 2.0 ounces and no individual specimen shall be less than 1.8 ounces. CONSTRUCTION Earth retaining structures shall be constructed to the lines, grades, and details shown on the plans, and shall conform to these special provisions. Earthwork The foundation for the structure shall be graded level for a width equal to the length of soil reinforcement elements plus 12 inches or as shown on the contract plans. The foundation material shall be compacted to a relative compaction of not less than 95 percent. The Engineer shall approve the compacted foundation area prior to commencement of wall construction. The Contractor shall remove unsuitable material as determined and directed by the Engineer. This work shall be paid for as extra work as provided in Section 4 -1.03D, "Extra Work," of the Standard Specifications. Structure backfill material shall be placed and compacted simultaneously with the erection of the facing panels. Placement and compaction shall be accomplished without distortion of the soil reinforcement or displacement of facing panels. Structure backfill at the front of the wall shall be completed prior to backfilling more than 15 feet above the bottom of the lowermost face element. Vertical and horizontal alignment tolerances of panels shall not exceed 3/4 inch when measured along a 10 -foot straightedge. The maximum allowable offset in any panel joint shall not exceed 3/4 inch. Structure backfill for earth retaining structures with soil reinforcement shall be compacted to a relative compaction of not less than 95 percent. A relative compaction of not less than 95 percent shall be obtained for embankment under earth retaining structures with soil reinforcement within the limits established by inclined planes sloping 1.5:1 (horizontal:vertical) out and down from lines one foot outside the bottom limits of the structure, including permeable material when required. Soil reinforcement shall be tensioned in the direction perpendicular to the wall face with enough force to remove any slack in the connection or in the soil reinforcement itself. Soil reinforcement shall be secured in place to prevent movement during placement of additional soil reinforcement and structure backfill until the initial lift of structure backfill is compacted. Geogrid soil reinforcement shall be placed in full - length sections. Soil reinforcement shall be covered with structure backfill during the same work shift that it is placed. Placement and compaction of structure backfill shall begin one foot from the back face of wall panels and progress towards the free end of the soil reinforcement. Compaction equipment shall be operated parallel to the wall facing. The remaining width of backfill behind the wall panels shall be placed and compacted after soil reinforcement has been covered to a depth of 6 inches. t 9 311 :.9 .N __ Sheepsfoot or grid -type rollers shall not be used for compacting material within the limits of the soil reinforcement. Hand -held or hand- guided compacting equipment shall be used to compact structure backfill material within 3 feet of the facing panels. Construction equipment shall not be operated directly on the soil reinforcement. A layer of structure backfill material not less than 6 inches in thickness shall be maintained between the soil reinforcement and construction equipment of any type, Structure backfill material for earth retaining structures with geogrid soil reinforcement shall be placed in lifts not to exceed 6 inches where hand - operated compacting equipment is used and 8 inches where heavy compaction equipment is used. At each level of the soil reinforcement the structure backfill shall be constructed to a plane 2 inches above the elevation of the soil reinforcement connection and shall start 3 feet from the back of the face panel and extend for at least the remaining length of soil reinforcement. This grading shall be complete before placing the next layer of soil reinforcement. Permeable material and filter fabric shalt be placed along with structure backfill as shown on the plans. Permeable material shall be placed in layers not exceeding 2 feet in thickness. Compaction of the permeable material for the drainage system outside the limits of the soil reinforcement is not required, and equipment shall not be operated directly on the permeable material or filter fabric. If a sloped layer of permeable material is placed to facilitate the work or to satisfy safety considerations, the vertical limits of permeable material shall remain unchanged and the thickness of the layer of permeable material shall be measured normal to the slope. The Contractor shall grade the reinforced backfill to rapidly drain away from the wall face at the end of each work shift. Berms or ditches shall be provided to direct runoff away from the wall site. The Contractor shall not allow surface runoff from adjacent areas to enter the wall construction site. Filter Fabric Filter fabric shall be placed at the locations and in conformance with the details shown on the plans and these special provisions. Immediately prior to placing filter fabric, the subgrade to receive the filter fabric shall conform to the compaction and elevation tolerance specified for the material involved and shall be free of loose or extraneous material and sharp objects that may damage the filter fabric during installation. Concrete panel surfaces to receive filter fabric shall be dry and thoroughly cleaned of dust and deleterious materials. Filter fabric shall be handled and placed in conformance with the manufacturer's recommendations. Filter fabric shall be stretched, aligned, and placed in a wrinkle -free manner. Adjacent borders of filter fabric shall be stitched or overlapped from 12 inches to 18 inches. The preceding roll shall overlap the following roll in the direction the material is being spread or shall be stitched. When filter fabric is joined by stitching it shall be stitched with yarn of a contrasting color. The size and composition of the yam shall be as recommended by the filter fabric manufacturer. The stitches shall number 5 to 7 per inch of seam. If the filter fabric is damaged during installation, it shall be repaired by placing a piece of filter fabric that is large enough to cover the damaged area and that meets the overlap requirement. During spreading of the permeable material, a minimum of 6 inches of the material shall be maintained between the filter fabric and the Contractor's equipment. Where structure backfill I material is to be placed on filter fabric, a minimum of 18 inches of structure backfill material shall be maintained between the filter fabric and the Contractors equipment. Equipment or vehicles shall not be operated or driven directly on filter fabric. Concrete Concrete for the leveling pads shall be placed at least 24 hours prior to erecting face panels. 1 Exposed surfaces of precast and cast -in -place concrete members shall receive a surface finish conforming to the provisions in Section 51- 1.18B, "Class 1 Surface Finish," of the Standard p Specifications. ll After placement of an inspection element and placement of backfill to a level at least 2 feet above the inspection element, the void in the face panel shall be dry packed with mortar as IIII shown on the plans. Dry pack shall conform to the provisions in Section 51- 1.135, "Mortar," of A the Standard Specifications, except that the proportion of cementitious material to sand shall be that required to achieve a 28 -day mortar compressive strength of 1000 psi to 1500 psi. a Proprietary Earth Retaining Systems If the Contractor elects to construct one of the acceptable proprietary alternative earth retaining 9 systems, the structure shall be constructed to the lines and grades shown on the plans. Vertical and horizontal alignment shall be checked at every course throughout the erection process. The construction shall include a drainage system where shown on the plans, and shall conform to the details shown on the approved working drawings, approved proprietary system details, and these special provisions. The Contractor shall supply a Certificate of Compliance conforming to the provisions in Section 6-1-07, "Certificates of Compliance," of the Standard Specifications stating the supplied material meets the respective index criteria set forth when the proprietary alternative earth retaining system was prequalified by the Department, as measured in accordance with all test methods and standards specified in the Standard Specifications, these special provisions, and the approved i working drawings. A qualified representative of the proprietary earth retaining system manufacturer shall be present during erection and backfill of the first 10 feet of height of the entire length of the wall and shall be. available during any remaining installations. The manufacturer's representative shall not be an employee of the Contractor. Alternative earth retaining structures shall be constructed to accommodate the wall- mounted lighting, the wall mounted drainpipe, and the panels for future drainage inlets, as shown on the plans. r� The top of wall profile of alternative earth retaining systems shall conform to the profile shown °g on the plans. The bottom of wall elevations or face panels shall be at or below the elevations shown on the plans. The height and length to be used for any system shall be the minimums for that system that will effectively retain the earth behind the structure for the = loading conditions and the contours, profile, or slope lines shown on the plans. The length of soil reinforcement for any system shall be not less than that shown on the plans. In addition, if the plans or special provisions indicate limiting parameters for alternative systems, the system shall conform to those parameters. The top of face panels, assuming no leveling pad settlement, shall be covered by the coping lip or concrete barrier slab lip at a minimum of 7 inches, ; I The top level of soil reinforcement shall be placed parallel to the top of the concrete panel at a distance below the top of the wall as shown on the plans. The top level of soil reinforcement shall also be (1) placed a minimum of 3 inches below the bottom of the barrier slab lip or the bottom of the concrete gutter behind coping and (2) placed a minimum of 5 inches below the top edge of the concrete panel. MEASUREMENT AND PAYMENT Earth retaining structures will be measured and paid for by the square foot. Regardless of the type of earth retaining structure actually constructed, the square foot area for payment will be based on the length and vertical height of each section of Retainin Walls No. 191 and 193 system shown on the plans that was or would have been constructed. The vertical height of each section will be taken as the difference in elevation on the outer face from the bottom of the lowermost face element or top of footing to the top of wall profile. The contract price paid per square foot for earth retaining structure at each location shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing a[] the work involved in constructing the earth retaining structure and inspection elements, including earthwork, piles, footings, and drainage systems, 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 contract price paid per square foot for earth retaining structure at each location shown on the plans shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the earth retaining structure and inspection elements, including earthwork, leveling pad, coping, bearing pads, and drainage systems, 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 contract price paid per cubic yard for structural concrete, barrier slab shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the barrier slab, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for furnishing and testing sample mechanical connectors shall be considered as included in the contract price paid per square foot for earth retaining structure, and no separate payment will be made therefor. Full compensation for revisions to the barrier support, drainage system, or other facilities made necessary by the use of an alternative earth retaining system shall be considered as included in the contract price paid per square foot for earth retaining structure, and no separate payment will be made therefor. t 10 -1.32 CONTROLLED LOW STRENGTH MATERIAL 9 Controlled low strength material shall consist of a workable mixture of aggregate, cementitious materials, and water and shall conform to the provisions for slurry cement backfill in Section 19- 3.062, "Slurry Cement Backfill," of the Standard Specifications and these special provisions. At the option of the Contractor, controlled low strength material may be used as structure backfill for pipe culverts, except that controlled low strength material shall not be used as t structure backfill for culverts having a diameter or span greater than 20 feet. I When controlled low strength material is used for structure backfill, the width of the excavation shown on the plans may be reduced so that the clear distance between the outside of the pipe and the side of the excavation, on each side of the pipe, is a minimum of 12 inches. This minimum may be reduced to 6 inches when the height of cover is less than or equal to 20 feet or the pipe diameter or span is less than 42 inches. 5 Controlled low strength material in new construction shall not be permanently placed higher than q; the basement soil. For trenches in existing pavements, permanent placement shall be no higher than the bottom of the existing pavement permeable drainage layer. if a drainage layer does not exist, permanent placement in existing pavements shall be no higher than one inch below the bottom of the existing asphalt concrete surfacing or no higher than the top of base below the existing portland cement concrete pavement. The minimum height that controlled low strength material shall be placed, relative to the culvert invert, is 0.5 diameter or 0.5 height for rigid culverts and 0.7 diameter or 0.7 height for flexible culverts. When controlled low strength material is proposed for use, the Contractor shall submit a mix design and test data to the Engineer for approval prior to excavating the trench for which controlled low strength material is proposed for use. The test data and mix design shall provide for the following: A. A 28 -day compressive strength between 50 pounds per square inch and 100 pounds per square inch for pipe culverts having a height of cover of 20 feet or less and a minimum 28 -day compressive strength of 100 pounds per square inch for pipe culverts having a height of cover greater than 20 feet. Compressive strength shall be determined in conformance with the requirements in ASTM Designation: D 4832. B. Cement shall be any type of portland cement conforming to the requirements in ASTM Designation: C 150; or any type of blended hydraulic cement conforming to the requirements in ASTM Designation: C 595M or the physical requirements in ASTM Designation: C 1157M. Testing of cement will not be required. C. Admixtures may be used in conformance with the provisions in Section 90 -4, "Admixtures," of the Standard Specifications. Chemical admixtures containing chlorides as Cl in excess of one percent by weight of admixture, as determined in conformance 6 with the requirements of California Test 415, shall not be used. if an air - entraining =I admixture is used, the maximum air content shall be limited to 20 percent. Mineral admixtures shal I be used at the Contractor's option. +.J Materials for controlled low strength material shall be thoroughly machine -mixed in a pugmill, rotary drum or other approved mixer. Mixing shall continue until the cementitious material and water are thoroughly dispersed throughout the material. Controlled low strength material shall be placed in the work within 3 hours after introduction of the cement to the aggregates. When controlled low strength material is to be placed within the traveled way or otherwise to be covered by paving or embankment materials, the material shall achieve a maximum indentation diameter of 3 inches prior to covering and opening to public traffic. Penetration resistance shall be measured in conformance with the requirements in ASTM Designation: D 6024. Controlled low strength material used as structure backfill for pipe culverts will be considered structure backfill for compensation purposes. 10 -1.33 MATERIAL CONTAINING HAZARDOUS WASTE CONCENTRATIONS OF AERIALLY DEPOSITED LEAD Earthwork involving material containing aerially deposited lead shall conform to the provisions 1 in Section 19, "Earthwork," of the Standard Specifications and these special provisions. Attention is directed to "Aerially Deposited Lead" of these special provisions. '! Type Y -1 material contains aerially deposited lead in average concentrations of 1.5 mg/L or less s extractable lead (based on a modified waste extraction test using deionized water as the extractant) and 1411 mg/kg or less total lead. Type Y -1 material exists between 28 feet and 28 °3t feet, measured horizontally from the edges of existing pavement, from Station 181 +00 to Station 198 +00 and from a depth of 0_0 feet to 11 .55 feet below existing grade, as shown on the plans. This material shall be placed as shown on the plans, unless otherwise directed by the Engineer, and covered with a minimum 0.5 -foot layer of nonhazardous soil or pavement. This material is I` hazardous waste regulated by the State of California that may be reused as permitted under the Variance of the California Department of Toxic Substances Control (DTSC) provided that the lead contaminated soil is placed a minimum of 5 feet above the maximum water table elevation and covered with at least one foot of nonhazardous soil. Temporary surplus material may be generated on this project due to the requirements of stage construction. Temporary surplus material shall not be transported outside the State right of way. In order to conform to the requirements of these provisions it may be necessary to stockpile material for subsequent stages, to construct some embankments out of stage, or to handle temporary surplus material more than once. LEAD COMPLIANCE PLAN Submit a lead compliance plan under Section 7 -1.07, "Lead Compliance Plan," of the Standard Specifications. The Lead Compliance Plan shall include perimeter air monitoring incorporating upwind and downwind locations as shown on the plans or as approved by the Engineer. Monitoring shall be by personal air samplers using National Institute of Safety and Health Method 7082. Sampling shall achieve a detection limit of 0.05 pg/m3 of air per day. Daily monitoring shall take place while the Contractor clean and grubs and performs earthwork operations. A single representative daily sample shall be analyzed for lead. Results shall be analyzed and provided to the Engineer within 24 hours. Average lead concentrations shall not exceed 1.5 µg 1m3 of air per day and 0.15 pg/m3 per day on a rolling 90 -day basis. Average daily concentrations shall be calculated based on monitoring to date, and projection based on those monitoring trends for the 1 next 90 days or to the end of work subject to the Lead Compliance Plan if less than the specified averaging period. If concentrations exceed these levels the Contractor shall stop work and modify the work to prevent release of lead. Monitoring shall be done under the direction of and 1 the data shall be reviewed by and signed by a Certified Industrial Hygienist. c� EXCAVATION AND TRANSPORTATION PLAN Within 15, days after approval of the contract, the Contractor shall submit 3 copies of an Excavation and Transportation Plan to the Engineer. The Engineer will have 7 days to review the plan. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the plan within 7 days of receipt of the Engineer's comments. The Engineer will have 7 days to review the revisions. Upon the Engineer's approval of the plan, 3 additional copies incorporating the required changes shall be submitted to the Engineer. Minor changes to or clarifications of the initial submittal may be made and attached as amendments to the Excavation and Ti-ansportation Plan. In order to allow construction to proceed, the Engineer may conditionally approve the plan while minor revisions or amendments are being completed. The Contractor shall prepare the written, project specific Excavation and Transportation Plan establishing the procedures the Contractor will use to comply with requirements for excavating, stockpiling, transporting, and placing (or disposing) of material containing aerially deposited lead. The plan shall conform to the regulations of the DTSC and Cal -OSHA. The sampling and analysis portions of the Excavation and Transportation Plan shall meet the requirements for the design and development of the sampling plan, statistical analysis, and reporting of test results contained in USEPA, SW 846, "Test Methods for Evaluating Solid Waste," Volume II: Field Manual Physical /Chemical, Chapter Nine, Section 9.1. The plan shall contain, but not be limited to the following elements: A. Excavation schedule (by location and date), B. Survey methods for Type Y -1 material burial locations, C. Sampling and analysis plan for soil cover, D. Dust control measures, E. Transportation equipment and routes, F. Method for preventing spills and tracking material onto public roads, G. Truck waiting and staging areas, H. Spill Contingency Plan for material containing aerially deposited lead. DUST CONTROL Excavation, transportation, placement, and handling of material containing aerially deposited lead shall result in no visible dust migration. The Contractor shall have a water truck or tank on the job site at all times while clearing and grubbing and performing earthwork operations in work areas containing aerially deposited lead. STOCKPILING Stockpiles of material containing aerially deposited lead shall not be placed where affected by surface run -on or run -off. Stockpiles shall be covered with plastic sheeting 13 mils minimum thickness or one foot of nonhazardous material. Stockpiles shall not be placed in environmentally sensitive areas. Stockpiled material shall not enter storm drains, inlets, or waters of the State. SURVEYING TYPE Y -1 or Y -2 MATERIAL BURIAL LOCATIONS Survey the location of the bottom and top perimeters of each area where you bury Type Y -1 material (burial locations). The survey must be performed by or under the direction of either: (I) A land surveyor licensed under Chapter 15 of the Business and Professions Code (commencing with Section 8700), or (2) A civil engineer licensed prior to January 1, 1982 under Chapter 7 of the Business and Professions Code (commencing with Section 6700). Survey ten points to determine each burial location horizontally and vertically within the 1 specified accuracies and to create closed polygons of the perimeters of the bottom and top of the burial location. If ten points are not sufficient to define the polygon add additional points until 1 the polygon is defined. Establish the position of the bottom and top perimeters before placing subsequent layers of material that obstruct the location. Report each burial location in California State Plane Coordinates in US Survey feet within the appropriate zone of the California Coordinate System of 1983 (CCS83) and in latitude and longitude. Horizontal positions shall be referenced to CCS83 (epoch 2007.00 or later NGS or CSRC published epoch) to an accuracy of 3 feet horizontally. The elevation of points identifying the burial location shall locate the bottom and top of Type Y -I material to an accuracy of I foot vertically. Elevations of the bottom and top of Type Y -I material shall be referenced to North American Vertical Datum of 1988 (NAVD88) . Report accuracy of spatial data in US Survey feet under FGDC- STD - 007.1 -1998. g Within five business days of completing placement of Type Y -I material at a burial location, submit a report for that burial location, including form CEM 1901 and electronic geospatial t vector data shapefiles of the top and bottom perimeters of the burial location to the Engineer and to the following email address: ADL @dot.ca.gov The Engineer will notify you of acceptance or rejection of the burial location report within five business days of receipt. If the report is rejected, you have five business days to submit a corrected report. MATERIAL TRANSPORTATION Prior to traveling on public roads, loose and extraneous material shall be removed from surfaces outside the cargo areas of the transporting vehicles and the cargo shall be covered with tarpaulins or other cover, as outlined in the approved Excavation and Transportation Plan. The Contractor shall be responsible for costs due to spillage of material containing lead during transport. The Department will not consider the Contractor a generator of the hazardous material, and the Contractor will not be, obligated for further cleanup, removal, or remedial action for such material handled or disposed of in conformance with the requirements specified in these special provisions and the appropriate State and Federal laws and regulations and county and municipal ordinances and regulations regarding hazardous waste. Sampling, analyzing, transporting, and disposing of material containing aerially deposited lead excavated outside the pay limits of excavation will be at the Contractor's expense. MEASUREMENT AND PAYMENT Quantities of roadway excavation (aerially deposited lead), of the types shown in the Engineer's Estimate, will be measured and paid for in the same manner specified for roadway excavation and structure excavation, respectively, in Section 19, "Earthwork," of the Standard Specifications. Full compensation for preparing an approved Excavation and Transportation Plan, transporting material containing aerially deposited lead reused in the work from location to location, and transporting and disposing of material containing aerially deposited lead shall be considered as included in the contract prices paid per cubic yard for the items of roadway excavation (aerially deposited lead) of the types involved, and no additional compensation will be allowed therefor. No payment for stockpiling of material containing aerially deposited lead will be made, unless the stockpiling is ordered by the Engineer. The contract Lump sum price paid for ADL Burial Location Report includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in collecting and reporting the data as specified in these special provisions, and as directed by the Engineer. F y u s �y 10 -1.34 EROSION CONTROL (HYDROSEED) GENERAL Summary This work includes removing and disposing of weeds and applying erosion control materials including seed, fiber, commercial fertilizer, organic fertilizer, straw, and tackifier to erosion control (Hydroseed) areas shown on the plans. Comply with Section 20 -3, 'Erosion Control," of the State Standard Specifications. If notified by the Engineer that an area is ready to receive erosion control materials, start erosion 3 control (Hydroseed) work within 5 business days of the Engineer's notification to perform the a5 work. The Engineer will designate the ground location of all erosion control (Hydroseed) areas in increments of one acre or smaller by directing the placing of stakes or other suitable markers.' Furnish all tools, labor, materials, and transportation required to adequately indicate the various erosion control (Hydroseed) locations. j MATERIALS Seed Seed not required to be labeled under the California Food and Agricultural Code must be tested for purity and germination by a seed laboratory certified by the Association of Official Seed Analysts or by a seed technologist certified by the Society of Commercial Seed Technologists. Measure and mix individual seed species in the presence of the Engineer. Seed must contain at most 1.0 percent total weed seed by weight. Deliver seed to the job site in unopened separate containers with the seed tag attached. Containers without a seed tag attached are not accepted. The Engineer takes a sample of approximately one ounce or 0.25 cup of seed for each seed lot greater than 2 pounds. Seed must comply with the following: i b/ FiF :r t:$ 't t a. e I Seed Botanical Name (Common Name) Percent Germination (Minimum) Pounds Pure Live Seed Per Acre (Slope Measurement) Gazaniasplendens (Dwarf Clumping Gazania) 40 75 Mixed Colors Festuca rubra (Red Fescue) 40 190 Total 265 Applicable when numbers below are shown after a Botanical Name /(Common Name) above: Seed produced in California only. 2Seed source from County only. 3Seed source from above below the foot elevation level. Seed Sampling Supplies At the time of seed sampling, provide the Engineer a glassine lined bag and custody seal tag for each seed lot sample. Commercial Fertilizer Must have a guaranteed chemical analysis within 10 percent of 6 percent nitrogen, 20 percent phosphoric acid and 20 percent water soluble potash. Coloring Agent Use a biodegradable, nontoxic coloring agent free from copper, mercury, and arsenic. CONSTRUCTION Site Preparation Immediately prior to applying seed to erosion control (Hydroseed) areas, trash and debris and weeds must be removed. Removed weeds must 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. I R� Application Apply erosion control (Hydroseed) materials in separate applications in the following sequence: a c 1. Apply the following mixture with hydroseeding equipment at the rates indicated within 60 minutes after the seed has been added to the mixture: r 6 Material Pounds Per Acre (Slope Measurement) Seed Varies per seed mix Commercial 200 Fertilizer piling. The ratio of total water to total tackifier in the mixture must be as recommended by the manufacturer. Hydraulic application of erosion control (Hydroseed) materials for rolled erosion control product (Net(ing) areas must be applied by hose, from the ground. Erosion control (Hydroseed) materials must be applied onto the slope face such that the materials are well integrated into the rolled erosion control product (Netting) and in contact with ground surface. Application must be perpendicular to the slope face such that rolled erosion control product (Netting) materials are not damaged or displaced.Once straw work is started in an area, complete tackifier applications in that area on the same working day. The Engineer may change the rates of erosion control (Hydroseed) materials to meet field conditions. For any area where erosion control (Hydroseed) materials are to be applied, the application of all erosion control (Hydroseed) materials to be applied to that area must be completed within 72 hours from when the first materials were applied. ~F� 4 MEASUREMENT AND PAYMENT Erosion control (Hydroseed) will be measured by the square foot or by the acre, whichever is designated in the Engineer's Estimate. The area will be calculated on the basis of actual or computed slope measurements. J The contract price paid per square foot or acre for erosion control (Hydroseed) includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in erosion control (Hydroseed) complete in place, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. p 10 -1.35 IRRIGATION CROSSOVERS 0 Irrigation crossovers shall conform to the provisions in Section 20 -5, "Irrigation Systems," of the State Standard Specifications and these special provisions. ; i i t a e -: y Conduits shall be installed under existing paving by jacking or drilling methods in conformance with the provisions in Section 20- 5.03B, "Conduit for Irrigation Crossovers," of the State Standard Specifications_ Fittings for water line crossovers shall be Schedule 80. 9 10 -1.36 IRRIGATION SLEEVE b Irrigation sleeves shall be corrugated high density polyethylene pipe and shall conform to the provisions in Section 20 -5, `Irrigation Systems, "of the State Standard Specifications and these special provisions. Irrigation sleeves shall be installed where shown on the plans. Irrigation sleeves shall be installed not less than 1.5 feet below finished grade measured to the top of the sleeve. Sleeves shall extend 6 inches beyond paving. The ends of the sleeve shall be capped until use. Quantities of irrigation sleeve to be paid will be determined from the slope length designated by the Engineer. Irrigation sleeve placed in excess of the lengths designated will not be paid for. The contract price paid per linear foot for irrigation sleeve shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in irrigation sleeve, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 1I t a } ,.1 10 -1.37 AGGREGATE SUBBASE Aggregate subbase must comply with Section 25, "Aggregate Subbases," of the State Standard Specifications and these special provisions. Aggregate subbase must be Class 2. Do not store reclaimed asphalt concrete or aggregate subbase with reclaimed asphalt concrete within 100 feet measured horizontally of any culvert, watercourse, or bridge. a I I 10 -1.38 AGGREGATE BASE Aggregate base must comply with Section 26, "Aggregate Bases," of the State. Standard Specifications and these special provisions. Aggregate base must be Class 2. Do not store reclaimed asphalt concrete or aggregate base with reclaimed asphalt concrete within g 100 feet measured horizontally of any culvert, watercourse, or bridge. U I 171 J s` a s� i >9 4 J W 10-1.39 HOT MIX ASPHALT BASE I ful mix u%objdt hasc S1131, be 'I N.- A and shall ronlomi u,, ilic nro-,-'.,,io-ns-in Secticm for Mix A, I Llivak-" 2i'llic Suac Smndiird S lcciFcarinils. The grade ofasphalt binder to be mixed with aggregate for hot mix asphalt base (Type A) shall be Grade PG-64- If! "A'-wnulLWyh �orcvisiois in Section 92-A�phal , of the St: lic Suln , 'il Skegifications. 10 -1.40 HOT MIX ASPHALT GENERAL Summary This work includes producing and placing hot mix asphalt (HMA) Type A using the Standard process. Comply with Section 39, "Hot Mix Asphalt," of the Standard Specifications. MATERIALS Asphalt Binder The grade of asphalt binder mixed with aggregate for HMA Type A must be PG 64 -10. Aggregate The aggregate for CONSTRUCTION A must comply with the' /< -inch grading. Vertical Joints Before opening the lane to public traffic, pave shoulders and median borders adjacent to a lane being paved. Do not leave a vertical joint more than 0.15 foot high between adjacent lanes open to public traffic, Rl ac- e- shocrlder- senfe��- tapsf- �eonsuiT2�t -I y -with- .��adj- asent- lane's- pav+ng R}aoe- addiiioaa-l- Tn'�":.,^r -ten loeg- Gke- pa�ertiet�t's- edg�te pert€ oar} -EO- road- sorrneetioes -- aid -pr -'water loves- - Fwd- -xaka, 4f-- nceessar - -and - eetrtpas[ «"� ada«e« )HO to fer,^rn Smaot4-- ser+ferR+ tape-. Data -Cores �ake�Jata- car- i�.clade- tka- eorn�e -tad - �$vfA- paverae -qt; - +ande- r- �yteg- base,- ar+d -- subbase rrraterta��rdt�t- data- sexes- and- seFretrad ing- paverne- Frt- ftortr loo- yak €�- iirek- of -6-ifl "�d�„n.�duta- sores= 1-- ,4t-tke,- ke�nira -e. '',a-- a�.d- .�;r- y- 1/�rri- ire- wit#+ri- tke -pav ti, °- e- acl�- reate- o-A -tl�s p�Jest �: - Awe- r- aFl- pav- ixg -is- sow -p }cte d- �rei�3- t#te- sentsr�f -this- spec- i€iet� lane dway,- take- ., h a "e_ nn a-0 a a lce data sexes ffe ai- i3il� -i'9d vcccr^oofC5zritherlane. O rai`.y.°�,— roc^A�v'.: �+ ,i «:n� h "v h �nH •tlI IIIV.I'than- 44anes tak d hn n}{i¢O�� CIVITTIn�![NJi�IT Jj lSC L1 aiU Vti'J fiarn- tkem€d ian- lane�ed -th eoaterrrios�larrs- itr- e- asla -d ir€st +ori- Each core m nolade- tlic- static - materials etrcet+rrtered —foci [naysheese not'o-feeovee dastabiliateF}al�ut yau- rr+ a�sFtden�if3�- tb�r+ �ate�ial- Llastabi- l- i•zed- taatsrial- iaclt�des= 1--Cran4ar- mateFia4 Er-arnb- led- or- srask ®d -stabi h- zed - material 3- Sandy -o" aye3 -soi -1 P-AY�r .�'.�UT I I 10 -1.41 PRIME COAT GENERAL Summary This work includes applying liquid asphalt prime coat. The Engineer designates areas receiving prime coat. r Comply with Section 93, "Liquid Asphalts," of the Standard Specifications. MATERIALS Liquid asphalt for prime coat must be Grade SC -70. �t CONSTRUCTION ,a Apply at least 0.20 gallon of prime coat per square yard of designated area. Do not apply more yl prime coat than can be absorbed completely by the aggregate base in 24 hours. You may request in writing the Engineer's approval to modify prime coat application rates. Before paving, prime coat must cure for 48 hours. Close public traffic to areas receiving prime coat. Do not track prime coat onto pavement surfaces beyond the job site. MEASUREMENT AND PAYMENT The Engineer determines prime coat quantities under the specifications for liquid asphalt in Section 93 -1.04, "Measurement," of the Standard Specifications. The contract price paid per ton for liquid asphalt (prime coat) includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in prime coat complete in place as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. If there is no contract item for liquid asphalt (prime coat), full compensation for furnishing and applying the prime coat is included in the contract price paid per ton for hot mix asphalt as designated in the Engineer's Estimate and no separate payment will be made therefor. ti fl z ,r. i _a 10 -1.42 PILING GENERAL Piling shall conform to the provisions in Section 49, 'Tiling," of the State - Standard Specifications, and these special provisions. At Abutment 3, 2 test piles shall be driven to nominal capacity at the specified tip elevation as shown in the plans. If nominal capacity is attained at the specified tip elevation, driving is terminated and the pile cut off at the designated elevation. If nominal capacity is not attained at the specified tip elevation, continue driving until nominal capacity is attained. The remaining non -test piles at Abutment 3 should not be cast until the two test piles have been driven and the specified tip elevation has been verified by the Engineer. Unless otherwise specified, welding of any work performed in conformance with the provisions in Section 49, 'Tiling," of the Standard Specifications, shall be in conformance with the requirements in AWS D1.1. Attention is directed to 'Project Information," 'Precast Concrete Quality Control," and "Welding" of these special provisions. Difficult pile installation is anticipated due to high ground water and existing tieback. I m� Jetting and Drilling Jetting or drilling to obtain the specified penetration in conformance with the provisions in Section 49 -1.05, "Driving Equipment," of the State Standard Specifications shall not be used for driven type piles. Piles which are designated on the plans to be predrilled due to close proximity to an obstruction shall be treated as piles driven in predrilled holes through embankments in conformance with the provisions in Section 49 -1.06, " Predrilled Holes," and Section 49 -6.02, 'Payment," of the State Standard Specifications. These locations and corresponding bottom of hole elevations are listed in the following table: Bridge Name or Number Abutment Number Bent Number Elevation of Bottom of Hole 55 -0531 1 17.0 MEASUREMENT AND PAYMENT (PELING) Measurement and payment for the various types and classes of piles shall conform to the provisions in Sections 49 -6.01, "Measurement," and 49 -6.02, "Payment," of the State Standard Specifications and these special provisions. Test piles will be measured and paid for as furnish piling and drive pile. No separate compensation for test piles will be allowed therefor. 10 -1.43 PRESTRESSING CONCRETE Prestressing concrete shall conform to the provisions in Section 50, 'Prestressing Concrete," of the State Standard Specifications and these special provisions. The number of working drawings to be submitted for initial review shall be 6 sets. c t a.� i ai 1 aA J The details shown on the plans for cast -in -place prestressed box girder bridges are based on a bonded full length draped tendon prestressing system. For these bridges the Contractor may, in conformance with the provisions in Section 5 -1.14, "Cost Reduction incentive," of the State Standard Specifications, propose an alternative prestressing system utilizing bonded partial length tendons provided the proposed system and associated details meet the following requirements: A. The proposed system and details shall provide moment and shear resistances at least equal to those used for the design of the structure shown on the plans. B. The concrete strength shall not be less than that shown on the plans. C. Not less than 100 percent of the total prestressing force at any section shall be provided by full length draped tendons. D. Anchorage blocks for partial length tendons shall be located so that the blocks will not interfere with the placement of the utility facilities shown on the plans or of any future utilities to be placed through openings shown on the plans. E. Temporary prestressing tendons, if used, shall be detensioned, and the temporary ducts shall be filled with grout before completion of the work. Temporary tendons shall be either removed or fully encased in grout before completion of the work. F. All details of the proposed system, including supporting checked calculations, shall be included in the drawings submitted in conformance with the provisions in Section 50 -1.02, "Drawings," ofthe State Standard Specifications. Moments and shears for loads used in the design shown on the plans will be made available to the Contractor upon written request to the Fngineer. I 10 -1.44 TIEBACK ANCHORS Anchors at tieback walIR1025M Br. No. 55 -0531, consisting of holes drilled in foundation material, grouted steel bars or strands, and anchorage assemblies, and testing of installed anchors t shall conform to the details shown on the plans, the provisions in Section 50, "Prestressing Concrete," of the State Standard Specifications, and these special provisions. The Contractor shall monitor the existing abutment during the drilling installation, and testing of the tieback anchors. The Contractor shall submit descriptions of the displacement monitoring system. The displacement monitoring system shall include equipment to be used, location of control points, method and schedule of taking measurements, and provisions should displacement occur in the abutment. Difficult tieback installation is anticipated due to high ground water and existing tiebacks and piles. The Contractor shall determine the bond length necessary to meet acceptance criteria specified c herein. The submittal of reduced prints of corrected original tracings will not be required for tieback anchor installations. 4 In fabricating, handling, shipping, and placing tieback anchors, adequate care shall be taken to avoid damage to the sheathing. Damage to the sheathing caused by handling and fabrication prior to tieback anchor installation shall be repaired or replaced as determined by the Engineer. Repair procedure for the sheathing shall be included in the working drawings. MATERIALS Whenever "member" is referred to in Section 50, 'Prestressing Concrete," of the State Standard Specifications, it shall be considered to mean tieback anchor. Structural steel for the tieback retaining wall shall conform to the provisions in Section 55, "Steel Structures," of the State Standard Specifications and these special provisions. The anchorage assembly shall be galvanized as indicated on the plans. The provisions of "Welding Quality Control" of these special provisions shall not apply to the weld between the steel tube and the bearing plate of the anchorage assembly for tiebacks. Those provisions shall apply to all other welds of structural steel for tieback retaining walls. The permanent bearing plate ofthe tieback anchor shall effectively distribute the design force (T) to the concrete, such that the concrete bearing stress does not exceed 1600 pounds per square inch and the bending stress does not exceed 0.55 fy for steel nor 0.36 fy for cast steel or cast iron. Grout shall conform to the provisions in Section 50 -1.09, "Bonding and Grouting," of the Atate Standard Specifications. Fine aggregate may be added to the grout mixture of cement and water used outside of the grouted sheathing in drilled holes which are 8 inches or greater in diameter, but only to the extent that the cement content of the grout is not less than 845 pounds per cubic yard of grout. Fine aggregate, if used, shall conform to the provisions in Section 90 -2, "Materials," and Section 90 -3, "Aggregate Gradings," of the State Standard Specifications. A The plastic sheathing for tieback anchors shall conform to one of the following: polyvinyl chloride (PVC) sheathing, high density polyethylene (HDPE) sheathing, or polypropylene sheathing. Corrugated plastic sheathing shall be PVC or HDPE. The width of corrugations, the distance between corrugations, and the height of corrugations of corrugated plastic sheathing shall be 4 approximately the same. PVC sheathing may be used for smooth sheathing for bar tendons, and may be used for corrugated sheathing for either strand or bar tendons. PVC sheathing shall conform to ASTM Designation: D 1784, Class 13464 -B. Corrugated PVC sheathing shall have a nominal wall thickness of 40 mils. HDPE sheathing may be used for smooth sheathing for bar tendons, and may be used for corrugated sheathing for either strand or bar tendons. HDPE sheathing shall have a density between 940 kg/m3 and 960 kg/m3 as measured in accordance with ASTM Designation: D 792, A -2. Corrugated HDPE sheathing shall have a nominal wall thickness of 60 mils for sheathing with an outside diameter of 3 inches or greater, and a nominal thickness of 40 mils for sheathing with an outside diameter less than 3 inches, with a tolerance of minus 10 mils. HDPE sheathing may be used for the smooth sheathing encapsulating individual strands of strand type tendons. Smooth HDPE sheathing for encapsulating strands shall have a minimum wail thickness of 40 mils. Polypropylene sheathing may be used for the smooth plastic sheathing encapsulating individual strands of strand type tendons. Polypropylene sheathing shall have a density between 900 kg/m3 and 910 kg /m3. Smooth polypropylene sheathing shall have a minimum wall thickness of 40 mils. The smooth sheathing for the unbonded length of the individual strands, including joints, shall have sufficient strength to prevent damage during construction operations and shall be watertight, chemically stable without embrittlement or softening, and nonreactive with concrete, steel, or corrosion inhibiting grease. The corrugated sheathing, including joints, shall have sufficient strength to prevent damage during construction operations and shall be grout -tight and watertight, chemically stable without embrittlement or softening, and nonreactive with concrete, steel, or corrosion inhibiting grease. The transition between the corrugated plastic sheathing and the anchorage assembly shall be an approved detail that allows stressing to the design force without evidence of distress in the corrugated plastic sheathing. Additional requirements for tiebacks with strand type tendons are as follows: A. The individual strands of a tendon, except for the bonded length, shall be fully coated with corrosion inhibiting grease and then encapsulated by a smooth HDPE or polypropylene sheath. The corrosion inhibiting grease shall fill all space between strand wires and shall encapsulate the strand giving an encasement diameter at least 5 mils greater than the diameter of the bare strand. The sheath shall be hot melt extruded onto the strand or shall be shop applied by an approved method that assures that all spaces between the sheath and the strand and between the strand wires arc filled with corrosion inhibiting grease. B. The corrosion inhibiting grease shall provide a continuous nonbrittle film of corrosion protection to the prestressing steel and lubrication between the strand and the sheathing, shall resist flow from the sheathing, shall be chemically stable and nonreactive with the prestressing steel, sheathing material, and concrete, and shall be organic with appropriate polar, moisture displacing, and corrosion inhibiting additives. C. The corrosion inhibiting grease shall have the physical properties listed in Table 3.2.1 of the Post Tensioning Manual, Fifth Edition, by the Post Tensioning Institute with the following revisions: a. Test 5., Corrosion Test. The environment shall always be considered as corrosive for the purposes of determining the proper test criterion. b. Test 6.b., Water Soluble Ions, Nitrates, ppm maximum. The test method shall be ASTM D 3867. c. Test 8.a., Compatibility with Sheathing, Hardness and volume change of polymer exposure to grease, 40 days @ 150 °F. The test method shall be ASTM D 4289, except that ASTM D 792 shall be used to determine density. D. At least 40 days before use, a sample from the lot to be used and test results shall be provided for the corrosion inhibiting grease.i CONSTRUCTION Tieback anchors shall be installed in accordance with the manufacturer's recommendations_ In case of a conflict between the manufacturer's recommendations and these special provisions, these special provisions shall prevail. Water and grout from tieback anchor construction operations shall not fall on public traffic, flow across shoulders or lanes occupied by public traffic, or flow into landscaping, gutters, or other drainage facilities. Excessive amounts of water shall not be used in any of the drilling and the tieback anchor installation procedures. Tieback anchor steel shall be protected prior to completion of all grouting against rust, corrosion, and physical damage in conformance with the provisions in Section 50, "Prestressing Concrete," of the State Standard Specifications. In addition, there shall be no evidence of distress in the plastic sheathing or crushing of the grout within the pregrouted sheathing. The tieback anchorage assembly shall be protected against rust, corrosion, and physical damage prior to completion of all grouting of enclosure or encasement in concrete. The tieback anchor installation method selected by the Contractor shall be sufficient to achieve the loadings specified herein. Holes for tieback anchors shall be drilled in the foundation to a depth sufficient to provide the necessary bond length beyond the minimum unbonded length shown on the plans. Tieback anchorage holes shall be dril led by either the rotary or rotary percussion drilling method. The diameter of the drilled hole shall be large enough to provide a minimum of one inch grout cover within the bonded length of the tendon. Centralizers shall be used within the bonded length of the tendon. Pregrouting shall occur at least 48 hours before placing the tendon in the drilled hole. Prior to installing each anchor assembly into the drilled hole, the anchor assembly shall be clean and free of oil, grease, or other extraneous substances, and any damage to the sheathing shall be repaired or replaced. Grout for all stages of tieback construction shall be injected at the low end of the void being filled and shall be expelled at the high end until there is no evidence of entrapped air, water, or diluted grout. The grout shall be placed using grout tubes, unless another method is approved by the Engineer. The quantity of the grout and the grout pressures shall be recorded. After placing initial grout, the anchor shall remain undisturbed until the grout has reached a strength sufficient to provide anchorage during testing operations. Additional requirements for tiebacks with bar type tendons are as follows: A. The bar tendons in the unbonded area shall be sheathed with smooth sheathing that extends into the steel tube of the permanent tieback anchorage assembly, as shown on the plans. For this portion of smooth sheathing there is no minimum wall thickness and the sheathing shall be either PVC or HDPE. I { :i i .1 I B. In addition, bar tendons shalt be sheathed full - length with corrugated sheathing. The annular space between the bar and the corrugated sheathing shall be pregrouted prior to placing the tendons in the drilled hole. The bar shall be centered in the sheathing. C. There shall be a seal between the smooth sheathing and the corrugated sheathing at the top and bottom of the length of smooth sheathing. D. For bar tendons, the initial grout in the drilled hole may be placed before or after insertion of the bar tendon. E. For drilled holes 6 inches in diameter or less, the initial grout outside of the corrugated sheathing shall extend to within 6 inches of the end of the steel tube of the anchorage assembly. Grout in the unbonded length shall not be placed under pressure. For drilled holes greater than 6 inches in diameter, the initial grout outside of the corrugated sheathing shall be within the limits of the bonded length. After placing the initial grout, the anchor shall remain undisturbed until the grout has reached a strength sufficient to provide anchorage during testing operations. Additional requirements for tiebacks with strand type tendons are as follows: A. The Contractor shall have the option of using Alternative A or Alternative B as shown on the plans for tieback tendons. B_ For Alternative A and Alternative B, strand tendons shall be sheathed with corrugated sheathing. The individual strands within the bonded length shall be separated by spaces so that the entire surface of each strand is bonded in the grout. The maximum spacing of strand spacers shall be 5 feet. The strand spacers shalt be plastic and of a construction and strength that will provide support for the individual strands during construction operations. C. For Alternative A, the bonded length of the tendon shall be sheathed with corrugated sheathing and pregrouted full length of the corrugated sheathing before placing the tendon in the hole. The corrugated sheathing shall lap the smooth sheathing on the strands 2 feet. For this alternative, the initial grout in the drilled hole may be placed before or after insertion of the strand tendon. D. For Alternative B, the tendon shall be sheathed full length with corrugated sheathing and pregrouted a minimum length of 2 feet before placing the tendon in the hole. After placing the tendon into the drilled hole and before placing initial grout in the drilled hole, the grout shal I be injected at the low end of the corrugated sheathing and the grout shall be expelled at the high end until there is no evidence of entrapped air, water, or diluted grout. E. For Alternative A and Alternative B, anchors in holes of 6 inches in diameter and smaller shall be initially grouted to within 6 inches of the end of the steel tube. Grout in the unbonded length shall not be placed under pressure. After placing the initial grout, the anchor shall remain undisturbed until the grout has reached a strength sufficient to provide anchorage during testing operations. F. For Alternative A and Alternative B, anchors in holes of greater than 6 inches in diameter shall be initially grouted within the bond length. After placing the initial grout, the anchor shall remain undisturbed until the grout has reached a strength sufficient to provide anchorage during testing operations. 4:g 4 Y" Y Testing All tiebacks shall be load tested by either a performance test or a proof test. Load testing shall be performed against the permanent bearing plate that bears against the shotefete. The magnitude of applied test loads shall be determined with a calibrated pressure gauge or a load cell. Movements of the end of the tieback, relative to an independent fixed reference point, shall be measured and recorded to the nearest 0.001 —inch at each load increment during the load tests. The Contractor shall perform the measuring and recording and shall furnish the Engineer copies of the recorded movements. rj A minimum of 1 tieback shall be performance tested. The Engineer shall determine the location NNB of the tiebacks to be performance tested. The performance test or proof test shall be conducted by measuring the test load applied to the tieback and the tieback end movement during incremental loading and unloading of the anchor in 2^ accordance with the loading schedule. The test load shall be held constant for 10 minutes. During the test load hold, the movement of the end of the tendon shall be measured at 1, 2, 3, 4, 01 5, 6, and 10 minutes. If the total movement between one minute and 10 minutes exceeds 0.04— a. inch, the test load shall be held for an additional 50 minutes. Total movement shall be measured at 15, 20, 25, 30, 45, and 60 minutes. If the test load is held for 60 minutes, a creep curve showing the creep movement between one minute and 60 minutes shall be plotted as a function of the logarithm of time. LOADING SCHEDULES PERFORMANCE TEST PROOF TEST (CONT'D) AL AL AL 0.25T 0.25T 0.25T AL 0.50T 0.50T 0.25T 0.75T 0.75T 0.50T 1.00T 1.00T AL 1.25T 1.25T 0.25T AL 1.50T (TEST LOAD) 0.50T UST AL 0.75T 0.50T AL 0.75T 0.25T LOOT 0.50T 1.25T 0.75T 1.50T (TEST LOAD) LOOT (CONT'D) AL T = Design force for the anchor shown on the plans AL = Alignment load s For performance and proof tests, each increment of load shall be applied in less than one minute 4 ? and held for at least one minute but not more than 2 minutes or as specified above. The _ i observation period for the load hold shall start when the pump begins to apply the last increment of load. Thejacking equipment, including the tendon movement measuring system, shall be stable during all phases of the tieback loading operations. All tiebacks not performance tested shall be proof tested. If 1.5 times the design force cannot be obtained, the tieback shall be redesigned and replaced. Tieback anchors shall not be retested, unless the tieback bond length is post - grouted after the unacceptable test. A performance tested tieback is acceptable if: A. The measured elastic movement exceeds 0.80 of the theoretical elongation of the unbonded length plus the jacking length at the maximum test load; and B. The creep movement between one and 10 minutes is less than 0.04 —inch. A proof tested tieback is acceptable if: A. The pattern of movements is similar to that of adjacent performance tested tiebacks; and B. The creep movement between one and 10 minutes is less than 0.04 —inch. Performance tested or proof tested tiebacks which fail to meet acceptance criterion B will be acceptable if the maximum load is held for 60 minutes and the creep curve plotted from the movement data indicates a creep rate of less than 0.08 —inch for the last log cycle of time. Lock -off After successful testing of the tiebacks, the tiebacks shall be tensioned against the structure and locked off at a load equal to 10 T. The lock -off force is the load on thejacks that is maintained while the anchor head or anchor nuts on the tieback are permanently set. Immediately after lock - off, a lift-off test shall be performed to demonstrate that the specified lock -off force was obtained. Adjustments in the shim thickness shall be made if required to maintain the specified lock -off force. For strand tendons, the permanent wedges shall be fully set in the anchor head while the tendon is stressed to the test load of 1.50 T, and then locked off at the lock -off force by removal of the shims or other appropriate means. Grouting to the level of secondary grouting to the dimensions shown on the plans shall be completed only after successful testing and lock -off has been completed. At least 24 hours after the secondary grout has set, the remaining void in the steel tube and bearing plate shall be filled with grout. Grout shall be injected at the low end and expelled at the high end until there is no evidence of entrapped air or water. A minimum grout head of 2 feet shall be maintained until the grout has set. MEASUREMENT AND PAYMENT No payment will be made for tiebacks which do not pass the specified testing requirements. Tieback anchors will be measured and paid for by the unit, and the number for payment will be determined by the requirements of the details shown on the plans. The contract unit price paid for tieback anchor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the tieback anchors, including special measures taken to contain grout in the drilled hole, testing, and furnishing and installing anchorage assemblies, complete in place, including repair or replacement of sheathing as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 9`¢ m+� i a� ;3 9 1 c4 10 -1.45 CONCRETE STRUCTURES Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures," of the State Standard Specifications. Concrete Retaining Curb and Gutter and Concrete Side Gutter shall be measured per linear foot and paid for as concrete (minor structure) in conformance with Section 51 -1.23, "Payment," of the State Standard Specifications. Concrete Stairway and Metal Hand Railing shall be measured and paid for as each. The Concrete Stairway shall be concrete (minor structure) in conformance with Section 51 -1.23, "Payment," of the State Standard Specifications and the Metal Hand Railings shall be constructed as shown on the plans, as specified in the Standard Plans and Specifications for Public Works Construction, and these special provisions, and as directed by the Engineer. Final finish and color of the Metal Hand Railing shall be approved by the City Engineer. 10 -1.46 CONCRETE STRUCTURES Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures," of the State Standard Specifications and these special provisions. GENERAL The cast -in -place concrete portion of the tieback retaining walls shall be constructed full - height with no horizontal construction ioints. At construction joints between shotcrete and the cast -in- place concrete portion, the surface of the shotcrete shall be cleaned and finished in the same manner as that required for horizontal construction joints in Section 51 -1.13, "Bonding," of the State Standard Specifications. At locations where existing column flare are to be isolated, expanded polystyrene shall be placed between the soffit and the column flare as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. Expanded polystyrene shall conform to the provisions in Section 51- 1.12D, "Sheet Packing, Preformed Pads and Board Fillers ", of the State Standard Specifications. The Standard Specifications require a hardboard between the polystyrene and the concrete surface. Boards shall be held in place by nails, waterproof adhesive or other means approved by the Engineer. Existing bridge deck elevations provided in the plans were based on bridge as- builts. The Contractor shall verify these elevations prior to setting final elevations and placing concrete for the new bridge deck. Shotcrete shall not be used as an alternative construction method for reinforced concrete members unless otherwise specified. Neoprene strip shall be furnished and installed at abutment bacicwall joint protection in conformance with the details shown on the plans, the provisions in the State Standard Specifications, and these special provisions. Furnishing and installing neoprene strip shall conform to the requirements for strip waterstops as provided in Section 51- 1.145, "Strip Waterstops," of the State Standard Specifications, except that the protective board will not be required. Materials for access opening covers in soffits of new cast -in -place concrete box girder bridges shall conform to the provisions for materials in Section 75 -1.03, "Miscellaneous Bridge Metal," of the State Standard Specifications. At the isolation of the existing column flares, expanded polystyrene, conforming to the provisions in Section 51- 1.12D, "Sheet Packing, Preformed Pads and Board Fillers," of the State Standard Specifications, and grout fill shall be provided against the bottom of the existing bridge soffit in accordance with the details shown on the plans, the provisions in the State Standard Specifications and these special provisions, and as directed by the Engineer. r� gj a� r, .l r i s R -v p fi as s1 i J AGGREGATE GRADTNGS The aggregate grading of concrete for Bent 2 shall be the 1/2 -inch maximum combined aggregate grading and shall conform to the requirements in Section 90 -3, "Aggregate Gradings," of the State Standard Specifications. 9 FALSE WORK S Falsework shall conform to the provisions in Section 51, "Concrete Structures," of the State Standard Specifications and these special provisions. Temporary crash cushion modules, as shown on the plans and conforming to the provisions in d "Temporary Crash Cushion Module" of these special provisions, shall be installed at the approach end of temporary railings which are located less than 15 feet from the edge of a traffic lane. For 2 -way traffic openings, temporary crash cushion modules shall be installed at the departing end of temporary railings which are located less than 6 feet from the edge of a traffic lane. The Contractor's engineer who signs the falsework drawings shall also certify in writing that the falsework is constructed in conformance with the approved drawings and the contract specifications prior to placing concrete. This certification shall include performing any testing necessary to verify the ability of the falsework members to sustain the stresses required by the s falsework design. The engineer who signs the drawings may designate a representative to perform this certification. Where falsework contains openings for railroads, vehicular traffic, or pedestrians, the designated representative shall be qualified to perform this work, shall have at least 3 years of combined experience in falsework design or supervising falsework construction, and shall be registered as a Civil Engineer in the State of California. For other falsework, the designated representative shall be qualified to perform this work and shall have at least 3 years of t combined experience in falsework design or supervising falsework construction. The Contractor shall certify the experience of the designated representative in writing and provide supporting documentation demonstrating the required experience if requested by the Engineer. Welding and Nondestructive Testing Welding of steel members, except for previously welded splices and except for when fillet welds are used where load demands are less than or equal to 1,000 pounds per inch for each 1/8 inch of fillet weld, shall conform to AWS Dl.l or other recognized welding standard. The welding standard to be utilized shall be specified by the Contractor on the working drawings. Previously . I welded splices for falsework members are defined as splices made prior to the member being shipped to the project site. Splices made by field welding of steel beams at the project site shall undergo nondestructive testing (NDT). At the option of the Contractor, either ultrasonic testing (UT) or radiographic testing (RT) shall be used as the method of NDT for each field weld and any repair made to a previously welded splice in a steel beam. Testing shall be performed at locations selected by the Contractor. The length of a splice weld where NDT is to be performed, shall be a cumulative weld length equal to 25 percent of the original splice weld length. The cover pass shall be ground smooth at the locations to be tested. The acceptance criteria shall conform to the requirements of AWS DI.1, Section 6, for cyclically loaded nontubular connections subject to tensile stress. If repairs are required in a portion of the weld, additional NDT shall be performed on the repaired sections. The NDT method chosen shall be used for an entire splice evaluation including any required repairs. For all field welded splices, the Contractor shall furnish to the Engineer a letter of certification which certifies that all welding and NDT, including visual inspection, are in conformance with the specifications and the welding standard shown on the approved working drawings. This L letter of certification shall be signed by an engineer who is registered as a Civil Engineer in the State of California and shall be provided prior to placing any concrete for which the falsework is being erected to support. For previously welded splices, the Contractor shall determine and perform all necessary testing and inspection required to certify the ability of the falsework members to sustain the stresses required by the falsework design. This welding certification shall (1) itemize the testing and inspection methods used, (2) include the tracking and identifying documents for previously welded members, (3) be signed by an engineer who is registered as a Civil Engineer in the State of California, (4) and shat I be provided prior to erecting the members. el COST REDUCTION INCENTIVE PROPOSALS FOR CAST -IN -PLACE j PRESTRESSED BOX GIRDER BRIDGES Except as provided herein, cast -in -place prestressed box girder bridges shall be constructed in conformance with the details shown on the plans and the provisions in Section 50, "Prestressing Concrete," and Section 51, "Concrete Structures," of the State Standard Specifications. If the Contractor submits cost reduction incentive proposals for cast -in -place prestressed box girder bridges, the proposals shall be in conformance with the provisions in Section 5 -1.14, "Cost Reduction Incentive," of the State Standard Specifications and these special provisions. The Engineer may reject any proposal which, in the Engineer's judgment, may not produce a structure which is at least equivalent to the planned structure. At the time the cost reduction incentive proposal (CRIP) is submitted to the Engineer, the Contractor shall also submit 4 sets of the proposed revisions to the contract plans, design calculations, and calculations from an independent checker for all changes involved in the proposal, including revisions in camber, predicted deck profile at each construction stage, and falsework requirements to the Offices of Structure Design, Documents Unit, P.O. Box 942874, Sacramento, CA 94274 -0001 (180130th Street, Sacramento, CA 95816), telephone (916)227-8230. When notified in writing by the Engineer, the Contractor shall submit 12 sets of the CRIP plan revisions and calculations to the Offices of Structure Design for final approval and use during construction. The calculations shall verify that all requirements are satisfied. The CRIP plans and calculations shall be signed by an engineer who is registered as a Civil Engineer in the State of California. The CRIP plans shall be either 11" x 17 ", or 22" x 34" in size. Each CRIP plan sheet and calculation sheet shall include the State assigned designations for the contract number, bridge number, full name of the structure as shown on the contract plans, and District- County- Route- Post Mile. Each CRIP plan sheet shall be numbered in the lower right hand corner and shall contain a blank space in the upper right hand comer for future contract sheet numbers. Within 3 weeks after final approval of the CRIP plan sheets, one set of the corrected good quality prints on 20 -pound (minimum) bond paper, 22" x 34" in size, of all CRIP plan sheets prepared by the Contractor for each CRIP shall be famished to the Offices of Structure Design, Documents Unit. Each CRIP shall be submitted prior to completion of 25 percent of the contract working days and sufficiently in advance of the start of the work that is proposed to be revised by the CRIP to allow time for review by the Engineer and correction by the Contractor of the CRIP plans and calculations without delaying the work. The Contractor shall allow a minimum of 12 weeks for the review of a CRIP. In the event that several CRIPs are submitted simultaneously, or nn additional CRIP is submitted for review before the review of a previously submitted CRIP has ° been completed, the Contractor shall designate the sequence in which the CRIPs are to be reviewed. In this event, the time to be provided for the review of any proposal in the Sequence shall be not less than the review time specified herein for that proposal, plus 2 weeks for each CRIP of higher priority which is still under review. Should the review not be complete by the date specified in the Contractor's CRIP, or such other ! date as the Engineer and Contractor may subsequently have agreed to in writing and if, in the opinion of the Engineer, the Contractor's controlling operation is delayed or interfered with by reason ofthe delay in review ofCRIP plans and calculations, an extension of time commensurate ? with the delay in completion of the work thus caused will be granted as provided in -� el Section 8 -1.07, "Liquidated Damages," of the State Standard Specifications except that the provisions in Section 8 -1.09, "Right of Way Delays," of the State Standard Specifications shall not apply_ Permits and approvals required of the State have been obtained for the structures shown on the plans. Proposals which result in a deviation in configuration may require new permits or approvals. The Contractor shall be responsible for obtaining the new permits and approvals before the )engineer will reach a decision on the proposal. Delays in obtaining permits and approvals will not be reason for granting an extension of contract time. All proposed modifications shall be designed in conformance with the bridge design specifications and procedures currently employed by the Department. The proposal shall include all related, dependent or incidental changes to the structure and other work affected by the proposal. The proposal will be considered only when all aspects of the design changes are included for the entire structure. Changes, such as but not limited to, additional reinforcement and changes in location of reinforcement, necessary to implement the CRIP after approval by the Engineer, shall be made at the Contractor's expense. Modifications may be proposed in (1) the thickness of girder stems and deck slabs, (2) the number of girders, (3) the deck overhang dimensions as specified herein, (4) the amount and location of reinforcing steel, (5) the amount and location of prestressing force in the superstructure, and (6) the number of hinges, except that the number of hinges shall not be increased. The strength of the concrete used may be increased but the strength employed for design or analysis shall not exceed 6,000 psi. Modifications proposed to the minimum amount of prestressing force which must be provided by full length draped tendons are subject to the provisions in 'Prestressing Concrete" of these special provisions. No modifications will be permitted in (1) the foundation type, (2) the span lengths or (3) the exterior dimensions of columns or bridge superstructure, except that the overhang dimension from face of exterior girder to the outside edge of roadway deck may be uniformly increased or decreased by 25 percent on each side of the box girder section. Fixed connections at the tops and bottoms of columns shown on the plans shall not be eliminated. The Contractor shall be responsible for determining construction camber and obtaining the final profile grade as shown on the plans. The Contractor shall reimburse the State for the actual cost of investigating CRIPs for cast -in- place prestressed box girder bridges submitted by the Contractor. The Department will deduct this cost from any moneys due, or that may become due the Contractor under the contract, regardless of whether or not the proposal is approved or rejected. Rai DECK CLOSURE POURS Where a deck closure pour is shown on the plans, reinforcement protruding into the closure space and forms for the closure pour shall conform to the following: D A. During the time of placement of concrete in the deck, other than for the closure pour itself, reinforcing steel which protrudes into the closure space shall be completely free from any connection to the reinforcing steel, concrete, or other attachments of the adjacent structure, including forms. The reinforcing steel shall remain free of any connection for a period of not less than 24 hours following completion of the pour. B. Forms for the closure pour shall be supported from the superstructure on both sides of the closure space. S .9 4 SLIDING BEARINGS Sliding bearings consisting of elastomeric bearing pads lubricated with grease and covered with sheet metal shall conform to the following requirements: A. Grease shall conform to the requirements of Society of Automotive Engineers AS 8660. A uniform film of grease shall be applied to the upper surface of the pads prior to placing the sheet metal. B. Sheet metal shall be commercial quality galvanized sheet steel. The sheet metal shall be smooth and free of kinks, bends, or burrs. C. Construction methods and procedures shall prevent grout or concrete seepage into the sliding bearing assembly. ELASTOMERIC BEARING PADS Elastomeric bearing pads shall conform to the provisions in Section 5I- 1.12H, "Elastomeric Bearing Pads," of the State Standard Specifications. I E ,I I 8 ..d -a �q o� MEASUREMENT AND PAYMENT Measurement and payment for concrete in structures shall conform to the provisions in Section 51 -1.22, "Measurement," and Section 51 -1.23, 'Payment," of the State Standard Specifications and these special provisions. Full compensation for furnishing and installing access opening covers in soffits of new cast -in -place box girder bridges shall be considered as included in the contract price paid per cubic yard for structural concrete, bridge and no separate payment will be made therefor. Full compensation for public notification and airborne monitoring for deck crack treatment 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. Full compensation for removing of existing column flares and reconstructing column flares, including furnishing and placing expanded polystyrene, as shown on the plans, shall be considered as included in the contract price paid per cubic yard for structural concrete, bridge, and no separate payment wilt be made therefor. 10 -1.47 TYPE 6B CONCRETE RETAINING WALL Type 6B retaining wall, consisting of a reinforced concrete footing and a reinforced concretes stem , shall conform to the provisions in Section 51, "Concrete Structures," and Section 52, "Reinforcement," of the State Standard Specifications and these special provisions. Wall stems may be constructed of reinforced concrete. Cementitious material for grout and mortar shall conform to Section 90 -2.01, " Cementitious Materials," of the Standard Specifications. Hydrated lime shall conform to the requirements in ASTM Designation: C 207, Type S. Mortar sand shall be commercial quality. Caulking, for sealing expansion joints, shall be a nonsag polysulfide or polyurethane material conforming to the requirements in ASTM Designation: C 920. Mortar for laying masonry units shall consist, by volume, of one part cementitious material, 0 to a� 0.5 parts hydrated lime, and 2.25 to 3 parts mortar sand. Sufficient water shall be added to make a workable mortar. Each batch of mortar shall be accurately measured and thoroughly mixed. Mortar shall be freshly mixed as required. Mortar shall not be retempered more than one hour after mixing. Aggregate for grout used to fill masonry units shall consist of fine aggregate and coarse ¢. aggregate conforming to the provisions in Section 90 -2.02, "Aggregates," of the Standard E Specifications. At least 20 percent of the aggregate by weight shall be coarse aggregate. The Contractor shall determine the grading except that between 90 percent and 100 percent of the combined grading shall pass the 1/2 -inch sieve. !, Grout proportioned by volume shall consist of at least one part cementitious material and 4.S parts aggregate. Aggregate volumes shall be based on a loose, air -dry condition. Grout proportioned by weight shall contain at least 590 pounds of cementitious material per cubic yard - Cleanout openings shall be provided at the bottoms of all cells where the height of wall is in excess of feet. The cleanouts shall be sealed before filling with grout, after inspection. Mortarjoints shall be approximately 3/8 inch wide. Units shall be laid with full mortar coverage of the face in both the vertical and horizontal joints, except where weep holes are specified. Vertical joints shall be shoved tight. Exposedjoints shall be concave, tooled smooth. Splashing, staining, or spotting on the exposed face of the wall stem shall be removed. The contract price paid per each for Type 6B Concrete Retaining Wall shall include full compensation for furnishing all labor, materials, reinforcement, tools, equipment, and incidentals, and for doing all the work involved in constructing the reinforced concrete unit retaining wall stem, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Measurement and payment of concrete for the footing and reinforcement for the footing and wall stem shall conform to the provisions in Section 51, "Concrete Structures," and Section 52, "Reinforcement," of the Standard Specifications, respectively. The pay quantity of reinforcement has been determined on the basis of the use of the reinforced } concrete stem, and no increase or decrease in the quantity of reinforcement to be paid for will be made if the Contractor elects to construct the reinforced concrete masonry unit stem. 10 -1.48 STRUCTURE APPROACH SLABS (TYPE EQ) GENERAL Summary This work includes constructing reinforced concrete approach slabs. Reinforced concrete approach slabs must comply with Section 51, "Concrete Structures," of the State Standard Specifications. Submittals Furnish a Certificate of Compliance under Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications for the geocomposite drain certifying that the drain complies with these special provisions_ The Certificate of Compliance must be accompanied by a flow capability graph for the geocomposite drain showing flow rates and the externally applied pressures and hydraulic gradients. The flow capability graph must be stamped with the verification of an independent testing laboratory. Notify the Engineer of the type of treated permeable base to be furnished at least 30 days before the start of placement. Once you have notified the Engineer of the selection, the type to be furnished must not be changed without a prior written request to do so and approval thereof by the Engineer. MATERIALS Concrete Concrete for structure approach slabs must contain not less than 675 pounds of cementitious material per cubic yard and must either: 1. Cure for not less than 5 days before opening to public traffic, or 2. Comply with 'Rapid Strength Concrete for Structures" of these special provisions. Drainage Pads Concrete for use in drainage pads must be minor concrete, except the concrete must contain not less than 505 pounds of cementitious material per cubic yard. Geocomposite Drain Geocomposite drain must consist of a manufactured core not less than 0.25 inch thick nor more than 2 inches thick with one or both sides covered with a layer of filter fabric that will provide a drainage void. The drain must produce a flow rate through the drainage void of at least 2 gallons per minute per foot of width at a hydraulic gradient of 1.0 and a minimum externally applied pressure of 3,500 psf. The manufactured core must be one of the following: 1. Preformed grid of embossed plastic 2. Mat of random shapes of plastic fibers .a i `4 1 3. Drainage net consisting of a uniform pattern of polymeric strands forming 2 sets of continuous flow channels 4. System of plastic pillars and interconnections forming a semirigid mat The core material and filter fabric most be capable of maintaining the drainage void for the entire height of geocomposite drain. Filter fabric must be integrally bonded to the side of the core i material with the drainage void. Filter Fabric l Filter fabric must comply with the specifications for Class A filter fabric in Section 88 -1.02, "Filtration," of the State Standard Specifications.'A Treated Permeable Base Treated permeable base under structure approach slabs must be an asphalt treated permeable y` base or a cement treated permeable base as specified in Section 29, "Treated Permeable Bases," ofthe State Standard Specifications. Miscellaneous Materials Steel angles, plates, and bars at the concrete barrier joints must comply with Section 75 -1.03, "Miscellaneous Bridge Metal," of the State Standard Specifications. Hardboard and expanded polystyrene must comply with Section 51- 1.12D, "Sheet Packing, Preformed Pads, and Board Fillers," of the State Standard Specifications. CONSTRUCTION Geocomposite Drain Install the geocomposite drain with the drainage void and the filter fabric facing the embankment. The fabric facing the embankment side must overlap a minimum of 3 inches at all joints and wrap around the exterior edges a minimum of 3 inches beyond the exterior edge. If additional fabric is needed to provide overlap at joints and wraparound at edges, the added fabric must overlap at least 6 inches and be attached to the fabric on the geocomposite drain. Place core material manufactured from impermeable plastic sheeting having non - connecting corrugations with the corrugations approximately perpendicular to the drainage collection system. ' If the fabric on the geocomposite drain is torn or punctured, replace the damaged section completely or repair it by placing a piece of fabric that is large enough to cover the damaged area ap and provide a 6 -inch overlap.•F If asphalt treated permeable base is placed around the slotted plastic pipe at the bottom of the geocomposite drain, it must be placed at a temperature of not less than 180 OF nor more than 230 °F. Filter Fabric r I Place filter fabric immediately after grading and compacting the subgrade to receive the filter fabric. Align, handle, and place filter fabric in a wrinkle -free manner under the manufacturer's recommendations. 9 Adjacent borders of the filter fabric must be overlapped from 12 inches to 18 inches or stitched. The preceding roll must overlap the following rot I in the direction the material is being spread or must be stitched. When the fabric is joined by stitching, it must be stitched with yam of a contrasting color. The size and composition of the yam must be as recommended by the fabric manufacturer. The number of stitches per 1 inch of seam must be 5 to 7. Equipment or vehicles must not be operated or driven directly on the filter fabric. Treated Permeable Base Construct treated permeable base under Section 29, "Treated Permeable Bases," of the State Standard Specifications and these special provisions. Place asphalt treated permeable base at a temperature of not less than 200 °F nor more than 250 °F. Do not use material stored in excess of 2 hours in the work. Asphalt treated permeable base may be spread in 1 layer. Compact with a vibrating shoe type compactor or a roller weighing at least 1.5 tons but not more than 5 tons. Begin compacting base as soon as the mixture has cooled sufficiently to support the weight of the equipment without undue displacement. Cement treated permeable base may be spread in 1 layer. Compact base with a vibrating shoe type compactor or with a steel -drum roller weighing at least 1.5 tons but not more than 5 tons. Compaction must begin within one -half hour of spreading and must consist of 2 complete coverages of the cement treated permeable base. Finishing Approach Slabs Finish and treat the top surface of approach slabs under Section 51 -1.17, "Finishing Bridge Decks," of the Standard Specifications. Edges of slabs must be edger finished. 38 Cure approach slabs with pigmented curing compound (1) under the specifications for curing structures in Section 90- 7.01B, "Curing Compound Method," of the Standard Specifications. Sealing Joints Type AL joint seals must comply with Section 51- 1.12F, "Sealed Joints, of the State Standard Specifications. The sealant may be mixed by hand -held power- driven agitators and placed by hand methods. The sealant may be mixed by hand -held power- driven agitators and placed by hand methods. Immediately before placing the seal, thoroughly clean the joint, including abrasive blast cleaning of the concrete surfaces, so that all foreign material and concrete spillage are removed from all joint surfaces. Joint surfaces must be dry at the time the seal is placed. MEASUREMENT AND PAYMENT Structural concrete, approach slab (Type EQ) will be measured and paid for in conformance with the provisions in Section 51 -1.22, "Measurement," and Section 5 1-1 .23, 'Payment," of the State Standard Specifications and these special provisions. Full compensation for miscellaneous bridge metal, shall be considered as included in the contract price paid per cubic yard for structural concrete, approach stab (Type EQ), and no additional compensation will be allowed therefor. 10 -1.49 STRUCTURE APPROACH SLABS (TYPE R) GENERAL Summary This work includes removing portions of existing structures, existing pavement and base , asphalt concrete surfacing, and constructing new reinforced concrete approach slabs at structure approaches. Attention is directed to the existing 12 kilovolt high voltage lines. Reinforced concrete approach slabs must comply with Section 51, "Concrete Strictures," of the State Standard Specifications, Quality Control and Assurance Trial Slab Before beginning work on approach slabs constructed using RSC, you must successfully complete one or more trial slabs for each concrete mix design to be used in constructing the approach slabs. Trial slabs must be constructed, finished, cured, and tested with the materials, tools, equipment, personnel, and methods to be used in completing the approach slab. Trial slabs must demonstrate that you are capable of producing approach slabs in conformance with the provisions in this section, within anticipated time periods including delivery, placement, finishing, and curing times, and under similar atmospheric and temperature conditions expected during construction operations. Multiple trial slabs for each approach slab concrete mix design may be required to envelop variable atmospheric conditions. The minimum trial slab dimensions must be 10' x 20' x 9 ". Place trial slabs near the job site at a location acceptable to the Engineer except slabs must not be placed on the roadway or within the project limits. Perform compressive strength testing under Section 90 -9, "Compressive Strength," of the State Standard Specifications. Trial slab concrete must develop compressive strengths of at least 1200 psi at the age of break used for prequa)ification of the concrete, and at least 2500 psi at 3 days. MATERIALS Concrete Concrete for structure approach slabs must contain not less than 675 pounds of cementitious material per cubic yard and must either: 1. Cure for not less than 5 days before opening to public traffic, or 2. Comply with "Rapid Strength Concrete for Structures" of these special provisions. Temporary Structural Section HMA must consist of commercial quality aggregate and asphalt binder. The grading of the aggregate must comply with the 3/4 -inch HMA Types A and B grading specified in Section 39- 1.02E, "Aggregate," of the State Standard Specifications. The asphalt binder must comply with the requirements for liquid asphalt SC -800 in Section 93, "Liquid Asphalts," of the State Standard Specifications. The amount of asphalt binder to be mixed with the aggregate must be approximately 0.3 percent less than the optimum bitumen content as determined by California Test 367. Aggregate Base (Approach Slab) Aggregate base (approach slab) for filling voids below the reinforced structure approach slab concrete must be produced from commercial quality aggregates consisting of broken stone, crushed gravel or natural rough- surfaced gravel, and sand, or any combination thereof. The grading of the aggregate base must comply with the 314 -inch maximum grading specified in Section 26- 1.02A, "Class 2 Aggregate Base," of the State Standard Specifications. Miscellaneous Materials Steel angles, plates, and bars at the concrete barrier joints must comply with Section 75 -1.03, "Miscellaneous Bridge Metal," of the State Standard Specifications. Hardboard and expanded polystyrene must comply with Section 51- 1.12D, "Sheet Packing, Preformed Pads, and Board Fillers," of the State Standard Specifications. CONSTRUCTION General The thickness shown on the plans for structure approach slabs is the minimum thickness. The thickness may vary depending on the thickness of the pavement and base materials removed. Dispose of all materials no longer required in the work under Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Schedule your work so that the pavement and base materials removed during a work period are replaced in that same work period with properly finished and cured approach slab concrete before the time the lane is to be opened to public traffic as specified in "Maintaining Traffic" of these special provisions. If the existing pavement and base materials are removed, and you are unable to construct, finish, and cure the new approach slab by the time the lane is to be opened to public traffic, you must fill the excavation with a temporary roadway structural section as specified in this section, "Structure Approach Slabs (Type R)." Temporary Roadway Structural Section Provide a standby quantity of hot mix asphalt (HNtA) and aggregate base at the job site equal to the quantity of pavement removed during the work shift for construction of a temporary roadway structural section. The temporary structural section must consist of a 0.3- foot -thick layer of HMA over aggregate base. Spread and compact aggregate base and HMA by methods that will produce a well- compacted, uniform base, free from pockets of coarse or fine material and a surfacing of uniform smoothness, texture, and density. The aggregate base and the HMA may each be spread and compacted in one layer. The finished surface of the HMA must not vary more than 0.05 foot from the lower edge of a I2 -foot straightedge placed parallel with the centerline and must match the elevation of the existing pavement and structure along the joints between the existing pavement and structure and the temporary surfacing. Maintain the temporary structural section until you are able to construct and cure the approach slab with the prescribed time limit. Removing Portions Of Existing Structures Remove portions of the existing structure under "Existing Highway Facilities" of these special provisions_ Removing Existing Pavement And Base Materials Sawcut full depth the outline of portland cement concrete to be removed with a power - driven concrete saw. Cut the outlines of excavations in asphalt concrete on a neat line to a minimum depth of 0.25 foot with a power- driven concrete saw or wheel -type rock cutting excavator before any asphalt concrete material is removed. These excavations must be permanently or temporarily backfilled to conform to the grade of the adjacent pavement before opening the lane to public traffic. Surplus excavated material may be used as temporary backfill material. Regardless of the type of equipment used to remove concrete within the sawed outline, do not use power impact tools within 1.5 feet of the pavement that is required to remain in place. Uniformally grade and compact the existing base material remaining in place after removing the existing pavement and base materials to the required depth. The finished surface of the base material at any point must not extend above the grade approved by the Engineer. Fill areas of base material that are low as a result of over excavation with structure approach slab concrete in the same operation that the new concrete is placed. Where pavement subsealing has been performed under existing approach slabs, remove the full depth of subsealing material. Where removal of cement treated base is required to construct the approach slab, remove the full depth of the cement treated base. Fill voids between the new structure approach slab and the base material remaining in place that are caused by removal of subsealing material or cement treated base with either aggregate base (approach slab) or structure approach slab concrete. if you choose to fill these voids with structure approach slab concrete, fill the voids in the same operation that the new concrete is placed. Establish a grade line for the new approach slab that will provide a smooth profile grade. The profile grade will be subject to approval by the Engineer. l e� l 9 >,a �q a a.% o� Aggregate Base (Approach Slab) i Spread and compact aggregate base (approach slab) for filling voids below the reinforced a} structure approach slab concrete by methods that will produce a well- compacted, uniform base, free from pockets of coarse or fine material to the grade approved by the Engineer. Where the °+ required thickness of aggregate base is 8 inches or less, the base may be spread and compacted in one layer. Where the required thickness of aggregate base is more than 8 inches, the base must be spread and compacted in 2 or more layers of approximately equal thickness. The maximum compacted thickness of any one layer shall not exceed 8 inches. The finished surface of the base material at any point must not extend above the grade approved by the Engineer. Fill areas of base material that are lower than the grade approved by the Engineer with structure approach slab concrete in the same operation that the new concrete is 4 placed, tPt s1! Bonding Bar Reinforcement Bond bar reinforcement in drilled holes under the provisions for drilling and bonding dowels in Section 83- 2.021)(1), "General," of the State Standard Specifications. If reinforcement is encountered during drilling before the specified depth is attained, notify the Engineer. Unless the Engineer approves coring through the reinforcement, the hole will be rejected and a new hole must be drilled adjacent to the rejected hole to the depth shown on the plans. Finishing Approach Slabs Finish the top surface of the approach slab under the provisions for decks in Section 51 -1.17, "Finishing Bridge Decks," of the State Standard Specifications. The finished top surface must not vary more than 0.02 foot from the lower edge of a 12 -foot straightedge placed parallel with the centerline. Edges of slabs must be edger finished. The provisions for deck crack treatment do not apply to Type R approach slabs. The surface of the approach slab will not be profiled, and the Profile Index requirements do not apply. Approach slab concrete shall be cured before the time the lane is to be opened to public traffic as specified in "Maintaining Traffic" of these special provisions. Sealing Joints Type AL joint seals must comply with Section 51- 1.12F, "Sealed Joints," of the State Standard Specifications. The sealant may be mixed by hand -held power - driven agitators and placed by hand methods. The pourable seal between the steel angle and concrete barrier must comply with the requirements for Type A and AL seals in Section 51- 1.12F(3), "Materials and Installation," of the State Standard Specifications. The sealant may be mixed by hand -held power- driven agitators and placed by hand methods. Immediately before placing the seal, thoroughly clean the joint, including abrasive blast cleaning of the concrete surfaces, so that all foreign material and concrete spillage are removed from all joint surfaces. Joint surfaces must be dry at the time the seal is placed. MEASUREMENT AND PAYMENT Structural concrete, approach slab (Type R) will be measured and paid for in conformance with the provisions in Section 51 -122, "Measurement," and Section 51 -1.23, "Payment," of the State Standard Specifications and these special provisions. Full compensation for removing and disposing of portions of existing structures and pavement materials, and Type AL joint seals, and pourable seals shall be considered as included in the contract price paid per cubic yard for structural concrete, approach slab (Type R), and no separate payment will be made therefor. The quantity of aggregate base (approach slab) to be paid for shall include the actual volume of aggregate base (approach slab) used to fill voids below the reinforced structure approach slab concrete, except for the volume of areas low as a result of over excavation. The volume to be paid for will be calculated on the basis of the constructed length, width, and thickness of the filled voids. Structure approach slab concrete used to till voids lower than the approved grade of the base, except for the areas low as a result of over excavation, will be measured and paid for by the cubic yard as aggregate base (approach slab). �: IC s The contract price paid per cubic yard for aggregate base (approach slab) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing aggregate base (approach slab), complete in place, including excavation and removing and disposing of base and subsealing materials, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for furnishing, stockpiling, and disposing of standby material for construction of temporary structural sections; and for constructing, maintaining, removing, and disposing of temporary structural sections shall be considered as included in the contract price paid per cubic yard for structural concrete, approach slab (Type R), and no separate payment will be made therefor. Full compensation for drilling and bonding of bar reinforcement shall be considered as included in the contract price paid per cubic yard for structural concrete, approach slab (Type R), and no separate payment will be made therefor. Full compensation for constructing, testing, and removing trial slabs shall be considered as p included in the contract price paid per cubic yard for structural concrete, approach slab (Type R), and no separate payment will be made therefor. The contract price paid per cubic yard for Structural Concrete, Approach Slab (Type R) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, e and for doing all the work involved in constructing aggregate base (approach slab), complete in 1 place, including excavation and removing and disposing of base and subsealing materials, as shown on the plans, as specified in the State Standard Specifications, these special provisions, and as directed by the Engineer. f <.s .1 10 -150 DRILL AND BOND DOWELS Drilling and bonding dowels shall conform to the details shown on the plans, the provisions in Section 83- 2.021)(1), "General," of the State Standard Specifications, and these special provisions. Dowels shall conform to the provisions for bar reinforcement in "Reinforcement" of these special provisions. If reinforcement is encountered during drilling before the specified depth is attained, the Engineer shall be notified. Unless the Engineer approves coring through the reinforcement, the hole will be rejected and a new hole, in which reinforcement is not encountered, shall be drilled adjacent to the rejected hole to the depth shown on the plans. Unless otherwise provided, dowels to be bonded into drilled holes will be paid for as bar reinforcing steel (bridge). Unless otherwise provided, drilling and bonding dowels will be measured and paid for by the linear foot determined by the number and the required depth of holes as shown on the plans or as ordered by the Engineer. The contract price paid per linear foot for drill and bond dowel shall include full compensation for furnishing all labor, materials (except reinforcing steel dowels), tools, equipment, and incidentals, and for doing all the work involved in drilling the holes, including coring through reinforcement when approved by the Engineer, and bonding the dowels, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Y 10 -1.51 SEALING JOINTS Joints in concrete bridge decks and joints between concrete structures and concrete approach ? slabs must be sealed in conformance with the details shown on the plans, the provisions in t Section 51, "Concrete Structures," of the State Standard Specifications, and these special 91 provisions. i When ordered by the Engineer, a joint seal larger than called for by the Movement Rating shown on the plans must be furnished and installed. Payment to the Contractor for furnishing the larger seal and for saw cutting the increment of additional depth of groove required will be determined j as provided in Section 3, "Changes in Work," of the Standard Specifications Y I 1 9 1 et 10 -1.52 REFINISHING BRIDGE DECKS Surfaces of bridge decks that are exposed when existing railings, curbs, or sidewalks are removed shall be prepared and refinished flush with the adjoining deck surface in conformance with these special provisions. The Contractor may refinish the deck surface using Portland cement concrete or rapid setting concrete. The exact area to be refinished will be designated by the Engineer. When work is being performed within 10 feet of a traffic lane or performed over traffic, dust and residue from deck preparation and cleaning shall be removed or controlled by vacuum, water spray, or shield methods approved by the Engineer. Concrete shall be removed without damage to concrete that is to remain in place. Damage to concrete that is to remain in place shall be repaired to a condition satisfactory to the Engineer. The concrete in deck areas to be refinished shall be removed to a depth of approximately 3/4 inch below the adjoining deck surface. A 3/4 inch deep saw cut shall be made along the perimeter of deck areas to be refinished before removing the concrete. Existing areas of the deck more than 3/4 inch below the adjoining deck surface shall be prepared by removing not less than 1/4 inch of surface material to expose sound aggregate. Concrete removal may be done by abrasive blast cutting, abrasive sawing, impact tool cutting, machine rotary abrading, or by other methods, all to be approved by the Engineer. Cut areas shall be cleaned free of dust and all other loose and deleterious materials by brooming, abrasive blast cleaning, and high pressure air jets. 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. Existing reinforcement, exposed during the removal of concrete, that is to remain in place shall be protected from damage. Steel dowels shall be cut off I inch below the existing concrete deck surface or at the bottom of concrete removal, whichever is lower. Where refinishing is not required, steel dowels shall be cut off I inch below the finished surface and the holes shall be patched with rapid setting concrete. Refinishing isolated high areas in the existing deck may be accomplished by cutting the concrete down to be flush with the plane of the adjoining deck surface by abrasive sawing, grinding, impact tool cutting, or by other methods approved by the Engineer. When grinding is performed to bring the deck concrete flush with the adjoining deck surface, the resulting surface shall have a coefficient of friction of not less than 0.35 as determined by California Test 342. PORTLAND CEMENT CONCRETE An epoxy adhesive shall be applied to the surfaces to be refinished before placing the portland cement concrete. Immediately before applying the adhesive, the area to receive the adhesive shall be cleaned by abrasive blasting and blown clean by compressed air to remove dust and any other loose material. The area to be covered shall be surface dry and the substrate temperature shall be 40° F or above when the adhesive is applied. The epoxy adhesive shall be furnished and applied in conformance with the provisions in Section 95 -1, "General," and Section 95 -2.03, "Epoxy Resin Adhesive for Bonding New Concrete to Old Concrete," of the State Standard Specifications. The exact rate of applying epoxy adhesive will be determined by the Engineer. The adhesive shall be worked onto the surface with stiff brushes or equal. R� 4 t I Portland cement concrete used to fill the prepared areas shall conform to the provisions in Section 90, 'Portland Cement Concrete," of the State Standard Specifications and the following: 9� A. The concrete shall contain a minimum of 675 pounds of cementitious material per cubic yard. ]3. The amount of free water used in concrete shall not exceed 280 pounds per cubic yard. I C. The aggregate shall contain between 50 and 55 percent fine aggregate and the remainder shall be pea gravel. The grading of pea gravel shall be such that 100 percent passes the U2 inch sieve and not more than 5 percent passes the No. 16 sieve, unless a larger size is ' ordered by the Engineer. D. Admixtures shall be furnished and used if directed by the Engineer. 45 E. Immediately after depositing on the newly placed adhesive, the portland cement concrete shall be thoroughly consolidated until all voids are filled and free mortar appears on the surface and then struck off to the required grade. `t F. Concrete shall be cured as provided in Section 90 -7.03, "Curing Structures," of the State Standard Specifications. G. No loads of any kind shall be applied to the portland cement concrete for at least 7 days after placing. t RAPID SETTING CONCRETE Rapid setting concrete used to fill the prepared areas shall be a high - strength material consisting of 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 State Standard Specifications. 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 State Standard Specifications. A clean uniform rounded aggregate filler may be used to extend the rapid setting concrete. The moisture content of the aggregate shall not exceed 0.5 percent. Grading of the aggregate shall conform to the following: Sieve Size Percentage Passing 1/2" 100 No. 16 0 -5 The amount of aggregate filler shall conform to the manufacturer's recommendation, but in no 1 case shall the concrete strengths be less than that specified for magnesium phosphate concrete in ; Section 83- 2.02D(1), "General," of the State 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. Immediately before applying the rapid setting concrete, the surface shall be dry and blown clean by compressed air to remove accumulated dust and any other loose material. If the surface becomes contaminated at any time before placing the concrete, the surface shall be cleaned by ;l „i abrasive blasting. 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 surface for the magnesium phosphate concrete shall be dry. The 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 -7.01 B, "Curing Compound Method," of the State 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 24 hours after final set. FINISHING REQUIREMENTS In advance of the curing operations, the surface of the concrete shall be textured by brooming with a stiff bristled broom or by other suitable devices that will result in uniform scoring. Brooming shall be performed transversely. The operation shall be performed at a time and in a manner that produces a hardened surface having a uniform texture and a coefficient of friction of not less than 0.35 as determined by California Test 342. Refinished surfaces that are found to have a coefficient of friction less than 0.35 shall be ground or grooved by the Contractor at his expense in conformance with the applicable provisions in Section 42, "Groove and Grind Pavement," of the State Standard Specifications. In the longitudinal direction, refinished surfaces shall not vary more than 0.02 foot from the lower edge of a 12 -foot straightedge. The refinished surface shall be flush with the existing adjoining surface. MEASUREMENT AND PAYMENT No adjustment of compensation will be made for any increase or decrease in the quantity of refinish bridge deck, regardless of the reason for the increase or decrease. The provisions in Section 3 "Changes in Work, "of the Standard Specifications shall not apply to the contract item of refinish bridge deck. The quantity in square feet of refinish bridge deck to be paid for will be determined from the lengths and widths of the refinished areas, measured horizontally, plus 0.2 square foot for patching around each dowel. The contract price paid per square foot for refinish bridge deck shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in refinishing areas of the existing bridge deck, including cutting steel dowels, complete in place, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. 10 -1.53 ARCHITECTURAL SURFACE (TEXTURED CONCRETE) Architectural texture for concrete surfaces shall conform to the details shown on the plans, the provisions in Section 51, "Concrete Structures," of the State Standard Specifications, and these special provisions. Architectural textures listed below are required at concrete surfaces shown on the plans: A. Fractured rib texture g 9 The fractured rib texture shall be an architectural texture simulating the appearance of straight ribs of concrete with a fractured concrete texture imparted to the raised surface between the ribs. 9 Grooves between ribs shall be continuous with no apparent curves or discontinuities. Variation .? of the groove from straightness shall not exceed 1/4 inch for each 10 feet of groove. The architectural texture shall have random shadow patterns. Broken concrete at adjoining ribs and t"} groups of ribs shall have a random pattern. The architectural texture shall not have secondary ri patterns imparted by shadows or repetitive fractured surfaces. 9k REFEREE SAMPLE The architectural texture shall match the texture, color, and pattern of the adjacent wall TEST PANEL A test panel at least 4'x 4' in size shall be successfully completed at a location approved by the Engineer before beginning work on architectural textures. The test panel shall be constructed and finished with the materials, tools, equipment, and methods to be used in constructing the architectural texture. If ordered by the Engineer, additional test panels shall be constructed and finished until the specified finish, texture, and color are obtained, as determined by the Engineer. The test panel approved by the Engineer shall be used as the standard of comparison in determining acceptability of architectural texture for concrete - surfaces. FORM LINERS Form liners shall be used for textured concrete surfaces and shall be installed in conformance with the manufacturer's recommendations, unless other methods of forming textured concrete surfaces are approved by the Engineer. Form liners shall be manufactured from an elastomeric material or a semi - elastomeric polyurethane material by a manufacturer of commercially available concrete form liners. No substitution of other types of formliner material will be allowed. Form liners shall leave crisp, sharp definition of the architectural surface. Recurring textural configurations exhibited by repeating, recognizable shadow patterns shall be prevented by proper casting of form liner patterns. Textured concrete surfaces with such recurring textural configurations shall be reworked to remove such patterns as approved by the Engineer or the concrete shall be replaced. Form liners shall have the following properties: tb Description ASTM Designation: Range Elastomeric material D 2240 20 to 65 Shore A hardness D 412 130 to 900 Tensile strength (psi) Semi- elastomeric polyurethane Shore D D 2240 55 to 65 hardness Tensile strength D 2370 2600 minimum (psi) Cuts and tears in form liners shall be sealed and repaired in conformance with the manufacturer's recommendations. Form liners that are detaminated from the form shall not be used. Form liners with deformations to the manufactured surface caused by improper storage practices or any other reason shall not be used. Form liners shall extend the full length of texturing with transverse joints at 8 foot minimum spacing. Small pieces of form liners shall not be used. Grooves shall be aligned straight and true. Grooves shall match at joints between form liners. Joints in the direction of grooves in grooved patterns shall be located only in the depressed portion of the textured concrete. Adjoining liners shall be butted together without distortion, open cracks, or offsets at the joints. Joints between liners shall be cleaned before each use to remove any mortar in the joint. Adhesives shall be compatible with the form liner material and with concrete. Adhesives shall be approved by the liner manufacturer. Adhesives shall not cause swelling of the liner material. RELEASING FORM LINERS Products and application procedures for form release agents shall be approved by the form liner manufacturer. Release agents shall not cause swelling of the liner material or delamination from the forms. Release agents shall not stain the concrete or react with the liner material. For reliefs simulating fractured concrete or wood grain surfaces the application method shall include the scrubbing method using a natural bristle scrub brush in the direction of grooves or grain The release agent shall coat the liner with a thin film. Following application of form release agent, the liner surfaces shall be cleaned of excess amounts of agent using compressed air. Buildup of form release agent caused by the reuse of a liner shall be removed at least every 5 uses. Form liners shall release without leaving particles or pieces of liner material on the concrete and without pulling or breaking concrete from the textured surface. The concrete surfaces exposed by removing forms shall be protected from damage. ABRASIVE BLASTING The architectural texture shall be abrasive blasted with fine abrasive to remove the sheen without exposing coarse aggregate. CURING Concrete surfaces with architectural texture shall be cured only by the forms -in -place or water methods. Seals and curing compounds shall not be used. MEASUREMENT AND PAYMENT Architectural texture will be measured and paid for by the square foot. �. The contract price paid per square foot for architectural texture of the types listed in the t. Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, _b equipment, and incidentals, and for doing all the work involved in arch tectural texture, complete in place, including test panels, as shown on the plans, as specified in the State Standard E Specifications and these special provisions, and as directed by the Engineer. a? 9 .d 1 10 -1.54 REINFORCEMENT Reinforcement shall conform to the provisions in Section 52, 'Reinforcement," of the State Standard Specifications and these special provisions. The provisions in "Welding Quality Control" of these special provisions do not apply to resistance butt welding. When joining new reinforcing bars to existing reinforcement, sample splices shall be made using only the deformation pattern of the new reinforcement to be spliced. For bar reinforcing cages measuring 4 feet in diameter and larger: 1. At least 4 vertical bars of each cage, equally spaced around the circumference, shall be tied at all reinforcement intersections with double wire ties. 2. At least 25 percent of remaining reinforcement intersections in each cage shall be tied with single wire ties. Tied intersections shall be staggered from adjacent ties. 3. Bracing shall be provided to avoid collapse of the cage during assembly, transportation, and installation. Successful completion of these minimum baseline requirements for reinforcement cages 4 feet in diameter and larger will in no way relieve the Contractor of full responsibility for engineering the temporary support and bracing of the cages during construction. I I 10 -1.55 SHOTCRETE Shotcrete shall conform to the specifications in Section 51, "Concrete Structures," and Section _ 53, "Shotcrete," of the State Standard Specifications and these special provisions. Shotcrete shall completely encase reinforcement and other obstructions shown on the plans. Attention is directed to the section, "Order of Work," in these special provisions regarding q furnishing preconstruction Shotcrete test panels. Except for finish coats, Shotcrete shall be applied by the wet -mix process only. Finish coats, applied by the dry -mix process, may be used only when approved by the Engineer. Shotcrete shall have a minimum compressive strength of 3600 psi at 28 days. No shotcrete work shall be performed before verification by the Engineer of the required compressive strength. Splicing of reinforcing bars No. 7 or larger in shotcrete shall be by butt splicing only. The Contractor shall be responsible for obtaining and testing all required preconstruction and a. production test cores. Coring and testing shall be performed in the presence of the Engineer. The Engineer shall be notified a minimum of 24 hours before the Contractor performs any coring or testing. All cores shall be obtained and tested for compressive strength in conformance with the specifications in ASTM Designation: C 42/C 42M. Cores used for determining compressive strength shall be free of bar reinforcement or other obstructions. The testing shall be performed p at an independent testing facility approved by the Engineer. A copy of the test results shall be furnished to the Engineer within 5 days following completion of testing. Test cylinders specified t in Section 90 -9 "Compressive Strength" of the Standard Specifications will not be required for shotcrete. All test panels shall become the property of the Contractor and shall be disposed of in conformance with the specifications in Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. PRECONSTRUCTION REQUIREMENTS Before performing shotcrete work, the Contractor shall construct at least 2 preconstruction shotcrete test panels for each mixture being considered. The nozzleperson shall have a minimum of 3000 hours experience as a nozzleperson on projects with a similar application. At least 15 days before constructing any shotcrete test panels, the Contractor shall submit, in conformance with specifications in Section 2- 5.3.2, "Working Drawings," of the Standard Specifications, a Quality Control Plan (QCP) for the proposed method of shotcrete placement. The plan shall include: t 1. The number and qualifications of nozzlepersons available to place shotcrete, the number of nozzlepersons on the project site at any time during the shotcrete placement, description of their work schedule, and the procedures for avoiding fatigue of any nozzleperson. 2. The proposed method of placing shotcrete, including, but not limited to, application rates, 3X details of any proposed construction joints and their locations, and methods for achieving vb the required thickness and surface finish. 8 3. The procedure for curing shotcrete surfaces. t fi 1 a 4. The description of a debris containment system, to be used during the cleaning of bar reinforcing steel and concrete and placing of shotcrete, as required to provide for public safety. The Engineer shall have 15 days to review and approve the QCP submittal after a complete plan has been received. No construction of shotcrete test panels shall be performed until the QCP is approved by the Engineer. Should the Engineer fail to complete the review within this time allowance, and if, in the opinion of the Engineer, the Contractor's controlling operation is delayed or interfered with by reason of the delay in approving the QCP, the delay will be considered a right of way delay in conformance with the specifications in Section 5-5 "'`Delays," of the Standard Specifications. Preconstruction shotcrete test panels shall be constructed by the nozzlepersons and application crew scheduled to do the work, using equipment, materials, mixing proportions, ambient temperatures and procedures proposed for the work. The preconstruction shotcrete test panels shall conform to the following: I. One shotcrete test panel, of the size determined by the Contractor, shall be unreinforced and shall have 3 cores taken from it and tested for compressive strength. The compressive su•ength shall be the average strength of the 3 cores, except that, if any core should show evidence of improper coring, the core shall be discarded and the compressive strength shall be the average strength of the remaining cores. The test panel shall be identified and submitted to the Engineer with the test results including a description of the mixture, proportions, and ambient temperature. 2. One shotcrete test panel shall have the same (1) thickness, (2) bar size and quantity of bar reinforcement or other obstructions, and (3) positioning of bar reinforcement or obstructions as the most heavily reinforced section of sbotcrete to be placed. The test panel shall be square with the length of the sides equal to at least 3 times the thickness of the most heavily reinforced section of shotcrete to be placed, but not less than 30 inches. After a minimum 7 days of cure, the test panel shall be broken by the Contractor, in the presence of the Engineer, into pieces no larger than 10 inches in greatest dimension. The surfaces of the broken pieces shall be dense and free of laminations and sand pockets, and shall verify the bar reinforcement or other obstructions are completely encased. 3. Both test panels shall be cured under conditions similar to the actual work. 4. At the option of the Contractor, cores to be used for determining the compressive strength may be taken from the reinforced test panel described above instead of making a separate unreinferced test panel as described above. The compressive strength shall be the average strength of the 3 cores, except that, if any core should show evidence of improper coring or contains bar reinforcement or other obstructions, the core shall be discarded and the compressive strength shall be the average strength of the remaining cores. If cores are taken from the reinforced test panel, the panel shall not be broken into pieces, as described above, until it has cured for a minimum of 14 days. PLACING An air blowpipe shall be used during shotcrete placement to remove rebound, overspray, and other debris from the areas to receive shotcrete. 4l� {I r� I Construction joints shall be tapered and shall conform to the specifications in Sections 51 -1.13, "Bonding," of the State Standard Specifications. All overspray and rebound shall be removed before final set and before placement of shotcrete on adjacent surfaces. Rebound or any other material which has already exited the nozzle shall not be reused. ° Y Shoterete shall be cured in conformance with the specifications in Section 90 -7.03, "Curing Structures," of the State Standard Specifications. When a finish coat is to be used, all loose, uneven or excess material, glaze, and rebound shall be removed by brooming, scraping, or other means and the surface left scarified. Surface deposits a which take a final set shall be removed by abrasive blasting. Before placing the finish coat, the receiving surface shall be washed down with an air -water blast. Shoterete extending into the space shown on the plans for cast -in -place concrete shall be �} removed. TESTING AND ACCEPTANCE f" yj At least 3 production shotcrete test cores shall be taken from each 300 square feet or portion thereof of shotcrete placed each day. The cores shall be 3 inches in diameter. The location Vj where cores are to be taken will be designated by the Engineer. Test cores shall be identified by the Contractor, and a description of the core location and mixture, including proportions, shal I be submitted to the Engineer with the test cores, immediately after coring. Cored holes shall be filled with mortar in conformance with the specifications in Section 51- 1.135, "Mortar," of the State Standard Specifications. Upon receipt of the cores, the Engineer will perform a visual examination to determine acceptance, as described below. Within 48 hours after receipt, the Engineer will return the cores to the Contractor for compressive strength testing. The compressive strength test shall be performed using the shotcrete production test cores described above. The compressive strength shall be the average strength of the 3 cores, except that, if any core should show evidence of improper coring, the core shall be discarded, and the compressive strength shall be the average strength of the remaining cores. d The basis of acceptance for production shotcrete test cores shall be, (1) that the core is dense and free of laminations and sand pockets, and shows the reinforcement or other obstructions are completely encased and (2) the same as specified for test cylinders in the 4th and 5th paragraphs s of Section 90 -9.01, "General," of the State Standard Specifications. rF If any production test core shows signs of defective shotcrete as described in (1) above, the shotcrete represented by that test core 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 a the shotcrete placed in the work are acceptable. " The surface finish of the shotcrete shall conform to the specifications in Section 51 -1.18, "Surface Finishes," of the State Standard Specifications. ` J ii MEASUREMENT AND PAYMENT Full compensation for the Quality Control Plan, constructing and breaking test panels, furnishing and testing cores and patching cored holes shall be considered as included in the contract price paid per cubic yard for shotcrete, and no additional compensation will be allowed therefor. Bar reinforcement in shotcrete will be paid for as bar reinforcing steel (retaining wall). 6 E 10 -1.56 STEEL STRUCTURES Construction of steel structures shall conform to the provisions in Section 55, "Steel Structures," of the State Standard Specifications and these special provisions. Attention is directed to "Welding" in Section 8, "Materials," of these special provisions. MATERIALS High- strength fastener assemblies and other bolts attached to structural steel with nuts and washers shall be zinc coated. When direct tension indicators are used in these assemblies, the direct tension indicator and all components of the fastener assembly shall be zinc coated by the mechanical deposition process. ROTATIONAL CAPACITY TESTING PRIOR TO SHIPMENT TO JOB SITE Rotational capacity tests shall be performed on all lots of high - strength fastener assemblies prior to shipment of these lots to the project site. Zinc - coated assemblies shall be tested after all fabrication, coating, and lubrication of components has been completed. One hardened washer shall be used under each nut for the tests. The requirements of this section do not apply to high - strength cap screws or high - strength bolts used for slip base plates. Each combination of bolt production lot, nut lot, and washer lot shall be tested as an assembly. A rotational capacity lot number shall be assigned to each combination of lots tested. Each shipping unit of fastener assemblies shall be plainly marked with the rotational capacity lot number. Two fastener assemblies from each rotational capacity lot shall be tested. The following equipment, procedure, and acceptance criteria shall be used to perform rotational capacity tests on and determine acceptance of long bolts. Fasteners are considered to be long bolts when full nut thread engagement can be achieved when installed in a bolt tension measuring device: A. Long Bolt Test Equipment: I . Calibrated bolt tension measuring device with adequate tension capacity for the bolts being tested. 2. Calibrated dial or digital torque wrench. Other suitable tools will be required for performing Steps 7 and 8 of the Long Bolt Test Procedure. A torque multiplier may be required for large diameter bolts. 3. Spacer washers or bushings. When spacer washers or bushings are required, they shall have the same inside diameter and equal or larger outside diameter as the appropriate hardened washers conforming to the requirements in ASTM Designation: F 436. 4. Steel beam or member, such as a girder flange or cross frame, to which the bolt tension measuring device will be attached. The device shall be accessible from the ground. B Long Bolt Test Procedure: °1 l . Measure the bolt length. The bolt length is defined as the distance from the end of the I threaded portion of the shank to the underside of the bolt head. 2. install the nut on the bolt so that 3 to 5 full threads of the bolt are located between the bearing face of the nut and the underside of the bolt head. Measure and record the thread stickout of the bolt. Thread stickout is determined by measuring the distance from the outer face of the nut to the end of the threaded portion of the shank. 3. Insert the bolt into the bolt tension measuring device and install the required number —t of washers, and additional spacers as needed, directly beneath the nut to produce the ; thread stickout measured in Step 2 of this procedure. 4. Tighten the nut using a hand wrench to a snug -tight condition. The snug tension shall not be less than the Table A value but may exceed the Table A value by a maximum oft kips. Table A High - Strength Fastener Assembly Tension Values to Approximate Snug - Tight Condition Bolt Diameter (inches) Snug Tension (kips) 1/2 1 5/8 2 3/4 3 7/8 4 1 5 1 -1/8 6 1 -1/4 7 1 -3/8 9 1 -1/2 10 �9 5. Match -mark the assembly by placing a heavy reference start line on the face plate of the bolt tension measuring device which aligns with (1) a mark placed on one comer of the nut and (2) a radial line placed across the flat on the end of the bolt or on the 9 exposed portions of the threads of tension control bolts. Place an additional mark on y the outside of the socket that overlays the mark on the nut corner such that this mark will be visible while turning the nut. Make an additional mark on the face plate, either 2/3 of a turn, one turn, or 1 -1/3 turn clockwise from the heavy reference start line, depending on the bolt length being tested as shown in Table B. Table B Required Nut Rotation for Rotational Capacity Tests a Bolt Length (measured in Step 1) Required Rotation (turn) 4 bolt diameters or less 2/3 Greater than 4 bolt diameters but no more than 8 bolt diameters 1 Greater than 8 bolt diameters, but no more than 12 bolt diameters(`) 1 -1/3 (a) Nut rotation is relative to bolt, regardless of the element (nut or bolt) being turned. For bolts installed by 1/2 turn and less, the tolerance shall be plus or minus 30 degrees; for bolts installed by 2/3 turn and more, the tolerance shall be plus or minus 45 degrees. (b) Applicable only to connections in which all material within grip of the bolt is steel. (c) When bolt length exceeds 12 diameters, the required rotation shall be determined by actual tests in a suitable tension device simulating the actual conditions. 6. Turn the nut to achieve the applicable minimum bolt tension value listed in Table C. After reaching this tension, record the moving torque, in foot - pounds, required to turn the nut, and also record the corresponding bolt tension value in pounds. Torque shall be measured with the nut in motion. Calculate the value, T, where T= [(the measured tension in pounds) x (the bolt diameter in inches) / 48]. Table C Minimum Tension Values for High - Strength Fastener Assemblies Bolt Diameter (inches) Minimum Tension (kips 1/2 12 5/8 19 3/4 28 7/8 39 1 51 1 -1/8 56 1 -1/4 71 1 -3/8 85 1 -1/2 103 7. Turn the nut further to increase bolt tension until the rotation listed in Table B is reached. The rotation is measured from the heavy reference line made on the face plate after the bolt was snug- tight. Record this bolt tension. 8. Loosen and remove the nut and examine the threads on both the nut and bolt. C. Long Bolt Acceptance Criteria: An assembly shall pass the following requirements to be acceptable: (1) the measured moving torque (Step 6) shall be less than or equal to the calculated value, T (Step 6), (2) the bolt tension measured in Step 7 shall be greater than or equal to the a applicable turn test tension value listed in Table D, (3) the nut shall be able to be removed from the bolt without signs of thread stripping or galling after the required rotation in Step 7 has been achieved, (4) the bolt does not shear from torsion or fail during the test, and (5) the assembly does not seize before the final rotation in Step 7 is reached. Elongation of the bolt in the threaded region between the bearing face of the nut and the underside of the bolt head is expected and will not be considered a failure. Both fastener assemblies tested from one rotational capacity lot shall pass for the rotational capacity lot to be acceptable. Table D Turn Test Tension Values Bolt Diameter (inches) Turn Test Tension (kips) 1/2 14 5/8 22 3/4 32 7/8 45 l 59 1 -1/8 64 1 -1/4 82 1 -3/8 98 1 -1/2 118 The following equipment, procedure, and acceptance criteria shall be used to perform rotational capacity tests on and determine acceptance of short bolts. Fasteners are considered to be short bolts when full nut thread engagement cannot be achieved when installed in a bolt tension measuring device: �q .1 A. Short Bolt Test Equipment: ! 1. Calibrated dial or digital torque wrench. Other suitable tools will be required for ¢ performing Steps 7 and 8 of the Short Bolt Test Procedure. A torque multiplier may be required for large diameter bolts. 2. Spud wrench or equivalent. d 3. Spacer washers or bushings. When spacer washers or bushings are required, they shall have the same inside diameter and equal or larger outside diameter as the i appropriate hardened washers conforming to the requirements in ASTM Designation: F 436. 4. Steel plate or girder with a hole to install bolt. The hole size shall be 1/16 inch greater than the nominal diameter of the bolt to be tested. The grip length, including any plates, washers, and additional spacers as needed, shall provide the proper number of threads within the grip, as required in Step 2 of the Short Bolt Test Procedure. B. Short Bolt Test Procedure: 1. Measure the bolt length. The bolt length is defined as the distance from the end of the threaded portion of the shank to the underside of the bolt head. 2. Install the nut on the bolt so that 3 to 5 full threads of the bolt are located between the bearing face of the nut and the underside of the bolt head. Measure and record the thread stickout of the bolt. Thread stickout is determined by measuring the distance from the outer face of the nut to the end of the threaded portion of the shank. 3. Install the bolt into a hole on the plate or girder and install the required number of washers and additional spacers as needed between the bearing face of the nut and the underside of the bolt head to produce the thread stickout measured in Step 2 of this procedure. 4. Tighten the nut using a hand wrench to a snug -tight condition. The snug condition shall be the full manual effort applied to the end of a 12 -inch long wrench. This applied torque shall not exceed 20 percent of the maximum allowable torque in "fable E. Table E Maximum Allowable Torque for High- Strength Fastener Assemblies Bolt Diameter (inches) Torque (ft -1b) 1/2 145 5/8 285 3/4 500 7/8 820 1 1220 1 -1/8 1500 1 -1/4 2130 1 -3/8 2800 1 -1/2 3700 5. Match -mark the assembly by placing a heavy reference start line on the steel plate or girder which aligns with (1) a mark placed on one corner of the nut and (2) a radial line placed across the flat on the end of the bolt or on the exposed portions of the threads of tension control bolts. Place an additional mark on the outside of the socket that overlays the mark on the nut corner such that this mark will be visible while turning the nut. Make 2 additional small marks on the steel plate or girder, one 1/3 of a turn and one 2/3 of a turn clockwise from the heavy reference start line on the steel plate or girder. 6. Using the torque wrench, tighten the nut to the rotation value listed in Table F. The rotation is measured from the heavy reference line described in Step 5 made after the bolt was snug- tight. A second wrench shall be used to prevent rotation of the bolt head during tightening. Measure and record the moving torque after this rotation has been reached. The torque shall be measured with the nut in motion. Table F Nut Rotation Required for Turn -of -Nut Instal lationtal (b) Bolt Length (measured in Required Rotation Step 1) (turn) 4 bolt diameters or less 1/3 (a) Nut rotation is relative to bolt, regardless of the element (nut or bolt) being turned. For bolts installed by 1/2 turn and less, the tolerance shall be plus or minus 30 degrees. (b) Applicable only to connections in which all material within grip of the bolt is steel. cI l nu 7. Tighten the nut further to the 2/3 -turn mark as indicated in Table G. The rotation is a measured from the heavy reference start line made on the plate or girder when the 3 bolt was snug- tight. Verify that the radial line on the bolt end or on the exposed portions of the threads of tension control bolts is still in alignment with the start line. Table G Required Nut Rotation for Rotational Capacity Test Bolt Length (measured in Step 1) Required Rotation (turn) 4 bolt diameters or less 2/3 8. Loosen and remove the nut and examine the threads on both the nut and bolt. C. Short Bolt Acceptance Criteria: 1. An assembly shall pass the following requirements to be acceptable: (1) the i measured moving torque from Step 6 shall be less than or equal to the maximum allowable torque from Table E, (2) the nut shall be able to be removed from the bolt without signs of thread stripping or galling after the required rotation in Step 7 has been achieved, (3) the bolt does not shear from torsion or fail during the test, and (4) the assembly shall not seize before the final rotation in Step 7 is reached. Elongation of the bolt in the threaded region between the bearing face of the nut and the underside of the bolt head will not be considered a failure. Both fastener assemblies tested from one rotational capacity lot shall pass for the rotational capacity lot to be acceptable. INSTALLATION TENSION TESTING AND ROTATIONAL CAPACITY TESTING AFTER ARRIVAL ON THE JOB SITE t Installation tension tests and rotational capacity tests on high - strength fastener assemblies shall j be performed by the Contractor prior to acceptance or installation and after arrival of the fastener i 0 i assemblies on the project site. Installation tension tests and rotational capacity tests shall be performed at the job site, in the presence of the Engineer, on each rotational capacity lot of fastener assemblies. The requirements of this section do not apply to high- strength cap screws or high - strength bolts used for slip base plates. Installation tension tests shall be performed on 3 representative fastener assemblies in conformance with the provisions in Section 8, "Installation," of the RCSC Specification. For short bolts, Section 8.2, "Pretensioned Joints," of the RCSC Specification shall be replaced by the "Pre - Installation Testing Procedures," of the "Structural Bolting Handbook," published by the Steel Structures Technology Center, Incorporated. The rotational capacity tests shall be performed in conformance with the requirements for rotational capacity tests in "Rotational Capacity Testing Prior to Shipment to Job Site" of these special provisions. At the Contractor's expense, additional installation tension tests, tests required to determine job inspecting torque, and rotational capacity tests shall be performed by the Contractor on each rotational capacity lot, in the presence of the Engineer, if. 1. Any fastener is not used within 3 months after arrival on thejob site, 2. Fasteners are improperly handled, stored, or subjected to inclement weather prior to final tightening, 3. Significant changes are noted in original surface condition of threads, washers, or nut lubricant, or 4. The Contractor's required inspection is not performed within 48 hours after all fasteners in a joint have been tensioned. Failure of a job -site installation tension test or a rotational capacity test will be cause for rejection of unused fasteners that are part of the rotational capacity lot. When direct tension indicators are used, installation verification tests shall be performed in conformance with Appendix Section X1.4 of ASTM Designation: F 959, except that bolts shall be initially tensioned to a value 5 percent greater than the minimum required bolt tension. SEALING When zinc - coated tension control bolts are used, the sheared end of each fastener shall be completely sealed with non - silicone type sealing compound conforming to the provisions in Federal Specification TT -S -230, Type II_ The sealant shall be gray in color and shall have a minimum thickness of 50 mils. The sealant shall be applied to a clean sheared surface on the same day that the splined end is sheared off. WELDING Table 2.2 of AWS D1.5 is superseded by the following table; Base Metal Thickness of the Thicker Part Joined, inches Minimum Effective Partial Joint Penetration Groove Weld Size *, inches Over 1/4 to 1/2 inclusive 3/16 Over 1/2 to 3/4 inclusive 1/4 Over 3/4 to 1 -1/2 inclusive 5/16 Over 1 -1/2 to 2 -1/4 inclusive 3/8 Over 2 -1/4 to 6 inclusive 1/2 Over 6 5/8 * Except the weld size need not exceed the thickness of the thinner part 1 u ap p "v ms's 3 Dimensional details and workmanship for welded joints in tubular and pipe connections shall conform to the provisions in Part A, "Common Requirements of Nontubular and Tubular Connections," and Part D, "Specific Requirements for Tubular Connections," in Section 2 of AWS D1.1. The requirement of conformance with AWS D1.5 shall not apply to work conforming to Section 56 -1, "Overhead Sign Structures," or Section 86 -2.04, "Standards, Steel Pedestals and Posts," of the State Standard Specifications. ! 1 I .p L� ad I 10 -1.57 SIGN STRUCTURES Sign structures for overhead signs shall conform to the provisions in Section 56 -1, "Overhead Sign Structures," of the State Standard Specifications, "Steel Structures" of these special provisions, and the following requirements. Before commencing fabrication of sign structures, the Contractor shall submit 2 sets of working drawings to the Engineer in conformance with the provisions in Section 2- 5.3.2, "Working Drawings," and Section 2- 5.3.3, "Shop .Drawings," of the Standard Specifications. The working drawings shall include sign panel dimensions, span lengths, anchorage layouts, proposed splice locations, a snugging and tensioning pattern for anchor bolts and high - strength bolted connections, and details for permanent steel anchor bolt templates. The working drawings shall be supplemented with a written quality control program that includes methods, equipment, and personnel necessary to satisfy the requirements specified herein. Working drawings shall be 22" x 34" or I l" x 17" in size and each drawing and calculation sheet shall include the State assigned designations for the sign structure type and reference as shown on the contract plans, District- County- Route -Post Mile, and contract number. The Engineer shall have 30 days to review the sign structure working drawings after a complete submittal has been received. No fabrication or installation of sign structures shall be performed until the working drawings are approved in writing by the Engineer. Should the Engineer fail to complete the review within the time allowance and if, in the opinion of the Engineer, the Contractor's controlling operation is delayed or interfered with by reason of the delay in reviewing the sign structure working drawings, the delay will be considered a right of way delay in conformance with the provisions in Section 55 =5, "Delays," of the Standard Specifications. Steel bolts not designated on the plans as high strength (HS) or stainless steel shall be for general applications and shall conform to the requirements in ASTM Designation: A 307. Flatness of surfaces for the following shat I conform to the requirements in ASTM Designation: A 6/A 6M: 1. Plates that are to come in contact with concrete, grout, or washers and leveling nuts 2. Plates in high- strength bolted connections No holes shall be made in members unless the holes are shown on the plans or are approved in writing by the Engineer. Longitudinal seam welds shall have 60 percent minimum penetration, except that within 6 inches of circumferential welds, longitudinal seam welds shall be complete joint penetration (CJP) groove welds. In addition, longitudinal seam welds on structures having telescopic pole segment splices shall be CJP groove welds on the female end for a length on each end equal to the designated slip fit splice length plus 6 inches. Steel members used for overhead sign structures shall receive nondestructive testing (NDT) in conformance with AWS Dl.I and the following: 1. Weld Location Weld Type Minimum Required NDT Splice welds around the perimeter CJP groove weld 100% UV or RT of tubular sections, poles, and with backing ring arms. Longitudinal seam welds CJP or PJP` Random 25% M groove weld Longitudinal seam welds within 6 CJP groove weld 100% UT or RT inches of a circumferential splice. Welds attaching base plates, flange CJP groove weld v 3/16 inch: 100 %UT and plates, or pole or mast arm plates, with backing ring MT to poles or arm tubes. and reinforcing K 3/16 inch: 100% MT fillet after root weld pass and final weld pass t =pole or arm thickness External (top) fillet 100% MT weld for socket - type connections a ultrasonic testing b radiographic testing c partial joint penetration d magnetic particle testing Ra �1 T, ) HR 4� i 2. The acceptance and repair criteria for UT of welded joints where any of the members are less than 5116 inch thick or where tubular sections are less than 13 inches in diameter F shall conform to the requirements in AWS D1.1, Section 6.13.3.1. A written procedure approved by the Engineer shall be used when performing this UT. These written procedures shall conform to the requirements in AWS DIA, Annex K. The acceptance and repair criteria for other welded joints receiving UT shalt conform to the requirements in AWS D1.1, Section 6, Table 6.3 for cyclically loaded nontubular connections. 3. The acceptance and repair criteria for radiographic or real time image testing shall i conform to the requirements of AWS DL I for tensile stress welds. a s 4. For longitudinal seam welds, the random locations for NDT will be selected by the Engineer. The cover pass shall be ground smooth at the locations to be tested. If repairs 4 are required in a portion of a tested weld, the repaired portion shall receive NDT, and additional NDT shall be performed on untested portions of the weld. The additional NDT shall be performed on 25 percent of that longitudinal seam weld. After this additional NDT is performed and if more repairs are required, then that entire longitudinal seam weld shall receive NDT. ' .t All ferrous metal parts of tubular sign structures shall be galvanized and shall not be painted. Full compensation for testing of welds shall be considered as included in the contract price paid per pound for furnish sign structure, and no additional compensation will be allowed therefor. a t 3 10 -1.58 ROADSIDE SIGNS Roadside signs shall be furnished and installed at the locations shown on the plans or where designated by the Engineer and in conformance with the provisions in Section 56 -2, "Roadside Signs," of the State Standard Specifications and these special provisions. The Contractor shall furnish roadside sign panels in conformance with the provisions in "Furnish Sign" of these special provisions. Wood posts shall be pressure treated after fabrication in conformance with the provisions in Section 58, "Preservative Treatment of Lumber, Timber and Piling," of the State Standard Specifications and AWPA Use Category System: UC4A, Commodity Specification A or B. Full compensation for conforming the requirements for Roadside S_ Vs includin fumist r all labor tools, equinment� materials and _incidentals required. for doing all the work involved in installing roadside si ns_ all t es ,complete in place as shown on the plans as_soecifed in the Standard Specifications, the State Standard Specifications and these Special Provisions and as directed the E�ineer shall be_considered, as included in the.Contract lump sum pricemaid for Roadway Signage and no separate compensation will be allowed therefor. E V11 10 -1.59 INSTALL ROADSIDE SIGN PANEL ON EXISTING POST: Roadside sign panels shall be installed on existing posts at the locations shown on the plans or where designated by the Engineer and in conformance with the provisions in Section 56 -2.04, "Sign Panel Installation," of the State Standard Specifications. l I The Contractor shall furnish roadside sign panels in conformance with the provisions in "Furnish Sign" of these special provisions. Cutting the ends of wood posts in the field and field application of wood preservatives shall conform to the provisions in Section 56- 2.02B, "Wood Posts," of the State Standard Specifications. Two holes shall be drilled in each existing post as required to provide a breakaway feature as - shown on the plans. Existing sign panels, as shown on the plans, shall be salvaged or removed and disposed of as provided in Section 15, "Existing Highway Facilities," of the State Standard Specifications. Installing roadside sign panels on existing posts will be paid for by the unit as determined from actual count in place. The contract unit price paid for install roadside sign panel on existing post shall include full "• compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing roadside sign panels on existing posts (including drilling holes in existing posts, removing, salvaging, and disposing of existing sign panels), complete in place, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. t I P 7 i 10 -1.60 FURNISH SIGN Signs shall be fabricated and furnished in accordance with details shown on the plans, the Traffic Sign Specifications, and these special provisions. Traffic Sign Specifications for California sign codes are available for review at: http://wv,rw.dot.ca.gov/hq/traffops/signtech/signdeUspecs.htm Traffic Sign Specifications for signs referenced with Federal MUTCD sign codes can be found in Standard Highway Signs Book, administered by the Federal Highway Administration, which is available for review at: http: // muted. fhwa .dot.gov /ser- shs_millennium.htm Information on cross - referencing California sign codes with the Federal MUTCD sign codes is available at: http://www.dot.ca.gov/hq/traffops/signtechJsigndel/specs.htm Temporary or permanent signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back, and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive over spray and aluminum marks. QUALITY CONTROL FOR SIGNS The requirements of "Quality Control for Signs" in this section shall not apply to construction area signs. No later than 14 days before sign fabrication, the Contractor shall submit a written copy of the quality control plan for signs to the Engineer for review. The Engineer will have 10 days to review the quality control plan. Sign fabrication shall not begin until the Engineer approves the Contractor's quality control plan in writing. The Contractor shall submit to the Engineer at least 3 copies of the approved quality control plan. The quality control plan shall include, but not be limited to the following requirements: A. Identification of the party responsible for quality control of signs, B. Basis of acceptance for incoming raw materials at the fabrication facility, C. Type, method and frequency of quality control testing at the fabrication facility, D. List (by manufacturer and product name) of process colors, protective overlay film, retroreflective sheeting and black non- reflective film, E. Recommended cleaning procedure for each product, and F. Method of packaging, transport and storage for signs. No legend shall be installed at the project site. Legend shall include letters, numerals, tildes, bars, arrows, route shields, symbols, logos, borders, artwork, and miscellaneous characters. The style, font, size, and spacing of the legend shall conform to the Standard Alphabets published in the FHWA Standard Highway Signs Book. The legend shall be oriented in the same direction in accordance with the manufacturer's orientation marks found on the retroreflective sheeting. On multiple panel signs, legend shall be placed across joints without affecting the size, shape, spacing, and appearance of the legend. Background and legend shall be wrapped around interior edges of formed panel signs as shown on plans to prevent delamination. The following notation shall be placed on the lower right side of the back of each sign where the notation will not be blocked by the sign post or frame: ' 1 A. PROPERTY OF STATE OF CALIFORNIA, B. Name of the sign manufacturer, C. Month and year of fabrication, g D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4 -inch upper case letters and numerals by die -stamp and applied by similar method to the fiberglass reinforced t plastic signs. Painting, screening, or engraving the notation will not be allowed_ The notation shall be applied without damaging the finish of the sign. Signs with a protective overlay film shall be marked with a dot of 3/8 inch in diameter. The dot placed on white border shall be black, while the dot placed on black border shall be white. The dot shall be placed on the lower border of the sign before application of the protective overlay film and shall not be placed over the legend and bolt holes. The application method and exact location of the dot shall be determined by the manufacturer of the signs. For sign panels that have a minor dimension of 48 inches or less, no splice will be allowed in the retroreflective sheet except for the splice produced during the manufacturing of the retroreflective sheeting. For sign panels that have a minor dimension greater than 48 inches, only one horizontal splice will be allowed in the retroreflective sheeting. Unless specified by the manufacturer of the retroreflective sheeting, splices in retroreflective sheeting shall overlap by a minimum of one inch. Splices shall not be placed within 2 inches from edges of the panels. Except at the horizontal borders, the splices shall overlap in the direction from top to bottom of the sign to prevent moisture penetration. The retroreflective sheeting at the overlap shall not exhibit a color difference under the incident and reflected light. Signs exhibiting a significant color difference between daytime and nighttime shall be replaced immediately. Repairing sign panels will not be allowed except when approved by the Engineer. s The Department will inspect signs at the Contractor's facility and delivery location, and in I accordance with Section 6, "Control of Materials," of the State Standard Specifications. The Engineer will inspect signs for damage and defects before and after installation. Regardless of kind, size, type, or whether delivered by the Contractor or by a common carrier, signs shall be. protected by thorough wrapping, tar-ping, or other methods to ensure that signs are not damaged by weather conditions and during transit. Signs shall be, dry during transit and shipped on palettes, in crates, or tier racks. Padding and protective materials shall be placed between signs as appropriate. Finished sign panels shall be transported and stored by method that protects the face of signs from damage. The Contractor shall replace wet, damaged, and defective signs. „ 3 Signs shall be stored in dry environment at all times. Signs shall not rest directly on the ground or become wet during storage. Signs, whether stored indoor or outdoor, shall be free standing. Tn areas of high heat and humidity signs shall be stored in enclosed climate- controlled trailers or containers. Signs shall be stored indoor if duration of the storage will exceed 30 days. Screen processed signs shall be protected, transported and stored as recommended by the manufacturer of the retroreflective sheeting. When requested, the Contractor shall provide the Engineer test samples of signs and materials used at various stages of production. Sign samples shalt be 12" x 12" in size with applied background, letter or numeral, and border strip. The Contractor shall assume the costs and responsibilities resulting from the use of patented materials, equipment, devices, and processes for the Contractor's work. ., SHEET ALUMINUM Alloy and temper designations for sheet aluminum shall be in accordance with ASTM p Designation: B 209. The Contractor shall furnish the Engineer a Certificate of Compliance in conformance with .� Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications for the sheet aluminum. Sheet aluminum shall be pretreated in accordance to ASTM Designation: B 449. Surface of the sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a weight between 10 milligrams per square foot and 35 milligrams per square foot, and an average weight of 25 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. Base plate for standard route marker shall be die cut. o� 9 4� r s z RETROREFLECTIVE SHEETING The Contractor shall furnish retroreflective sheeting for sign background and legend in conformance with ASTM Designation: D 4956 and "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Reoreflective sheeting shall be applied to sign panels as recommended by the retroreflective sheeting manufacturer without stretching, tearing, and damage. Class 1, 3, or 4 adhesive backing shall be used for Type II, III, IV, VII, VIII, and IX retroreflective sheeting. Class 2 adhesive backing may also be used for Type II retroreflective sheeting. The adhesive backing shall be pressure sensitive and fungus resistant. When the color of the retroreflective sheeting determined from instrumental testing is in dispute, the Engineer's visual test will govern. F y PROCESS COLOR AND FILM The Contractor shall furnish and apply screened process color, non - reflective opaque black film, and protective overlay film of the type, kind, and product that are approved by the manufacturer of the retroreflective sheeting. The Contractor shall furnish the Engineer a Certificate of Compliance in accordance to i Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications for the screened i process color, non - reflective opaque black film, and protective overlay film. The surface of the screened process color shall be flat and smooth. When the screened process colors determined from the instrumental testing in accordance to ASTM Designation: D 4956 are in dispute, the Engineer's visual test will govern. The Contractor shall provide patterns, layouts, and set -ups necessary for the screened process. The Contractor may use green, red, blue, and brown reverse- screened process colors for j background and non - reflective opaque black film or black screened process color for legend. The coefficient of retroreflection for reverse - screened process colors on white retroreflective sheeting shall not be less than 70 percent of the coefficient of retroreflection specified in ASTM �r Designation: D 4956. The screened process colors and non - reflective opaque black film shall have the same outdoor '? weatherability as that of the retroreflective sheeting. After curing, screened process colors shall withstand removal when tested by applying 3M Company Scotch Brand Cellophane Tape No. 600 or equivalent tape over the color and 1 removing with one quick motion at 90° angle. t i v a SINGLE SHEET ALUMINUM SIGN Single sheet aluminum signs shall be fabricated and furnished with or without frame. The Contractor shall furnish the sheet aluminum in accordance to "Sheet Aluminum" of these special provisions. Single sheet aluminum signs shall be fabricated from sheet aluminum alloy 6061 -T6 or 5052 -H38. Single Sheet aluminum signs shall not have a vertical splice in the sheet aluminum. For signs with depth greater than 48 inches, one horizontal splice will be allowed in the sheet aluminum. Finished signs shall be Oat within a tolerance of ±1/32 inch per linear foot when measured across the plane of the sign in all directions. The finished signs shall have an overall tolerance within ±I 18 inch of the detailed dimensions. LAMINATED PANEL SIGN Laminated panel signs shall consist of two sheet aluminum laminated to a honeycomb core and extruded aluminum frame to produce flat and rigid panels of one -inch or 2 -1/2 -inch nominal th ickness. The face of laminated panel signs shall be fabricated from sheet aluminum alloy 6061 -T6 or 5052 -H32 of 0.063 -inch thickness. The back of laminated panel signs shall be fabricated from sheet aluminum alloy 3003 -H14 of 0.040 -inch thickness. The Contractor shall furnish sheet aluminum as provided in "Sheet Aluminum" of these special provisions. The core material shall be phenolic impregnated kraft paper honeycomb and fungus resistant in a accordance to Military Specification MIL -D -5272. The honeycomb cell size shall be 1/2 inch. Weight of the kraft paper shall be 80 pounds and impregnated minimum 18 percent by weight. A laminating adhesive that can produce a resilient oil and water- resistant bond shall be used to adhere the extruded aluminum frame and the honeycomb core to the sheet aluminum. Edge and interior delamination occur when a 0.010 -inch thick feeler gauge of 1/2 inch in length can be 'y inserted into a depth of more than 1/2 inch between the extruded aluminum frame and the sheet aluminum. Laminated panel sign with delamination will be rejected. Laminated panels shall be able to resist a wind load of 33 pounds per square foot for the following simple span lengths with a bending safety factor of 1.25: Panel Tye Nominal Panel Thickness Simple Span Length A one inch 9 feet 0 inch B one inch 9 feet 0 inch 2-1/2 inch 14 feet 6 inches H 2 -1/2 inch 14 feet 6 inches The tensile strength of laminated panels shall be at least 20 pounds per square inch when tested in accordance with the following modification and with ASTM Designations: C 297 and C 481, Cycle B after aging. Instead of spraying with hot water, the specimen shall be totally immersed in 158° F hot water. When requested by the Engineer or the Transportation Laboratory, at least one test sample of 12" x 12" in size shall be taken for every 2,000 square feet of the panel production cycle or of the total factory production order, whichever occurs first. Rivets used to secure the sheet aluminum to the perimeter frame shall be fabricated from aluminum alloy 5052 and anodized or treated with a conversion coating to prevent corrosion. Size of the aluminum rivets shall be 3/16 inch in diameter and placed at the corners of the -c r laminated panels. Color of the exposed portion of the rivets shall be the same color as the sign h background or legend on which the rivets are placed. Rivets or stainless steel screws shall be placed in holes drilled during fabrication in the perimeter frame. On laminated multiple panel signs, a closure H- Section shall be placed in the top channel of the bottom panel. Perimeter frame of adjoining panel shall accommodate the closure H- Section in the closed position. For signs with a depth of 5 feet 0 inch or less, the laminated panels shall be fabricated with no horizontal joints, splices or seams. For signs with a depth of greater than 5 feet 0 inch, the laminated panels may be fabricated in two panels. 3 The face of laminated panels shall be flat with a tolerance of ±3/32 inch per linear foot when I measured across the plane of each panel in all directions. Where laminated panels adjoin, the >J y gap between adjoining edges from one comer to the other comer shall not deviate by more than 1/32 inch. Non - adjoining edges from one comer to the other corner shall not deviate by more than l/8 inch from a straight plane. The front and back sheet aluminum shall be flush with the perimeter frame. The panel edges shall be smooth. Laminated panel signs shall be within +1 /8 inch or -1 /2 inch of the detailed dimensions. The difference in length between adjoining panels of multiple panel signs shall not be greater than 1/2 inch. Overhead laminated panel signs shall be Type A and have a nominal thickness of one inch. For overhead laminated signs with a length of 24 feet or less, the laminated panels shall be fabricated with no vertical joints, splices or seams. For signs with a length of greater than 24 feet, the length of each adjoining panel shall be as determined by the Engineer or as shown on the plans. The perimeter frame of Type A overhead laminated panels shall be connected by self-tapping hex head stainless steel screws. Sealant shal I be placed at the comers of the perimeter frame to prevent moisture penetration. The perimeter frame of Type A panels shall consist of extruded channel edges on the vertical sides and consist of modified "H" section extrusion on the horizontal sides. The modified "H" section extrusion acts as an integral retainer track for affixing the bolts to provide blind fastening of panels to the structure support. The Contractor shall furnish mounting hardware for overhead laminated panel signs, such as closure H- sections, clamps, bolts, nuts, and washers. The clamps shall be cast aluminum alloy with a minimum tensile strength of 25 kips per square inch. Bolt torque used for installing clamps shall not exceed 100 inch- pounds. PAYMENT Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in fabricating and furnishing the signs, as shown on the plans, as specified in the Stale Standard Specifications and these special provisions, and as directed by the Engineer shall be considred included in the Contract lump-sum-price for Roadw" $S gnaee and no separate.p�yment will be made therefor. Full compensation for furnishing and installing protective overlay on signs shall be considered as included in the Contract lum sp um price paid for and no separate payment will be made therefor. 10 -1.61 REINFORCED CONCRETE PIPE Reinforced concrete pipe shall conform to the provisions in Section 65, 'Reinforced Concrete Pipe," of the State Standard Specifications and these special provisions. GENERAL Where embankment will not be placed over the top of the pipe, a relative compaction of not less than 85 percent shall be required below the pipe spring line for pipe installed using Method 1 backfill in trench, as shown on Standard Plan A62D. Where the pipe is to be placed under the traveled way, a relative compaction of not less than 90 percent shall be required unless the minimum distance between the top of the pipe and the pavement surface is the greater of 4 feet crone half of the outside diameter of the pipe. Except as otherwise designated by classification on the plans or in the specifications, joints for culvert and drainage pipes shall conform to the plans or specifications for standard joints. If reinforced concrete pipe is installed in conformance with the details shown on Standard Plan A62DA, the fifth paragraph of Section 19 -3.04, "Water Control and Foundation Treatment," of the State Standard Specifications shall not apply. Where solid rock or other unyielding material is encountered at the planned elevation of the bottom of the bedding, shown on Standard Plan A62DA, the material below the bottom of the bedding shall be removed to a depth of 1/50 of the height of the embankment over the top of the culvert, but not less than 6 inches nor more than 12 inches. The resulting trench below the bottom of the bedding shall be backfilled with structure backfill material in conformance with the provisions in Section 19 -3.06, "Structure Backfill," of the State Standard Specifications. The Outer Bedding shall not be compacted prior to placement of the pipe. MATERIALS The concrete for reinforced concrete pipe shall contain not less than 470 pounds of cementitious material per cubic yard and have a water -- cementitious material ratio that does not exceed 0.40 by weight. Supplementary cementitious material is optional. Reinforcement shall have a minimum cover of 1 inch. Special reinforced concrete pipe, having concrete cover over the steel reinforcement greater than the cover specified in AASHTO Designation: M 170, shall conform to the provisions in Section 65 -1.02, "Materials," and Section 65- 1.02A, "Circular Reinforced Concrete Pipe," of the Standard Specifications, except the width of crack produced by the D -load test specified in AASHTO Designation: M 170 shall be the width determined by the following formula: [on t - 3/8d t- 3 /8d -C x 0.01 inch I 1 Where: b = Width of crack to be produced in lieu of the 0.01 -inch crack specified in AASHTO Designation: M 170 t= Wall thickness of pipe, inches d = Effective depth of the section to be tested, feet C = Concrete cover over steel reinforcement in excess of cover specified in AASHTO Designation: M 170 Reinforced concrete pipe that is to be hydrostatically tested shall be strength tested by the 3 -edge bearing method to a maximum D -load of 10 percent greater than the 0.01 -inch cracking D -load specified in AASHTO Designation: M 170 or to the actual D -load required to produce a 0.01 - inch crack, whichever is the lesser. Special oval shaped reinforced concrete pipe, having concrete cover over the steel reinforcement greater than the cover specified in AASHTO Designation: M 207, shall conform to the provisions in Section 65 -1.02, "Materials," and Section 65- 1.02B, "Oval Shaped Reinforced Concrete Pipe," of the Standard Specifications, except the width of crack produced by the D -load test specified in AASHTO Designation: M 207 shall be the width determined by the following formula: ME t - 3/8d t- 3 /8d -C x 0.01 inch Where: b= Width of crack to be produced in lieu of the O.Ot -inch crack specified in AASHTO Designation: M 207 t= Wall thickness of pipe, inches d = Effective depth of the section to be tested, feet C = Concrete cover over steel reinforcement in excess of cover specified in AASHTO Designation: M 207 Oval shaped reinforced concrete pipe that is to be hydrostatically tested shall be strength tested by the 3 -edge bearing method to a maximum D -load of 10 percent greater than the 0.01 -inch cracking D -load specified in AASHTO Designation: M 207 or to the actual D -load required to produce a 0.01 -inch crack, whichever is the lesser. MEASUREMENT AND PAYMENT Compensation for constructing and placing timber bulkheads shall be considered as included in the contract price paid per linear foot for the reinforced concrete pipe involved and no separate payment will be made therefor. The City of Newport Beach does not pay any additional cost for use of optional supplementary cementitious material. The City of Newport Beach does not pay any additional cost for excess concrete cover over steel reinforcement. 10 -1.62 WELDED STEEL PIPE CASING (BRIDGE) Welded steel pipe casings through bridges and under approach slabs shall be of the size shown and shall conform to the provisions in Section 70, "Miscellaneous Facilities," of the State Standard Specifications and these special provisions. Unless otherwise shown on the project plans, casings shall be installed at each abutment, and casings shall be extended to the greater of: (1) 5 feet beyond the approach slab, (2) 5 feet beyond the end of the adjacent wing-wall, or (3) 20 feet beyond the abutment. WORKING DRAWINGS Working drawings for temporary support of casing pipe at the abutments shalt be submitted for approval in conformance with the provisions in Section 2- 5.3.2, "Working Drawings" of the Standard Specifications. MATERIALS Casing pipe Casing pipe shall be welded steel pipe conforming to the provisions in Section 70- 1.02B, "Welded Steel Pipe," of the State Standard Specifications, except that the pipe shall be treated in accordance with the following requirements, prior to shipping. Exterior surfaces of welded steel pipe shall be cleaned and coated in conformance with the requirements in ANSUAWWA C213 or at the option of the Contractor, cleaned, primed, and coated in accordance with specifications of ANSUAWWA C214. Pipe wrapping tape Wrapping tapes for pipe in contact with the ground shall be a pressure sensitive polyvinyl chloride or polyethylene tape having thickness of 50 mils, minimum. CONSTRUCTION If a blockout is provided in the bridge abutment wall for casing pipe, the space between the casing pipe and bridge abutment wall shall be filled with mortar conforming to the provisions in Section 51- 1.135, "Mortar" of the State Standard Specifications. Openings for utilities through bridge superstructure concrete shall either be formed or shall consist of pipe sleeves. Wrapping and coating pipe Damaged coating on steel pipe casing in contact with earth shall be wrapped as follows: A. Pipe to be wrapped shall be thoroughly cleaned and primed as recommended by the tape manufacturer. B. Tapes shall be tightly applied with 1/2 uniform lap, free from wrinkles and voids to provide not less than a 100 —mil thickness. C. Field joints and fittings for wrapped pipe shall be covered by double wrapping 50 —mil thick tape. Wrapping at joints shall extend a minimum of 6 inches over adjacent pipe coverings. Width of tape for wrapping fittings shall not exceed 2 inches. Adequate tension shall be applied so tape will conform closely to contours ofjoint. 1 Where a welded steel pipe casing passes through the abutment wall, the welded steel pipe casing shall be additionally wrapped with 2 layers of 15 —pound asphalt -felt building paper, securely taped or wired in place. MEASUREMENT AND PAYMENT Measurement and payment for welded steel pipe casing (bridge) for each size listed in the Engineers Estimate shall conform to the provisions in Sections 70-1.04," Measurement" and 70-1.05, "Payment" of the State Standard Specifications. Full compensation for furnishing and installing mortar and building paper, and casing shall be _ considered as included in the contract prices paid per linear foot for the sizes of welded steel pipe casing (bridge) involved, and no additional compensation will be allowed therefor. _> 10 -1.63 SLOPE PAVING Slopes under the ends of bridges, where shown on the plans, shall be paved in conformance with the provisions in Section 72 -6, "Slope Paving," of the State Standard Specifications and these special provisions. The slope paving shall be colored in conformance with the provisions in Section 72 -6.03, ! "Materials," of the State Standard Specifications. i ^n uc a� i ,J 10 -1.64 MISCELLANEOUS CONCRETE CONSTRUCTION 8" Type A PCC Curb and Gutter, 8" Type B PCC Curb, Concrete Side Gutter, Concrete Retaining Curb and Gutter, Minor Concrete (Median Paving), Minor Concrete (Sidewalk), Minor Concrete (Curb Return), Minor Concrete (Minor Structure), Minor Concrete (Backfill) Modified Concrete Barrier (Type 26A), Minor Concrete (Parkway Inlet) and Concrete Local Depression shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," of the State Standard Specifications and these special provisions. Curb ramp detectable warning surface shall consist of raised truncated domes constructed or installed on curb ramps in conformance with the details shown on the plans and these special provisions. At the option of the Contractor, the detectable warning surface shall be prefabricated, cast -in- place, or stamped into the surface of the curb ramp. The color of the detectable warning surface shall be yellow conforming to Federal Standard 595B, Color No. 33538. Prefabricated detectable warning surface shall be in conformance with the requirements established by the Department of General Services, Division of State Architect and be attached in conformance with the manufacturer's recommendations. Cast -in -place and stamped detectable warning surfaces shall be painted in conformance with the provisions in Section 59 -6, 'Painting Concrete," of the State Standard Specifications. The finished surfaces of the detectable warning surface shall be free from blemishes. Prior to constructing the cast -in -place or stamping the detectable warning surface, the Contractor shall demonstrate the ability to produce a detectable warning surface conforming to the details shown on the plans and these special provisions by constructing a 24" x 24" test panel. The manufacturer shall provide a written 5 -year warranty for prefabricated detectable warning surfaces, guaranteeing replacement when there is defect in the dome shape, color fastness, sound -on -cane acoustic quality, resilience, or attachment. The warranty period shall begin upon acceptance of the contract. Full compensation for constructing or furnishing and installing curb ramp detectable warning surfaces shall be, considered as included in the Contract price paid per each for Minor Concrete (Curb Ramp) and no separate payment will be made therefor. l A sample of sufficient size, of each type and color of the textured paving, to demonstrate the +� textured paving, including color hardener, curing and finishing compounds, for both grouted and ungrouted finishes, shall be submitted to the Engineer for written approval. Textured paving shall not be placed on the project prior to approval by the Engineer of the ° samples prepared and submitted by the Contractor. Welded wire fabric, of the size and type shown on the plans and conforming to the provisions in Section 52, 'Reinforcement," of the State Standard Specifications, shall be placed in the minor concrete paving areas as shown on eq e the plans. d Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the State Standard Specifications. 6 c.5 The minor concrete pavine shall be colored in conformance with the provisions in Section 72- 6.03_ "Materials." of the State Standard Specifications. The color of the island paving shall conform to the existing island paving that will remain in the median on Jamboree Road. Colorant shall be, Chromix Admixture, color C -22, Coral Red, or e� other standard color that will closely match the existing island paving, as approved by the i D Engineer. Concrete for minor concrete paving shall be placed at the locations shown on the plans, struck off and compacted until a layer of mortar is brought to the surface. The concrete shall be screeded to the required grade and cross section and floated to a uniform surface. The forming tools for the textured paving shall be applied to form the patterned surfaces while the concrete is stilt in the plastic stage of set. For payment purposes, the area in square feet of minor concrete (textured paving) will be determined from horizontal measurements of the finished textured paving. The contract price paid per linear foot for 8" Type A PCC Curb and Gutter, 8" Type B PCC Curb, Concrete Side Gutter, Concrete Retaining Curb and Gutter, Modified Concrete Barrier (Type 26A) and Concrete Barrier, per cubic yard for Minor Concrete (Minor Structure) and Minor Concrete (Backfill), per square foot for Minor Concrete (Median Paving), Minor Concrete (Sidewalk) and per each for Minor Concrete (Curb Return), and Concrete Local Depression, per each for Minor Concrete (Parkway Inlet) shall include full compensation for furnishing all labor, f materials (including welded wire fabric, where required, and aggregate base), tools, equipment, and incidentals, and for doing all the work involved in constructing 8" Type A PCC Curb and Gutter, 8" Type B PCC Curb, Concrete Side Gutter, Concrete Retaining Curb and Gutter, Minor 1 Concrete (Median_ Paving), Minor Concrete (Sidewalk), Minor Concrete (Curb Return), Minor d Concrete (Minor Structure), Minor Concrete (Backfill) Modified Concrete Barrier, Concrete Local Depression, and Minor Concrete (Parkway Inlet) , including grouted areas, as shown on 4 the plans, as specified in the Standard Specifications, State Standard Specifications and these -- special provisions, and as directed by the Engineer. J 9 1 eJ I 10 -1.65 MISCELLANEOUS IRON AND STEEL Miscellaneous iron and steel shall conform to the provisions in Section 75, "Miscellaneous Metal," of the State Standard Specifications. f; 10 -1.66 BRIDGE DECK DRAINAGE SYSTEM Bridge deck drainage systems shall conform to the provisions for miscellaneous bridge metal in Section 75, "Miscellaneous Metal," of the State Standard Specifications and these special provisions. 9p Self - tapping screws used for sleeve connections shall be hex -head stainless steel, installed in holes drilled to fit the self- tapping screws, conforming to the requirements of ASTM 9 Designation: A 276, Type 316. At the Contractor's option, fiberglass pipes and fittings with the same diameter and minimum bend radius as those shown on the plans may be substituted for welded steel pipe in deck drain systems. Fiberglass pipe and fittings shall conform to the requirements in ASTM Designation: D 2996, and shall have a minimum short-term rupture strength of 30,000 psi. The adhesive type r recommended by the manufacturer shall be used forjoining pipe and fittings. Fiberglass pipe not enclosed in a box girder cell or encased in concrete shall be manufactured from ultraviolet - resistant resin pigmented with concrete -gray color, or be coated with a concrete -gray resin -rich a exterior coating. Paint shall not be used. Fiberglass pipe treated with ultraviolet protection shall withstand a minimum of 2,500 hours of accelerated weathering when tested in conformance with 71` the requirements in ASTM Designation: G 154. Lamps shall be UV -B (313 nm wavelength). The resting cycle shall be 4 hours of ultraviolet exposure at 140° F, and then 4 hours of condensate exposure at 120° F. After testing, the surface of the pipe shall exhibit no fiber t exposure, crazing, or checking, and only a slight chalking or color change. Support spacing for fiberglass pipe shall be the same as shown on the plans for welded steel pipe. Pipe supports shall have a width of not less than 1.5 inches. A Certificate of Compliance for fiberglass pipe and fittings shall be furnished to the Engineer in conformance with the provisions in Section 6 -1.07, "Certificates of Compliance," of the State Standard Specifications. The Certificate of Compliance shall include all laboratory test results conforming to the provisions specified herein. For drainage piping NPS 8 or smaller, the Contractor shall have the option of substituting polyvinyl chloride (PVC) plastic pipe and fittings with the same diameter and minimum bend radius as shown on the plans for welded steel pipe, which is: A. Enclosed in a box girder cell and exposed for a length not greater than 20 feet within the cell, or B. encased in concrete. 9 The PVC plastic pipe and fittings shalt be Schedule 40 conforming to the requirements of ASTM Designations: D 1785. The maximum support spacing for PVC plastic pipe shall be 6 feet. Couplings used to connect PVC plastic pipe or fiberglass pipe to steel shall be threaded or flanged. The sleeve connections shown on the plans shall not be used for either PVC plastic pipe `y or fiberglass pipe. If PVC plastic pipe or fiberglass pipe is substituted for welded steel pipe, the quantity of drainage piping will be computed on the basis of the dimensions and details shown on the plans, and no change in the quantities to be paid for will be made because of the use of PVC plastic pipe or fiberglass pipe. 1 Bridge deck drainage systems, pipe hangers and pipe strap will be measured and paid for by the pound in the same manner specified for miscellaneous metal (bridge) in Section 75 -1.06, "Measurement," and Section 75 -1.07, 'Payment," of the State Standard Specifications. 10 -1.67 MARKERS AND DELINEATORS Markers and delineators shall conform to the provisions in Section 82, "Markers and Delineators," of the State Standard Specifications and these special provisions. Markers and delineators on flexible posts shall conform to the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Flexible posts shall be made from a flexible white plastic which shall be resistant to impact, ultraviolet light, ozone, and hydrocarbons. Flexible posts shall resist stiffening with age and shall be free of burns, discoloration, contamination, and other objectionable marks or defects which affect appearance or serviceability. Retroreflective sheeting for metal and flexible target plates shall be the retroreflective sheeting designated for channelizers, markers, and delineators conforming to the requirements in ASTM Designation: D 4956 -95 and in conformance with the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Full compensation for conforming to the requirements for Markers and Delineators, including furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing markers and delineators, complete in place, as shown on the plans, as specified in the Standard Specifications, the State Standard Specifications, and these Special Provisions, and as directed by the Engineer, will be considered as included in the Contract lump sum price paid for Pavement Delineation and no additional compensation will be allowed therefor. 10 -1.68 CHAIN LINT{ RAILING Chain link railing shall conform to the provisions in Section 83 -1, "Railings," of the State Standard Specifications. 10 -1.69 METAL HAND RAILING Metal railing shall conform to the provisions in Section 83 -1, 'Railings," of the Standard Specifications. .7 I0 -1.70 CONCRETE BARMER Concrete barriers shall conform to the provisions in Section 83 -2, "Barriers," of the State Standard Specifications and these special provisions. Concrete barrier (Type 26A modified) will be measured and paid for as concrete barrier (Type 26A modified). 10 -1.71 PORTABLE CONCRETE BARRIER (TYPE 60K) Portable concrete barrier (Type 60K) shall consist of constructing and placing interconnected new or undamaged used precast portable concrete barrier units on pavement or a well compacted base at the locations and in conformance with the details shown on the plans, the State Standard Specifications and these special provisions. Concrete for use in portable concrete barrier (Type 60K) shall conform to the provisions in Section 90 -10, "Minor Concrete," of the State Standard Specifications. Load tickets and a Certificate of Compliance will not be required. Reinforcing steel for use in portable concrete barrier (Type 60K) shall conform to the provisions in Section 52, "Reinforcement," of the State Standard Specifications. Steel plates shall conform to the requirements in ASTM Designation: A 36/A 36M. The connection pin shall be a round bar conforming to the requirements in ASTM Designation: A 36/A 36M. The final surface finish of portable concrete barrier (Type 60K) shall conform to the provisions in Section 51- 1.18A, "Ordinary Surface Finish," of the State Standard Specifications. Exposed surfaces of concrete elements shall be cured by the water method, the forms -in -place method, or the pigmented curing compound method. The pigmented curing compound shall be curing compound (1) as specified in Section 90- 7.01B, "Curing Compound Method," of the State Standard Specifications. The Contractor shall fumish a Certificate of Compliance to the Engineer in conformance with the provisions in Section 6 -1-07, "Certificates of Compliance," for all new or used portable concrete barrier (Type 60K) that is not cast on the project. Portable concrete barrier (Type 60K) shall have the fabrication date and Contractor's name or logo on each panel. The fabrication date and name or logo shall not be more than 4 inches in height and shall be located not more than 12 inches above the bottom of the rail panel, Portable concrete barrier (Type 60K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Any excavation and backfill shall conform to the provisions in Section 19 -3, "Structure Excavation and Backfill," of the State Standard Specifications. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment. Portable concrete barrier (Type 60K) will be measured by the linear foot along the top of the barrier. The contract price paid per linear foot for portable concrete barrier (Type 60K) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing and placing the portable concrete barrier (Type 60K), complete in place, including bar reinforcing steel, steel plates, excavation and backfill, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. 10 -1.72 THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING 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 State Standard Specifications and these special provisions. Thermoplastic material shall be free of lead and chromium, and shall conform to the requirements in State Specification PTH- 02ALKYD. Retroreflectivity of the thermoplastic traffic stripes and pavement markings shall conform to the requirements in ASTM Designation: D 6359 -99. White thermoplastic traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 250 mcd m "z IX" 1. Yellow thermoplastic traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 150 mcd m-Z IX-I. 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) 0.079 0.27 0.098 0.34 Thermoplastic traffic stripes and pavement markings shall be free of runs, bubbles, craters, drag marks, stretch marks, and debris. Full comoensation for conforming to the requirements for Thermoplastic Traffic Strioe and Pavement Marking, including furnishing all labor, tools, equipment, materials, and incidentals required for doing all the work involved in furnishing, installing, maintaining relocating, replacing, repairing, and when no longer required, removing of all barricades, including furnishing, installing, maintaining, and removing construction area signs and panel markers on barricades, where shown on the Mans, as specified in the State Standard Specifications and these Special Provisions, and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Pavement Delineation and no seoarate compensation will be allowed therefor 10 -1.73 PAINT TRAFFIC STRIPE AND PAVEMENT MARKING Painted 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 State Standard Specifications and these special provisions. Traffic stripe and pavement marking paint shall conform to the requirements in State Specification No. PTWB -01. The color of the painted traffic stripes and pavement markings shall conform to the requirements in ASTM Designation: D 6628 -01. Retroreflectivity of the paint traffic stripes and pavement markings shall conform to the requirements in ASTM Designation: D 6359 -99. White painted traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 250 mcd m-Z IX-1. Yellow painted traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 150 mcd m-z IX-1. Full compensation for conforming to the requirements for Paint Traffic Stripe and Pavement Marking, of the number of coats designated in the Bid Sheet. Including furnishing all labor, tools, equipment, materials, and incidentals required for doing all the work involved in painting traffic stripes (regardless of the number, widths and patterns of individual stripes involved in each traffic stripe) and pavement markings, including establishing alignment for strives and layout work, complete in place, as shown on the plans, as specified in the Standard Specifications, the State Standard Specifications, and these Special Provisions, and as directed by the Engineer, shall be considered as included in the Contract lump sum price paid for Pavement Delineation and no separate compensation will be allowed therefor. 10 -1.74 PAVEMENT MARKERS Pavement markers shall be placed in conformance with the provisions in Section 85, "Pavement Markers," of the State Standard Specifications and these special provisions. Retroreflective pavement markers shall comply with the specific intensity provisions for reflectance after abrading the lens surface in conformance with the "Steel Wool Abrasion Procedure" specified for pavement markers placed in pavement recesses in Section 85 -1.05. " Retroreflective.Pavcment Markers," of the State Standard Specifications Full compensation for conforming to the requirements for Pavement Markers, including furnishing all labor, tools, equipment, materials, and incidentals required for doing all the work involved in furnishing and placing pavement markers, complete in place, including adhesives, and establishing alignment for pavement markers, as shown on the plans, as specified in the Standard Specifications, the State Standard Specifications, and these Special Provisions, and as directed by the Engineer, shall be considered as included in the contract lump sum prices paid for Pavement Delineation and no additional compensation and will be allowed therefor. Full compensation for pavement markers shown on the stage construction /traffic handling plans shall be included in the contract bid price paid for Construction Traffic Control System and no separate compensation will be allowed therefor. 6 .A i 6 E k This page left intentionally blank s .I J A I J I J I ..d SECTION 10 -2 HIGHWAY PLANTING AND IRRIGATION SYSTEMS 10 -2.01 GENERAL The work performed in connection with highway planting and irrigation systems shall conform to the provisions in Section 20, "Erosion Control and Highway Planting," of the State State Standard Specifications and these special provisions. The Contractor shall notify the Engineer not less than 72 hours prior to requiring initial access to the existing irrigation controllers. When the Engineer determines that access to the controllers is required at other times, arrangements will be made to provide this access. When fluctuations of water pressure and water supply are encountered during normal working hours, plants shall be watered at other times, as often, and in sufficient amounts as conditions may require to keep the soil and plant roots moist during the life of the contract. Full compensation for watering plants outside normal working hours shall be considered as included in the Contract lump sum prices paid for Highway Planting and Plant Establishment Work and no additional compensation will be allowed therefor. PROGRESS INSPECTIONS Progress inspections will be performed by the Engineer for completed highway planting and irrigation system work at designated stages during the life of the contract. Progress inspections will not relieve the Contractor of responsibility for installation in conformance with the special provisions, plans and State Standard Specifications. Work within an area shall not progress beyond each stage until the inspection has been completed, corrective work has been performed, and the work is approved, unless otherwise permitted by the Engineer. The requirements for progress inspections will not preclude additional inspections of work by the Engineer at other times during the life of the contract. The Contractor shall notify the Engineer, in writing, at least 4 working days prior to completion of the work for each stage of an area and shall allow a minimum of 3 working days for the inspection. Progress inspections will be performed at the following stages of work: A. During pressure testing of the pipelines on the supply side of control valves. B. During testing of low voltage conductors. C. Before planting begins and after completion of the work specified for planting in Section 20 -4.03, "Preparing Planting Areas," of the State Standard Specifications. D. Before plant establishment work begins and after completion of the work specified for planting in Section 20 -4.05, 'Planting," of the State Standard Specifications. E. At intervals of one month during the plant establishment period. COST BREAK -DOWN The Contractor shall furnish the Engineer a cost break -down for the contract lump sum items of highway planting and irrigation system. Cost break -down tables shall be submitted to the Engineer for approval within 15 working days after the contract has been approved. Cost break -down tables will be approved, in writing, by the Engineer before any partial payment will be made for the applicable items of highway planting and irrigation system involved. Attention is directed to "Time- Related Overhead" of these special provisions regarding compensation for time - related overhead. Cost break -downs shall be completed and furnished in the format shown in the samples of the cost break -downs included in this section. Line item descriptions of work shown in the samples are the minimum to be submitted. Additional line item descriptions of work may be designated by the Contractor. If the Contractor elects to designate additional line item descriptions of work, the quantity, value and amount for those line items shall be completed in the same manner as for the unit descriptions shown in the samples. The line items and quantities given in the samples are to show the manner of preparing the cost break -downs to be furnished by the Contractor. The Contractor shall determine the quantities required to complete the work shown on the plans. The quantities and their values shall be included in the cost break -downs submitted to the Engineer for approval. The Contractor shall be responsible for the accuracy of the quantities and values used in the cost break -downs submitted for approval. The sum of the amounts for the line items of work listed in each cost break -down table for highway planting and for irrigation system work shall be equal to the contract lump sum price bid for Highway Planting and Irrigation System, respectively. Overhead and profit shall be included in each individual line item of work listed in a cost break -down table. No adjustment in compensation will be made in the contract lump sum prices paid for highway planting and irrigation system due to differences between the quantities shown in the cost break -downs furnished by the Contractor and the quantities required to complete the work as shown on the plans and as specified in these special provisions. Individual line item values in the approved cost break -down tables will be used to determine partial payments during the progress of the work and as the basis for calculating an adjustment in compensation for the contract lump sum items of highway planting and irrigation system due to changes in line items of work ordered by the Engineer. When the total of ordered changes to line items of work increases or decreases the lump sum price bid for either Highway Planting or Irrigation System by more than 25 percent, the adjustment in compensation for the applicable lump sum item will be determined in the same manner specified for increases and decreases in the total pay quantity of an item of work in Section 4- 1.03B, 'Increased or Decreased Quantities," of the State Standard Specifications. l r d rg z HIGHWAY PLANTING COST BREAK -DOWN Contract No. 12- OA9704 UNIT DESCRIPTION UNIT APPROXIMA TE QUANTITY VALUE AMOUNT MULCH CUYD 54 AMENDMENT CUYD 24 COMMERCIAL FERTILIZER (SLOW RELEASE) LB 154 PLANT (GROUP A) EA 801 PLANT (GROUP B) EA 185 PLANT (GROUP F) EA 1054 PLANT (GROUP H) EA 200 PLANT (GROUP K)(24" BOX PALM) EA 15 PLANT (GROUP K)(48''' BOX) EA 4 PLANT (GROUP T)(SOD) SQFT 120 PLANT (GROUP Z)(PALM) EA 3 TOTAL IRRIGATION SYSTEM COST BREAK -DOWN Contract No. 12- OA9704 UNIT DESCRIPTION UNIT APPROXIMA TE QUANTITY VALUE AMOUNT CHECK, TEST & REMOVE Exist IRRIGATION FACILITIES LS LUMP SUM CONTROL & NEUTRAL CONDUCTORS LS LUMP SUM 1 1/2" ELECTRIC REMOTE CONTROL VALVE EA 4 I" ELECTRIC REMOTE CONTROL VALVE EA 4 4 STA IRRIGATION CONTROLLER (BATTERY) EA 2 1 '' /z" GATE VALVE EA 1 I" BACKF.LOW PREVENTER ASSEMBLY EA 1 BACKFLOW PREVENTER ENCLOSURE EA 1 I" PLASTIC PIPE (PR 200)(SUPPLY LINE) FT 2000 1 '' /," PLASTIC PIPE (PR 200)(SUPPLY LINE) FT 500 2" PLASTIC PIPE (PR 200)(SUPPLY LINE) LF 200 SPRINKLER (TYPE B -2) EA 280 3/4" QUICK COUPLING' DEVICE EA 4 TOTAL i m 4 Y� z� 10 -2.02 EXISTING HIGHWAY PLANTING In addition to the provisions in Section 20, "Erosion Control and Highway Planting," of the State Standard Specifications, work performed in connection with existing highway planting shall conform to the provisions in 'Existing Highway Facilities," of these special provisions. rP i 10 -2.03 TRANSPLANT PALM TREES Transplanting palm trees shall conform to the provisions in Section 20 -4, "Highway Planting," of the State Standard Specifications and these special provisions. When the palm trees are removed and the work within the areas to which the trees are to be transplanted is not completed to the stage at which the trees can be planted, the trees shall be stored and maintained until transplanting can be completed. In other cases, the palm trees shall be planted at the new locations the same day the palm trees are removed. Transplanting palm trees shall be performed between March 15 and October 15 unless otherwise directed by the Engineer. Before each palm tree is planted, dead fronds and frond stubs shall be removed from the trunk. In addition, green fronds shall be removed up to 2 rows of fronds away from the center growth. S The 2 remaining rows of fronds shall be tied in an upright position with light hemp or manila rope. Fronds and frond stubs for Phoenix dactylifera (Date Palm) shall be removed "$ approximately 4 inches from the trunk. Other fronds and frond stubs shall be removed at the trunk in a manner that will not injure the tree hunk. The roots of each palm tree or clump of palm trees shall be balled in a manner approved by the P Engineer. Approval shall be obtained before removing any palm tree to be transplanted. The diameter and depth of each root ball shall be a minimum of 8 inches larger than the trunk diameter at the ground line. Exposed root balls shall be kept covered with wet burlap or canvas until the trees are planted. Holes resulting from the removal of transplanted palm trees shat l be backf Iled the same day the trees are removed. Soil from the surrounding area may be used to backfill the holes. The backfill shall be mounded slightly above the surrounding ground level. Palm trees shall not be dragged during transplanting operations and the trunks shall be protected from injury. Each planting hole shall conform to the details shown on the plans. Commercial fertilizer (packet) shall be slow or controlled release and shall be in a biodegradable packet form. The packet shall gradually release nutrients over a 12 -month period. Each packet shall have a weight of 10 g t 1 g and shall have the following guaranteed chemical analysis: Ingredient Percentage Nitrogen 20 Phosphoric Acid 10 Water Soluble Potash 5 Backfill material for the palm tree planting holes shall be 100 percent washed plaster sand. After the planting holes have been backfilled, water shall be applied to the full depth of the backfill soil. When the palm trees are planted, a root stimulant, approved by the Engineer, shall be applied to the roots of each palm tree in conformance with the printed instructions of the root stimulant } manufacturer. A copy of the printed instructions shall be furnished to the Engineer before applying a stimulant. Root stimulant to be used shall be submitted to the Engineer not less than 2 weeks prior to the stimulant's intended use. Root stimulants not approved by the Engineer shal I not be used. "' Palm trees to be transplanted shall be maintained by the Contractor from the time the palm trees are removed to the time of acceptance of the contract, provided however, that the contract will not be accepted unless the trees have been satisfactorily maintained for at least 250 working days after transplanting has been completed. The palm trees shall be watered as necessary to maintain the trees in a healthy condition. Trash, debris and weeds within the basins, including the basin walls, shall be removed and disposed of in conformance with the provisions in Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the State Standard Specifications. Weeds shall be removed before the weeds exceed 2 inches in length. Pesticides to be used for weed control shall be submitted to the Engineer not less than 2 weeks prior to the pesticide's intended use. Pesticides not approved by the Engineer shall not be used. The provisions specified in Section 20 -4.07, "Replacement," of the State Standard Specifications for the replacement of unsuitable plants shall apply to transplanted palm trees. The replacement palm tree for each unsuitable transplanted palm tree shall be the same size and species as the palm tree being replaced. Each replacement palm tree shall be planted in the planting hole of the unsuitable palm tree which the new tree is replacing. The method for planting replacement palm trees shall be as specified in this section for transplanting palm trees. Removed unsuitable transplanted palm trees 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 State Standard Specifications. The quantity of transplant palm trees will be measured by the unit as determined from actual count in place. The contract unit price paid for transplant palm tree shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in transplanting palm trees, complete in place, as shown on the plans, as specified in the State Standard Specifiications,the Standard Specifications and these special provisions, and as directed by the Engineer. 10 -2.04 EXISTING HIGHWAY IRRIGATION FACILITIES The work performed in connection with the various existing highway irrigation system facilities shall conform to the provisions in "Existing Highway Facilities," of these special provisions. Water shall be maintained in conformance with the provisions in Section 20- 5.025, "Maintain Existing Water Supply," of the State Standard Specifications. oq 'o 1 s� CHECK AND TEST EXISTING IRRIGATION FACILITIES Existing irrigation facilities that are to remain or to be relocated, and that are within those areas where clearing and grubbing or earthwork operations are to be performed, shall be checked for missing or damaged components and proper operation prior to performing clearing and grubbing or earthwork operations. Existing irrigation facilities outside of work areas that are affected by the construction work shall also be checked for proper operation. A written list of existing irrigation system deficiencies shall be submitted to the Engineer within 5 working days after checking the existing facilities. Deficiencies found during checking of the existing facilities shall be corrected as directed by the Engineer. Corrective work ordered by the Engineer will be paid for as extra work as provided in Section 33 =3, "Extra Work," of the Standard Specifications. When existing irrigation facilities are checked, existing backflow preventers shall be tested for proper operation in conformance with the provisions in Section 20- 5.03J, "Check and Test Backflow Preventers," of the State Standard Specifications. Existing backflow preventers shall be retested one year after the satisfactory completion of the previous test, and each year thereafter until the plant establishment period is completed. An additional test shal I be provided not more than 10 days prior to acceptance of the contract. Length of watering cycles for use of potable water from water meters for checking or testing existing irrigation facilities shall be as determined by the Engineer_ Additional repairs required for the existing irrigation system as ordered by the Engineer, except as otherwise provided for in 'Existing Highway Irrigation Facilities" of these special provisions, will be paid for as extra work as provided in Section 33 =3, "Extra Work," of the Standard Specifications. REMOVE EXISTING IRRIGATION FACILITIES Existing irrigation facilities where shown on the plans to be removed, shall be removed. Facilities that are more than 6 inches below finished grade, , may be abandoned in place. Immediately after disconnecting an existing irrigation facility to be removed or abandoned from an existing facility to remain, the remaining facility shall be capped or plugged, or shall be connected to a new or existing irrigation facility. Facilities to be removed shall be disposed of in conformance with the provisions in Section 300- 1_3, "Removal and Disposal of Materialof the Standard Specifications. CJ -UF* 10 -2.05 HIGHWAY PLANTING The work performed in connection with highway planting shall conform to the provisions in Section 20 -4, "Highway Planting," of the State Standard Specifications and these special provisions. HIGHWAY PLANTING MATERIALS i B I I I e e o+ } ,b t6 Mulch Mulch must be green material and most comply with the following: 1. The mulch provider must be a compost producer and a participant in the United States Composting Council (USCG) Seal of Testing Assurance (STA) program. 2. The green material producer must be fully permitted as a compost producer in accordance with requirements of the California Integrated Waste Management Board (CIWMB), Local Enforcement Agencies (LEA) and any other State and Local Agencies that regulate solid waste facilities. If exempt from State permitting requirements, the composting facility must certify that it follows all guidelines and procedures for production of compost meeting the environmental health standards of Title 14, California Code of Regulations, Division 7, Chapter 3.1, Article 7. 3. Green material may be derived from any single or mixture of chipped, shredded, or ground vegetation; or clean processed recycled wood products. 4. Compost green materials such that weed seeds, pathogens and deleterious materials are reduced as specified under Title 14, California Code of Regulations, Division 7, Chapter 3.1, Article 7, Section 17868.3. 5. Green material must not contain paint, petroleum products, herbicides, fungicides or other chemical residues harmful to animal life or plant growth. Compost must possess no objectionable odors. 6. Metal concentrations in green material must not exceed the maximum metal concentrations listed in Title 14, California Code of Regulations, Division 7, Chapter 3.1, Section 17868.2. 7. Green material must comply with the following table: Physical and Chemical Requirements Property Test Method Requirement pH TMECC 04.11 -A Elastometric pH 1:5 Slurry Method 6.0 -8.5 pH Units Soluble Salts TMECC 04.10 -A Electrical Conductivity 1:5 Slurry 0 -10.0 Method dS /m mmhos/cm) Moisture TMECC 03.09 -A Content Total Solids & Moisture at 70 +/- 5 deg N/A C % Wet Weight Basis Organic Matter TMECC 05.07 -A Content Loss -On- Ignition Organic Matter 30-100 Method (LOI) %Dry Weight Basis Maturity TMECC 05.05 -A NOTE: TMECC refers to "Test Methods for the Examination of Composting and Compost," published by the United States Department of Agriculture and the United States Compost Council (USCC). S. Before mulch application, submit a copy of the green material producer's Compost Technical Data Sheet and a copy of the compost producers STA certification. The Compost Technical Data Sheet must include laboratory analytical test results, directions for product use, and a list of product ingredients. 9. Before mulch application, submit a Certificate of Compliance under Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications. �t 6 oy a ,3 Y s� .s I 9 9 t �i l i >a Germination and Vigor N/A Seed Emergence N/A Seedling Vigor % Relative to Positive Control Stability TMECC 05.08 -B Carbon Dioxide Evolution Rate N/A mg CO2-C/9 OM per day Particle Size TMECC 02.02 -B Inches % Sample Sieving for Aggregate Size Passing Classification 3 99% %Dry Weight Basis 3/8 <25% Max. Length 4 inches Pathogen TMECC 07.01 -B Fecal Co I i form Bacteria Pass < 1000 MPN/ ram dry wt. Pathogen TMECC 07.01 -B Salmonella Pass < 3 MPN /4 grams dry wt. Physical TMECC 02.02 -C Contaminants Man Made Inert Removal and Combined Total: Classification: < 1.0 Plastic, Glass and Metal %> 4mm fraction Physical TMECC 02.02 -C Contaminants Man Made Inert Removal and Classification: None Detected Sharps (Sewing needles, straight pins and hypodermic needles) %> 4mm fraction NOTE: TMECC refers to "Test Methods for the Examination of Composting and Compost," published by the United States Department of Agriculture and the United States Compost Council (USCC). S. Before mulch application, submit a copy of the green material producer's Compost Technical Data Sheet and a copy of the compost producers STA certification. The Compost Technical Data Sheet must include laboratory analytical test results, directions for product use, and a list of product ingredients. 9. Before mulch application, submit a Certificate of Compliance under Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications. �t 6 oy a ,3 Y s� .s I 9 9 t �i l i >a Commercial Fertilizer (Slow Release) Commercial fertilizer (slow release) shall be a pelleted or granular form, shall be slow or controlled release with a nutrient release over an 8 -month to 12 -month period, and shall fall within the following guaranteed chemical analysis range: Ingredient Percentage Nitrogen 16 -21 Phosphoric Acid 6 -8_ Water Soluble Potash 4 -10 I ROADSIDE CLEARING Before preparing planting areas or commencing irrigation trenching operations for planting areas, trash and debris shall be removed from these areas as required under Construction Site Management of these special provisions. The project area shall be cleared as specified herein: ' A. Existing trees, where shown on the plans to be removed, shall be removed. [ B. Weeds shall be killed and removed within planting areas where plants are to be planted in groups or rows 15 feet or less apart and from within an area extending 6 feet beyond the outer limits of the groups or rows of plants. t After the initial roadside clearing is complete, additional roadside clearing work shall be a performed as necessary to maintain the areas, as specified above, in a neat appearance until the start of the plant establishment period. This work shall include the following: A. Trash and debris shall be removed B. Rodents shall be controlled. C. Weed growth shall be killed before the weeds reach the seed stage of growth or exceed 6 inches in length. D. Existing ground cover shall be killed and removed from within the 6 -foot diameter areas specified for each proposed plant location within the existing ground cover areas. E. Weeds in plant basins, including basin walls, shall be removed by hand pulling, after the plants have been planted. Weed Control Weed control shall also conform to the following: A. Stolon type weeds shall be killed with glyphosate. Roadside clearing work shall not include work required to be performed as clearing and grubbing as specified in Section 16, "Clearing and Grubbing," of the State Standard Specifications. C i PESTICIDES Pesticides used to control weeds shall conform to the provisions in Section 20- 4.026, "Pesticides," of the Standard Specifications. Except as otherwise provided in these special provisions, pesticide use shall be limited to the following materials: Glyphosate Ammonium Sulfate Magnesium Chloride Granular preemergents may be used when applied to areas that will be covered with mulch, excluding plant basins. Granular preemergents shall be limited to the following materials: Dichlobenil (Preemergent) Oxadiazon (Preemergent) Granular preemergents shall be applied prior to the application of mulch. Mulch applications shall be completed in these areas on the same working day. Photosensitive dye will not be required. Glyphosate shall be used to kill stolon type weeds. A minimum of 100 days shall elapse between applications of preemergents. Except for ground cover plants, preemergents shall not be applied within 18 inches of plants or within wild flower seeding areas. Ammonium sulfate and magnesium chloride shall be used only in areas planted to Carpobrotus or Delosperma. Ammonium sulfate and magnesium chloride shall not be applied in a manner that allows the pesticides to come in contact with trees or shrubs. If the Contractor elects to request the use of other pesticides on this project, the request shall be submitted, in writing, to the Engineer not less than 15 days prior to the intended use of the other pesticides. Except for the pesticides listed in these special provisions, no pesticides shall be used or applied without prior written approval of the Engineer. Pesticides shall not be applied within the limits of the plant basins. Pesticides shall not be applied in a manner that allows the pesticides to come in contact with the foliage and woody parts of the plants. PREPARING PLANTING AREAS Plants adjacent to drainage ditches shall be located so that after construction of the basins, no portion of the basin walls shall be less than the minimum distance shown on the plans for each plant involved. �u r a nI PLANTING Backfill material for plant holes must be a mixture of soil and soil amendment. The quantity of soil amendment shall be as shown on the Plant List. Thoroughly mix backfill material and uniformly distribute throughout the entire depth of the plant hole without clods and lumps. Apply or place commercial fertilizer (granular and slow release) at the time of planting and at the rates shown on the Plant List. Mulch is not required in the plant basins when mulch is not indicated on the Plant List for the plants involved_ A granular preemergent must be. applied to areas to be covered with mulch outside of plant basins. Mulch placed in areas outside of plant basins shall be spread to a uniform depth. Spread mulch from the outside of the proposed plant basin to the adjacent edges of shoulders, dikes, curbs, sidewalks, walls, fences, and existing plantings. If the proposed plant material is 12 feet or more from the adjacent edges of shoulders, dikes, curbs, sidewalks, walls, fences, and other existing plantings, the mulch must be spread G feet beyond the outside edge of the proposed plant basins. Do not place mulch within 4 feet of the centerline of earthen drainage ditches, within 4 feet of the edge of paved ditches, and within 4 feet of the centerline of drainage flow tines. Attention is directed to "Irrigation Systems Functional Test" of these special provisions regarding functional tests of the irrigation systems. Do not perform planting in an area until the functional test has been completed for the irrigation system serving that area. MEASUREMENT AND PAYMENT Quantities of commercial fertilizer (packet) will be measured by the unit as determined from actual count in place. PLANT ESTABLISHMENT WORK The plant establishment period shall be Type 2 and shall not be less than 250 working days for areas within the State right of way and shall not be less that 60 working days for areas outside the State right of way.. The center to center spacing of replacement plants for unsuitable ground cover plants shall be determined by the number of completed plant establishment working days at the time of replacement and the original spacing in conformance with the following: ORIGINAL SPACING (Inches) SPACING OF REPLACEMENT GROUND COVER PLANTS (Inches) Number of Completed Plant Establishment Working Days 1 -125 126 -190 191 -End of Plant Establishment 9 9 6 6 18 1$ 12 9 Weeds within plant basins, including basin walls and ground cover, shall be controlled by hand pulling. Weeds within mulched and ground cover areas and outside of plant basins shall be controlled by killing. At the option of the Contractor, plants of a larger container size than those originally specified may be used for replacement plants during the first 125 working days of the plant establishment period. After 125 working days of the plant establishment period have been completed, replacement of plants, except for ground cover plants, shall be one - gallon size for seedlings, pot and liner size plants; 5- gallon size for one - gallon size plants; 15- gallon size for 5- gallon size plants; and other plant replacement plants shall be the same size as originally specified. Wye strainers shall be cleaned at least 15 days prior to the completion of the plant establishment period. The final inspection shall be performed in conformance with the provisions in Section 5 -1.13, "Final Inspection," of the State _Standard Specifications and shall be completed a minimum of 20 working days before the estimated completion of the contract. Y i `1 1 t e6 I P 1 i J _1 10 -2.06 IRRIGATION SYSTEMS Irrigation systems shall be furnished and installed in conformance with the provisions in Section 20 -5, "Irrigation Systems," of the State Standard Specifications, except materials containing asbestos fibers shall not be used. Method A pressure testing shall conform to the provisions in Section 20- 5.03H(1), "Method A ", of the State Standard Specifications, except leaks that develop in the tested portion of the system shall be located and repaired after each test period when a drop of more than 5 pounds per square inch is indicated by the pressure gage. After the leaks have been repaired, the one hour pressure test shall be repeated and additional repairs made until the drop in pressure is 5 pounds per square inch or less. Only pipeline trenches and excavation pits for supply lines being supplied from one water service point shall be open at one time. After pressure testing is complete, trenches and pits excavated for pipe supply lines, being supplied from one water service point, shall be backfilled prior to commencing excavations for pipe supply lines being supplied from another water service point. 6 o� VALVE BOXES Valve boxes shall conform to the provisions in Section 20 -2.24, "Valve Boxes," of the State Standard Specifications, except as otherwise provided herein. CJ -RBF* Valve boxes shall be precast portland cement concrete. Covers for concrete valve boxes shall be cast iron or steel. Cast iron and steel covers shall be hinged with brass hinge pins for valve boxes containing valves smaller than 2 inches. Valve boxes shall be identified on the top surface of the covers by labels containing the e appropriate abbreviation for the irrigation facility contained in the valve box as shown on the a plans. Valve boxes that contain remote control valves shall be identified by the appropriate letters and numbers (controller and station numbers). Labels for valve boxes shall conform to 9 the provisions in Section 20- 5.03F, "Valves and Valve Boxes," of the State Standard Specifications. e� GATE VALVES Gate valves shall be as shown on the plans and in conformance with the provisions in Section 20 -2.28, "Gate Valves," of the Standard Specifications and these special provisions. Gate valves, smaller than 3 inches in size, shall be furnished with a cross - handle. Gate valves shall have a solid bronze or brass wedge. 8 1 I 3 -� Y ELECTRIC AUTOMATIC IRRIGATION COMPONENTS Irrigation Controllers (Battery) The battery- powered automatic irrigation controller shall conform to the following: A. Battery - powered 4- station irrigation controller, power system, computer with lockable, waterproof, vandal resistant case, shall be manufactured as one complete unit. B. All power will be provided by a system powered by replaceable batteries. Power shall be available for continuous 24 -hour operation. C. The computer liquid - crystal display will be powered by a 9 -volt battery key mechanism. D. The irrigation controller shall have an output digital control pulse at 3.5 -volts which will operate a valve solenoid actuator within 150 -foot distance. E. Irrigation controller shall be fully automatic and capable of operating a complete one day to 90 day cycle, scheduling up to 32 totally independent programs, each having its own start time, day cycle, assigned stations, duration, and program time. Each station shall be capable of one minute to 24 hours in one minute increments with separate setting for hours and minutes. F. Irrigation controller shall have an emergency program backup system with a user - defined fail -safe program and system parameters which are stored in non - erasable memory. G. Irrigation controller shall be installed in a valve box and in accordance with the manufacturer's specifications. H. Low voltage control and neutral conductors and splice connectors shall be manufactured by the same company. I. The watering time of each station shall be displayed on the face of the control panel. Electric Remote Control Valves Electric remote control valves shall conform to the provisions in Section 20 -2.23, "Control Valves," of the State Standard Specifications and the following: A. Valves shall be brass construction. B. Valves shall be combination angle pattern (bottom inlet and side inlet) installed as an angle pattern (bottom inlet), as shown on the plans. Pull Boxes Pull box installations shall conform to the provisions in Section 20- 5.0271, "Conductors, Electrical Conduits and Pull Boxes," of the State Standard Specifications. Conductors Low voltage, as used in this section "Conductors," shall mean 36 V or less. Low voltage control and neutral conductors in pull boxes and valve boxes, at irrigation controller terminals, and at splices shall be marked as follows: I A. Conductor terminations and splices shal I be marked with adhesive backed paper markers or adhesive cloth wrap- around markers, with clear, heat - shrinkable sleeves sealed over the markers. B. Non - spliced conductors in pull boxes and valve boxes shall be marked with clip -on, "C" shaped, white extruded polyvinyl chloride sleeves. Marker sleeves shall have black, indented legends of uniform depth with transparent overlays over the legends and s "chevron" cuts for alignment of 2 or more sleeves. Markers for the control conductors shall be identified with the appropriate number or letter I designations of irrigation controllers and station numbers. Markers for neutral conductors shall be identified with the appropriate number or letter designations of the irrigation controllers. New control and neutral conductors that are to replace existing control and neutral conductors shall be the same size and color as the existing control and neutral conductors being connected to. n The color of low voltage neutral and control conductor insulation, except for the striped portions, shall be homogeneous throughout the entire thickness of the insulation. Insulation for conductors may be UL listed polyethylene conforming to UL44 test standards with a minimum insulation thickness of 41 mils for wire sizes 10AWG and smaller. Relief from maintenance and responsibility for electric automatic irrigation components will be granted in conformance with 'Relief from Maintenance and Responsibility" of these special provisions. Before the Engineer grants relief from maintenance and responsibility, the functional test specified in Section 20- 5.0277, "Testing," of the State Standard Specifications shall be satisfactorily completed, and the manufacturer's written instructions shall be provided to the Engineer on the use and adjustment of the installed irrigation controllers. P �A I a r. t ".i IRRIGATION SYSTEMS FUNCTIONAL TEST Functional tests for the irrigation controllers and associated automatic irrigation systems shall conform to the provisions in Section 20- 5.0277, "Testing," of the State Standard Specifications and these special provisions. Tests shall demonstrate to the Engineer, through one complete cycle of the irrigation controllers in the automatic mode, that the associated automatic components of the irrigation systems operate properly. If automatic components of the irrigation systems fail a functional test, these components shall be repaired at the Contractor's expense and the testing repeated until satisfactory operation is obtained. Associated automatic components shall include, but not be limited to, remote control valves and rain sensors. Upon completion of work on an irrigation system, including correction of deficiencies and satisfactory functional tests for the systems involved, the plants to be planted in the area watered by the irrigation system may be planted provided the planting areas have been prepared as specified in these special provisions. PIPE Steel Pipe Galvanized steel pipe supply lines installed between water meters and backflow preventer Ti assemblies must be installed not less than 24 inches below finished grade, measured to the top of the pipe. Plastic Pipe U Plastic pipe supply lines must be polyvinyl chloride (PVC) 1120 or 1220 pressure rated pipe with the minimum pressure rating (PR) shown on the plans. 4 Plastic pipe supply lines less than 3 inches in diameter must have solvent cemented type joints. y Primers must be used on the solvent cemented type joints. Fittings for plastic pipe supply lines with a pressure rating (PR) of 315 must be Schedule 80. t C- opper —P4pe Ecspper— pipe —nit�st-- Type-- 'T;'=- rigi"onfofmtnsto ATM nation: so�vreuglt4 eopper ast-bronz@ r 4i-an c-o � v� } r�OFF `S6ld€f: THRUST BLOCK Thrust blocks shall be installed in accordance with the plans and these special provisions. Thrust blocks shall be installed on the main supply line at all changes in direction and terminus run. t.� 5 WATER METER Water meters for the irrigation systems will be furnished and installed by the serving utility at the locations shown on the plans. The Contractor shall make the arrangements and pay the costs and fees required by the serving utility. The Irvine Ranch Water District has established a fee of $3000. for furnishing and installing a water meter. If, at the time of installation, this fee has been changed, the State will take a credit for the reduction in the fee, or the State will pay the difference for the increase in the fee. The credit or payment will be taken or paid on the first monthly progress payment made after the meter is installed. The Contractor shall furnish the Engineer with a copy of the invoice for the installation fee. * *CJ- RBF- 07 -01 -10 }� Attention is directed to Section 20 -4.06, "Watering," of the Standard Specifications. The Contractor shall make the arrangements for furnishing and applying water until the water meters o have been installed by the serving utility. The quantity of water meters will be measured by the unit as determined from actual count in place. The contract unit price paid for water meter shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing water meters, complete in place, as shown on the plans, as specified in a the State Standard _Specifications, the Standard Specifications and these special provisions, and i as directed by the Engineer. i °a aA I BACKFLOW PREVENTER ASSEMBLIES Backflow preventers shall conform to the provisions in Section 20 -2.25, 'Backflow Preventes," of the Standard Specifications and these special provisions. Backflow preventers shall have current approval from the University of Southern California Foundation for Cross - Connection Control and Hydraulic Research (USC Foundation). Before backflow preventer assembly installation, the Contractor shalt provide the Engineer with the portion of the USC Foundation "List of Approved Backflow Prevention Assemblies" showing type of assembly, manufacturer's name, model number, edition of the manual under which the assembly was approved, approval date and the last renewal date. The "List of Approved Backflow Prevention Assemblies" is available to Foundation Members. Membership information to join the USC Foundation is available at: http: / /www. use .edu /dept/fccchr /membership.htm I Questions concerning the USC Foundation "List of Approved Backflow Prevention Assemblies" can be answered by calling the Foundation at toll free (866) 545 -6340. Pressure loss through the backflow preventers shall not exceed the following: BACKFLOW PREVENTER FLOW RATE PRESSURE SIZE (Gallons Per LOSS (Inches) Minute) (PSI) 1 12 12 BACKFLOW PREVENTER ASSEMBLY ENCLOSURE Enclosures shall be fabricated of structural steel angles and flattened expanded metal and shall be installed over backflow preventer assemblies on a portland cement concrete pad as shown on the plans and in conformance with these special provisions. Expanded metal for sides, ends and top panels shall be fabricated from 9 -gage minimum thickness, sheet steel. The flattened expanded metal openings shall be approximately 3/4 -inch x 1 -3/4 -inch in size. Expanded metal panels shall be attached to the 3/16 -inch thick steel angle frames by a series of welds, not less than 1/4 -inch in length and spaced not more than 4- inches on center, along the edges of the enclosure. Lock -guard shall be made of a minimum thickness of 3/16 -inch cold rolled steel. Padlocks will be State - furnished in accordance with "State- furnished Materials" of these special provisions. Enclosures shall be galvanized, after fabrication, in conformance with the provisions in Section 75 -1.05, "Galvanizing," of the Standard Specifications. Hold down bolt assemblies shall be galvanized and shall be installed when the portland cement concrete pad is still plastic. Nuts shall be hexagonal and washers shall be the lock type. All parts of the backflow preventer assembly enclosure, including hold down assemblies, shall be constructed of stainless steel instead of standard steel materials specified above. Stainless steel enclosures shall conform to the provisions herein except galvanizing, priming and painting shall not be required. Lock -guard for stainless steel enclosures shall be 12 -gage stainless steel, Type 304. a� a^i a� a v� l SPRINKLERS Sprinklers shall conform to the type, pattern, material, and operating characteristics listed in the "Sprinkler Schedule" shown on the plans. CJ -RBF* FINAL 1RRLGATION SYSTEM CHECK A final check of existing and new irrigation facilities shall be performed not more than 40 working days and not less than 30 working days prior to acceptance of the contract. The length of watering cycles using potable water measured by water meters for the final check of irrigation facilities will be determined by the Engineer. Remote control valves connected to existing and new irrigation controllers shall be checked for automatic performance when the controllers are in automatic mode. Unsatisfactory performance of irrigation facilities installed or modified by the Contractor shall be repaired and rechecked at the Contractor's expense until satisfactory performance is obtained, as determined by the Engineer. Repair or replacement of existing irrigation facilities due to unsatisfactory performance shall conform to the provisions in 'Existing Highway Irrigation Facilities" of these special provisions. Nothing in this section "Final Irrigation System Check" shalt relieve the Contractor of full responsibility for making good or repairing defective work or materials found before the formal written acceptance of the entire contract by the Director. Full compensation for checking the irrigation systems prior to the acceptance of the contract shall be considered as included in the contract lump sum price paid for plant establishment work and no additional compensation will be allowed therefor. 6 i I u ;Y 9 a u 0 SECTION 10 -3. ELECTRICAL SYSTEMS 10 -3.01 DESCRIPTION Sign illumination, and maintaining existing and temporary electrical systems shall conform to the provisions in Section 86, "Electrical Systems," of the State Standard Specifications and these special provisions. Traffic signals, lighting, and communication system, shall conform to the provisions in City of Newport Beach, Traffic Signal Special Provisions Supplemental titled, "Traffic Signal Modernization Proiect, Jamboree Road Bridge Widening over State Route 73, C- 3724," and these special provisions. Traffic signal work shall be performed at the following locations: A. Jamboree Road and Bristol Street B. Jamboree Road and Bristol Street North i 10 -3.02 COST BREAK -DOWN Cost break -downs shall conform to the provisions in Section 86 -1.03, "Cost Break- Down," of the e State Standard Specifications and these special provisions. The Engineer shall be furnished a cost break -down for each contract lump sum item of work described in this Section 10 -3. m The cost break -down shall be submitted to the Engineer for approval within 15 days after the contract has been approved. The cost break -down shall be approved, in writing, by the Engineer before any partial payment for the items of electrical work will be made. I y� u� 't nY I i . :v n V 10 -3.03 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:00 p.m. Lighting and sign illumination systems shall be mainta ned during hours of darkness. Full compensation for maintaining Existing and Temporary Electrical Systems, whether shown on the plans or not, including furnishing all labor, materials, tools equipment, and incidentals shall be considered included in the contract prices paid for the various contract items that will imoact existine temporary electrical systems and no additional compensation will be allowed therefor 10 -3.04 CONDUIT Conduit to be installed underground shall be Type I unless otherwise specified. The conduit in a foundation and between a foundation and the nearest pull box shall be Type 1 . After conductors have been installed, the ends of conduits terminating in pull boxes, splice vaults, service equipment enclosures, and controller cabinets shall be sealed with an approved type of sealing compound. Immediately prior to installing cables, all conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with an approved type of sealing compound or sealing device. At those locations where conduit is required to be installed under pavement and underground facilities designated as high priority subsurface installation under Govt Code § 4216 et seq. exist, conduit shall be placed by the trenching in pavement method in conformance with the provisions in Section 86- 2.05C, "Installation," of the State Standard Specifications. Use the "T" trench detail as shown on the plans. At the option of the Contractor, the final 2 feet of conduit entering a pull box in a reinforced i concrete structure may be Type 4. 10 -3.05 PULL BOXES Grout shall not be placed in the bottom of pull boxes. vy 10 -3.06 CONDUCTORS, CABLES, AND WIRING j Splices shall be insulated by "Method B" or, at the Contractor's option, splices of conductors shall be insulated with heat - shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. j Conductors shall be wrapped around projecting end of conduit in pull boxes, as shown on the 8 plans. Cables shall be secured to the projecting end of conduit in pull boxes to prevent pulling of cables without removing the securing device. 8 II 3J1 c p r 10 -3.07 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT Salvaged electrical materials shall be hauled to City of Newport Beach yard (address to be provided by City Engineer) and stockpiled_ The Contractor shall provide the equipment, as necessary, to safely unload and stockpile the material. A minimum notice of 2 business days shall be given prior to delivery. 10 -3.08 PAYMENT The contract lump sum price or prices paid for Signal and Lighting Jamboree Road and Bristol Street and Signal and Lighting Jamboree Road and Bristol Street North shall include highway lighting at intersections in connection with signals only. Other roadway lighting on the project shall be considered as included in the contract lump sum price paid for lighting and sign illumination. Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged and no additional compensation will be allowed therefor. TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS Traffic Signal Modernization Project JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE '73 C -3'724 N/1-arch 8, 2010 9� :y 1 1 i vI I This page left intentionally blank P �f .j a a .1 TABLE OF CONTENTS 1.0 Summary of Work ......................................................................... ..............................1 1.1 CONTRACT LIMITS ................................................................................... ............................... 1 1.2 DESCRIPTION OF WORK ........................................................................... ............................... 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK ..................................................... ............................... 1 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS ............................................... ............................... 2 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS ....................................... ............................... 2 1.6 CABLING REQUIREMENTS .......... .................................................................................. :...... ..... 3 1.7 RESPONSIBILITIES OF THE CONTRACTOR ...................................................... ............................... 3 2.0 Contractor's Qualifications ............................................................ ..............................5 2.1 GENERAL ............................................................................................... ..............................5 2.2 REQUIREMENTS.. .......... ...................................................................................... ................ S 3.0 Fiber Optic Cable .......................................................................... ............................... 6 3.1 REQUIREMENTS. .................................................................................. ................................. 6 3.2 QUALITY CONTROL ................................................................................. ............................... 7 33 GENERAL CONSIDERATIONS ....................................................................... ..............................7 3.4 FIBER CHARACTERISTICS. ........................................................................................ ................ 7 3.5 COLOR CODING ................................. ............ .. --- ...... ...................... ............. ........ .................. 8 3.6 GENERAL CABLE PERFORMANCE ............... _ ....................... ...................................... ....... ......... 9 3.7 DROP CABLE ........................................................................................ ............................... 10 3.8 FIBER PATCH CORDS .............................................................................. ............................... 10 3.9 FIBER OPTIC FAN -OUT KITS_ .................................................................. ............................... 10 3.10 FIBER OPTIC CONNECTORS ..................................................................... ............................... 11 3.11 FIBER OPTIC INSTALLATION ..................................................................... ............................... 11 3.12 S PLICING ............................................................................................. ............................... 13 3.13 FIBER OPTIC CABLE ASSEMBLIES .............................................................. ............................... 14 314 FIBER ASSIGNMENTS ............................................................................... ............................. 16 3.15 FIBER OPTIC CABLE LINK TESTING ............................................................ ............................... 16 3.16 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) .............................. ............................... 19 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION ................................... ............................... 19 118 FIBER OPTIC CABLE ROUTE RECORDS ....................................................... ............................... 20 3.19 #10 GREEN TRACER WIRE_ .................. _ ...................................... ..................... _ ........... 20 4.0 Microduct .................................................................................... .............................21 4.1 GENERAL .......................... .........................21 4.2 REQUIREMENTS... ....................... ...................................................... ...... .......................... 21 4.3 QUALITY CONTROL ........................................................................... ............................... I... 21 4.4 MATERIAL ................................................. ................. ......... ... ......... :.................................. 21 4.5 INSTALLATION ...................................................................................... ............................... 21 5.0 Fiber Patch Panel /Wall Interconnect Unit... ....... ....................................................... 22 F:\ Users \PBW \Shared \Contracts \FY10.11Uamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc R This page left intentionally blank 5.1 GENERAL .......................................... ............ ................ .................................................... .22 5.2 DESCRIPTION ....................................................................................... ............................... 22 6.0 Splice Closures ........................................................................... ............................... 24 6.1 GENERAL ............................................................................................ ............................... 24 6.2 INSTALLATION ...................................................................................... ............................... 24 7.0 Ethernet System ......................................................................... ............................... 26 7.1 GENERAL .............................................................................................. .............................26 7.2 CAT6-A CABLE .................................................................................... ............................... 26 7.3 TESTING .............................................................................................. ............................... 26 8.0 Power Strip ................................................................................ ............................... 27 8.1 GENERAL ............................................................................................ ............................... 27 8.2 WALL - MOUNTED POWER S TRIP .............................................................. ............................... 27 9.0 CCTV System .............................................................................. ............................... 29 9.1 GENERAL ............................................................................................ ............................... 29 9.2 CCTV DOME CAMERA .......................................................................... ............................... 29 9 -3 CCTV VIDEO ENCODER ......................................................................... ............................... 29 9.4 CCTV INTEGRATED CAMERA CABLE .......................................................... ............................... 29 10.0 Conduit ........................................................................................ .............................30 10.1 GENERAL .............................................................................................. .............................30 10.2 REQUIREMENTS ...................................................................................... .............................30 10.3 QUALITY CONTROL ............................................................................... ............................... 30 10.4 PVC SCHEDULE 80 CONDUIT.. ...... ....................................................... _ .............................. 30 10.S INSTALLATION ...................................................................................... ............................... 31 10.6 TRENCHING ......................................................................................... ............................... 32 11.0 Pull Boxes .................................................................................... .............................33 11.1 GENERAL .............................................................................................. .............................33 11.2 PULL BOX AND PULL BOX COVER ............................................................. ............................... 33 11.3 INSTALLATION REQUIREMENTS ................................................................ ............................... 33 11.4 INSTALLATION DETAIL ............................................................................ ............................... 34 12.0 Controller Cabinet Assemblies .................................................... ............................... 36 12.1 GENERAL ............................................................................................ ............................... 36 12.2 DOCUMENTATION ................................................................................ ............................... 36 12.3 WARRANTY ........................................................................................... .............................36 12.4 CABiNCT STANDARDS ............................................................................ ............................... 36 12.5 CABINET WIRING_ ................. .................................... ............................. ___ ....... _ .......... 37 12.6 CABINET EQUIPMENT ............................................................................... ............................. 39 13.0 Standards, Steel Pedestals, and Posts ......................................... ............................... 42 13.1 GENERAL .............................................................................................. .............................42 F: \Users \PBW\ Shared \Contract S \FY1G- 13Uamboree Rd Bridge Widening - SR73 C3724 \PS &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.dOC I I I .a e; This page left intentionally blank 9� 1� 13.2 FOUNDATIONS ...................................................................................... ............................... 42 14.0 Service Enclosures ........................................................................ .............................43 14.1 GENERAL .............................................................................................. .............................43 15.0 Vehicle Signal Faces.. ................................................................................................. 44 15.1 LIGHT EMITTING DIODE SIGNAL MODULE .................................................. ............................... 44 15.2 PEDESTRIAN SIGNALS ............................................................................ ............................... 44 16.0 Vehicle Detectors ......................................................................... .............................4S 17.0 Pedestrian Push Button Assemblies ............................................ ............................... 46 18.0 Lighting ........................................................................................ .............................47 18.1 HIGH PRESSURE SODIUM LUMINAIRES ...................................................... ............................... 47 18.2 HIGH PRESSURE SODIUM LAMP BALLASTS ................................................. ............................... 47 18.3 LAG -TYPE REGULATOR BALLASTS. ....... ...... ................................................. 47 18.4 LEAD TYPE REGULATOR BALLASTS ............................................................ ............................... 47 18.5 PHOTOELECTRIC CONTROLS ....................................................................... ............................. 48 18.6 INTERNALLY ILLUMINATED STREET NAME SIGNS ......................................... ............................... 48 19.0 Opticom Priority Control System ................................................ ............................... 49 20.0 Battery Backup System. ....................................................... ..................................... 50 20.1 BATTERY BACKUP CABINET ..................................................................... ............................... 50 F.\Users \PBW\ Shared \Contracts \FY10- 11Vambor a Rd Bridge Widening- SR73 C- 3724 \PS &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc IV 9z® vi i I t� ff^ C..r This page left intentionally blank J i 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right -of -way. i Street Name Limits Jamboree Road I Bayview Way to MacArthur Blvd. 1.2 DESCRIPTION OF WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Furnish and install new 48- strand SMFO cable in new microduct along the project corridors as shown on the plans. • Furnish and install one new 6- strand SMFO drop cable in new microduct at all signalized intersections as shown on the plans. • Furnish and install new conduit, at locations shown on the plans • Furnish and install pull boxes and splice vaults, at locations shown on the plans. • Furnish and install fiber optic communication equipment and accessories, including wall interconnect center (WIC) and fiber optic patch panel, at locations shown on the Plans. • Testing of all equipment and system furnished and installed under this Contract, including but not limited to the fiber optic communication system, CCTV camera system, and associated fiber optic communication equipment. • Furnish accurate project documentation, as specified in these Special Provisions. • Install Type "P" Cabinets at locations shown on the plans. • Contractor shall be responsible for the traffic signal modification at the locations shown on the plans per City Standards. • Contractor shall perform communication link testing for the locations that will utilize the existing twisted pair cables for Ethernet communication as shown on the plans. The communications equipment and fiber optic cable installed as part of this contract are to support the elements installed as part of this project, as shown on the plans, which include all project CCTV cameras and signal controllers, as shown on the plans. 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic signal shutdown shall occur between the hours of 1:00 a.m. to S:00 a.m. on working days. Contractor may request for additional daytime traffic signal shutdown. If approved by the Engineer, traffic signal shutdown shall be limited to four hour periods between the hours of 9:00 a.m. and 3:00 p.m., Monday through Thursday of working days. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9:00 a.m, and 12:00 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. F;\ Users \Pt W\Shared \Contracts \FY10 -7] \l alnboree Rd Bridge wide ing -SR73 L372d \PS &E \CHAPTER 3 -TRAFF IC S GNAL SUPPLEMENTAL SPECIAL PROVISiONS.diX 1 °4 1. The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above - ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All y vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. '? Existing street lighting shall remain in operation until new lighting is operational All striping, pavement markings, and signing shall be in place prior to signal turn -on and /or 3 opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no y' part or attachment shall be substituted or applied contrary to the manufacturers recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct /dedicated ventilation systems. All equipment shall have conveniently located, protected on -off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. ; 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS'' The equipment shall meet all the specified performance requirements under the following ranges of : electrical and environmental conditions (unless otherwise noted). �.a • Primary Power - 120 volts single phase, voltage variation ± 10 %; frequency range, 60 Hz ± 1. , • High Frequency Interference - Spikes of S0 volts. a F:\ Users \PBw \Shared \Conbacts \FYI O-11\J amboree Rd Bridge widening - SR73 C.372A \PS& E \CHAPTER 3-T RAFFIC SIGNAL w SUPPLEMENTAL SPECIAL PROVISIONSAOC 2 s • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range - +50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity -50 to 60 percent, non - condensing. All electronic equipment shall be of solid -state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re- settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy -duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.7 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to Identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions, The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself /herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment F:\ Users \PBW\Shared \Contracts \FYIn41 \Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 3 i c maybe shown on the Plans in certain positions, the Contractor shall be guided by details and conditions ; at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he /she proposes to use will fit into the available space with proper clearances. .r The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be Installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. I The Contractor is required to observe all regulations and ordinances of the City as they apply to work in 7 City buildings, streets, and other rights -of -way or City property. 7 The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. I Q F:\ Users \PBw\ shared \Contracts \FV70.11Uam bore Rd Bridge widening . SR73 63724 \PS &E \CHAPTER 3-TRAFFIC SIGNAL 1 SUPP LEM ENTAIL SPECIAL PROVISIONS. doc 4 1 t 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non - responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. F:\ Users \PBW\Shared\Cont racts \FY1031 \Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3 TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc a 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this SP specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty -eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be I installed in microduct. Each fiber optic cable shall be suitable for underground duct placement. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by i Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non - uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all- dielectric, dry water - blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, i fiber optic cable caps, moisture /water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass /cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as Compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." I P a F: \Users \PBVAS hared \Contracts \FY10.11 \Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3-TRAPPIC SIGNAL SUPPLEMENTAL SPECIAL PROWSIONS.60C 6 ! 0 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non - returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Codem (NESC'), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within t1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and /or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.3 GENERAL CONSIDERATIONS Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. 3.4 FIBER CHARACTERISTICS One hundred percent (100 %) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA /EIA- 455 -3A (FOTP -3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures ( -40 °C to +70 °C) will not exceed O.OS dB /km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 d8 /km at 15SO nm. This figure includes an allowance of up to O.OS dB /km for measurement repeatability. The cable shall meet the requirements of (TU -T G.SS2.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type OFS MiDia FX Plus or approved equivalent F;\ Users \PBW\ Shared \Contracts \FVto.ilUamboree Rd Bridge Widening - SR73 C.3724 \PSBE \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 7 -I 1 Parameters Value Core diameter 8.3 pm (nominal) Cladding diameter 125 µm ± 1.0 µm Core to Cladding Offset 5 0.7 µm Coating Diameter 240 µm ±0.5 pm Cladding Non - circularity defined as: [1- (min. cladding dia - max. cladding dia.))x100 51,0% Proof /Tensile Test 100 kpsl, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm 5 0.35 dB /km 5 0.31 dB /km <0.25 dB /km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak < 2.1 dB /km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures < +0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength O,,) Zero Dispersion Slope 1302 <), < 1322 nm <0.092 ps /(nm'.km) Maximum Dispersion: 5 3.5 ps /(nm.km) for 1285 - 1330 nm < 18 ps /(nm.km) for 1SS0 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 ±0.4 pm at 1310 nm 10.5 ±0.5 pm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.5 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color- coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) S. Black (BK) 3. Green (GR) 9. Yellow (YQ 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA /EIA -5988 "Color Coding of Fiber Optic Cables" and PUS 7 CFR 1755.900. F: \USers \PBW\Shared \Conti ao s \FY 10.11 \Jamboree Rd Bridge widening - SR73 C- 3724 \PS &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 8 The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.6 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA- 455 -82 (FOTP -82), "Fluid Penetration Test For Fluid- Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA /EIA- 455 -818 (FOTP -81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable ". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N /cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA /EIA -455- 41 (FOTP -41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N /cm (125 Ibf/fn) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N /cm (63 Ibf /in). Alternatively, it is acceptable to remove the 220 N /cm (125 Ibf /in) load entirely and apply the 110 N /cm (63 Ibf /in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N /cm (63 lbf /in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N /cm (63 Ibf /in) load. The change in attenuation shall note exceed 0.4 dB during loading at 1550 nm for single -mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30 ±1 cycles /minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and ill of TIA /EIA - 455 -104A (FOTP -104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cablejacket will exhibit no cracking orsplitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA /EIA - 455 -25B (FOTP -2S) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 d8 at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using 'Test Condition II" of the test plan). The test shall be conducted in accordance with TIA /EIA- 455 -33 (FOTP -33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated F: \Users \PBW\ Shared \Contracts \FY10- 11Uamboree Rd Bridge Widening - SA73 63)24 \PS &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS,doc 9 '1 i s residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. ` The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no -load condition. 3.7 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and /or these y Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with t connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to ' extend from the fiber splice location to the optical interface of the associated communications sy equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice y points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de- sheathed within the traffic control cabinet to allow adequate ; slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de- sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 3.8 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non - corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. �1. Patch cords shall have 900JAm single -fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. F The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment sholl be from OFS, Corning Cable System or approved equal. 3.9 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and fif �3 F:\ Users\P6VAShared \COntracls \FV10d1 \Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 10 .. .J shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing The Connectors shall be compliant with EIA /TIA and JIS specifications for SC compatible connectors. Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing <03 dB change, 200 rematings. Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40 °C to 70 °C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from OFS, Corning Cable System or approved equal. 3.10 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre - manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA /TIA and JIS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <03 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 lb. Temperature Cycling <03 dB change, -40° C to 75° C Nominal Fiber OD 12Sµm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Coble System or approved equal. 3.11 FIBER OPTIC INSTALLATION F:\ Users \PBW\Shared \COm ran & \f v10-11\lamboree Rd Bridge Wide �ir�g - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 11 Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. 4 I When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe g additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension y requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. .9 Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. To accommodate long continuous installation lengths, bi- directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push /blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. S. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. Mechanical aids may be used to assist cable installation. The pulling eye /sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Coble System GRP series or equivalent woven wire type of grip is recommended. i When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be o! exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed t t i F:\ Users \PBw\ Shared \Contracts \Fr1Pn \Jamboree Rd Bridge widening -SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISI DNS. doc 12 between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. When microduct is not used, the fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non - abrasive pull rope /tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.12 SPLICING F,.\ USerA PBW \Shared\Contracti \FYIO- DWmborec Rd Bndge Widen in& - SR73 C- 3J24\PS &E\CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 13 Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable d shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, t only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. u i S licin - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. ° p Field splicing is permitted for the following: t • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. y • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed In a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, e removed from the job site, and disposed of in an environmentally acceptable manner. e 3.13 FIBER OPTIC CABLE ASSEMBLIES F: \Users \PSV✓\S hared \CorNr3Ui \FY1D -11\Jarnboree Rd Bridge Widening - SR73 C.3724\PS &E \CHAP7ER 3-TRA"IC SIGNAL SUPPLEMENTAL SPECIAL PROVISION$.doc 14 Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA /EIA- 45S -B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA /EIA - 455 -2C (FOTP -2), Impact Test Measurements for Fiber Optic Devices, TIA /EIA - 455 -5B (FOTP -5), Humidity Test Procedure for Fiber Optic Components, and TIA /EIA - 455 -34A (FOTP -34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 d8. The mean insertion loss of the before and after impacts should be < 0.30 CIS. The insertion loss increase measured before and after the impacts should be < 0.30 de. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 de. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back - reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre- Connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless - steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 d8. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory- assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. F:\ Users \PBw\ Shared \Cont rat ts \ FYI p41 \Jamboree Rd Bridge widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 15 Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the �? coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel Y punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. 1'. i Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 �m tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a �eI nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except a y that the pulling tension shall not exceed 500 N (110lbf.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 6 s0 3.14 FIBERASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans o i 3.15 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. F:\ Users \PBW\ Shared \Contracts \FY10 11\Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CH APT ER 3 T RAF PIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONSACC 16 Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual fight source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 DOD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre - installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point -to -point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post - installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as- built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by F;\ Users\ PBNgShared \Contrans \FVSO- 11Uamboree Rd Bridge widening SR73C 3724 \PS&E\CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 17 using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities - The trace shall display fiber length (in meter /feet), fiber loss (de), and average fiber attenuation (in dB /mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal -to -noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB /mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or S -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR "The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1S50 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end -to -end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable lass budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re- termination of the connectors, and /or replacement of the cable. ,t .r a,l 9 a F:\ Users\ PBw \Sharetl\Cowans \FV10.11Uarnboree Rd Bridge Widening- SR73 C- 372e \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMCNTALSPECIAL PROVISIONS.doc 18 The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.16 INSERTION LOSS TEST EQUIPMENT FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self- mode - stripping cable or a low loss ( -0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of d8m and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 Is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion toss 1 (dB) = Ref. Power 1 (dBm) —Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Coss 1 (d B) = Ref. Power 1 (dBm) —Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used F. \Use,S \P8 W \Shared \Cont2ct S \FY 10 -1 ]\Jamboree Rd Bridge Widening - SR73 C 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS. doc 19 `9 8 3 during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions, 3.18 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination 9 points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. 5 3.19 #10 GREEN TRACER WIRE The Contractor shall furnish and install 7110 green wire in all conduit segments where fiber optic cable is e� installed, as shown in the plans, including all new and existing conduit segments where work is completed. All 1110 wires entering a pull box shall be joined by a split -bolt connector. I e „1 a: .p { d� t f'.\ Users \PBW\Shared \Cuntans \FV10.11 \ Jam bore e Rd Bridge Widening -5R73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 20 4.0 MICRODUCT 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smoothwall with microribs inside. 4. Microduct shall have outside /inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and /orsplice vaults. 7. Microduct shall be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL- listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct sholi be Duro -Line or approved equivolent. 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable /wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. F:\ Users \PBW\ Shared \Contracts \FY1041 \Jamboree Rd Bridge widening - SR73 C-3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 21 This page left intentionally blank I I �h v� I I J Ay ..A 5.0 FIBER PATCH PANEL /WALL INTERCONNECT UNIT 5.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation forfiber patch panel. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type co n n e cto rs. The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01U, shelf /wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. F:\ Users \PBw\Shared \Contracts \FY1B -11 \Jamboree Rd Bridge widening - SR73 C- 3724 \PS &E\CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doa 22 F;\ Users \PBW\ Shared \ComraC(S \FY10- 11Vamhoree Rd Bridge Widening - SR73 C- 3724 \PS &E\CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONSADC 23 6.0 SPLICE CLOSURES 6.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re- enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box /vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non - reactive and shall not support galvanic cell action. The outer - closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer - closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer - closure shall be waterproof, and re- enterable. The outer - closure shall be flash- tested at 100 kPa. 6. The inner - closure shall be of metallic construction. The inner - closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner - closure and shall be constructed of rigid plastic or metal. 6.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. S. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. Fc\Uiers \PAW\ Shared \Contacts \FY10- 11\J amboree Rd Bridge Widening- SR73 C- 3724 \PS &E \CHAP1ER 3'- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc I, 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 9. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re- enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapusulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection - molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from OFS, Corning Coble Systems, or approved equal. r J J z 'a P:\ users \PBw\ Shared \ConvacM \EV10- 11V2rnboree Rd Bddge widening - SR?3 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL a SUPPLE MENTAL SPECIAL PROVISIONSAOC 25 P 7.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 7.1 GENERAL All Ethernet switches are existing and shall be relocated by the Contractor as indicated on the plans. Contractor shall furnish and install CATIS cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 7.2 CAT&A CABLE Contractor shall furnish and install CAT&A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT&A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 7.3 TESTING Contractor shall complete on -site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturers requirements following relocation and reconnection of equipment to the Ethernet system. F:\ Users \PB W \ Shared \Contracts \FY10-11 \)amboree Rd Bridge Widening- SR73 C 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doC 26 This page left intentionally blank 8.0 POWER STRIP 8.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown On the Plans. Power strips installed in NEMA cabinets shall be wall- mounted. 8.2 WALL - MOLINTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall - mountable in NEMA cabinets (locations to receive ASC /3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall- mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle In the traffic signal controller cabinet. The power strip shall be Tripp -life lSOBAR8Ultro -NEMA, or approved equal. F: \Users \PBw\ Shared \COnvaclS \FY30 -II Vamborec Rd Bridge W Bening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 27 F:\ Usefs \P8W\Sh3red\COnpact 3 \FY10 -11 \jamboree Rd Bridge widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONSAOC M I w Q� 9.0 CCTV SYSTEM 9.1 GENERAL The CCTV cable (video /data /power) shall be Contractor- furnished. The Contractor shall install the CCTV camera cable as shown on the Plans. The CCTV data and video transmission between the TMC and the CCTV camera locations identified herein will be done by a pair of IP video encoders. 9.2 CCTV DOME CAMERA The existing CCTV Dome Camera is a COHU Model 3925 -5200. 9.3 CCTV VIDEO ENCODER The existing CCTV Video Encoder is a COHU i -linx Model 9905 -4500. 9.4 CCTV INTEGRATED CAMERA CABLE The integrated CCTV camera cable shall be procured from the CCTV camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU Model CA295M, or approved equal. F:\ Users \FBW \Shared \Contracts \FV30- 17Varntl ree Rd Bridge Widening -SR73C 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONSAOC 29 This page left intentionally blank .Z eI Ili 'c ;i Y 10.0 CONDUIT 10.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the Communication Plan and as directed by the Engineer. 10.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be polyvinyl chloride (PVC) Schedule 80 UL continuous conduit. PVC conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non - circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and /or conduit become damaged, the Contractor shall repair and /or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair /replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 10.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL- listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 10.4 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 6S1 specifications. The conduit shall have an extended 6" integral "bell' end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. F:\ Users \PBw\Shared \Contracts \FY10 -11 \Jamboree Rd Bridge widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROV610NS.doc 30 _t A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and a shall be manufactured from the same materials and manufacturing process as the conduit. The complete r system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduitshall be Carlon or Endot mode or approved equivalent 10.5 INSTALLATION ?R D s� All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduitshall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable /wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long- radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box orotherfield bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the some plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. F;\ users \Pew\ Snared \Contracts \PY10.11 \Jamboree Rd Bridge widening - SM C- 3724 \PS &E \CHAPTER 3- TRAPPIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 31 Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and otherforeign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 4S- degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors /cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 10.6 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand - cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or 11 Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be back-filled and compacted with native soil. F: \Users \PBW\ Shared \Contracts \FYIO II\Jam bores Rd Bridge Widening - SR73 C- 3724 \PS &E\CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 32 This page left intentionally blank 91 R f �p A V4 B i1 a e 3 11.0 PULL BOXES 11.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 11.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB 96), or pull box number 6 with extension (PB 46E), as noted on the Plans. PB#6 shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB 46E shall have nominal dimensions of 36 inch L x 24 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read 'TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read 'TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box 46 Lid Christy FL36T 96E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 11.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. F: \Users \PBw\ Shared \Conlracls \FY30.11 \Jamboree Rd Bridge Widening . SR73 C- 3729 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.do[ 33 Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable /wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. o j A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and /or replace damaged conduit or cable. Prior to repair /replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 11.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable Installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Sackfilling' of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. f:\ Users \PBW \Shared\Contracls \f Y�041 \Jamboree Rd eridge Widening - SA73 C-3724 \PS &E \CHAPTER 8-TRAFFIC SIGNAL SUPPLEMENTALSPECIAL MVISIONS.60C 34 F:\ Users \PSW \Shared \Contracts \fYIO.11 \Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 35 PI v� This page left intentionally blank 12.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid -state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86 -3 "Controller Assemblies" of the CALTRANS Specifications, and NEMA T52 -2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "O ", V ", and "R" aluminum cabinet powder - coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16- channel detector rack w/ BIU slot (minimum) • 8- 2- channel Detectors (minimum) or (16 channel max.) • Bus Interface Units— detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet 12.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2 - Latest release. 12.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 12.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two -year warranty. 12.4 CABINET STANDARDS 12.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "0 ", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052 -H32 0.125 -inch thick aluminum F:\ Users \PBW\ Shared \Contracts \FY10- 11vamboree Rd Bridge widening SR73 C- 3724 \PS &E \CHAPTER 3 TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 36 • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 a i • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. f All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548 -1 ( 02 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 12.4.2 SHELVES .1 Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C' mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "O" and "R" cabinets shall have three (3) shelves. 12.5 CABINET WIRING 12.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6 ". 12.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80- 1SO(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. 12.5.3 AIR FILTERASSEMBLY The cabinet Air Filter shall be a one -piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16 ") minimum. 12.5.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on /off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 12.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP- 300 -10 surge arrester. 12.5.6 POWER PANEL The Power Panel shall house the following equipment • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20-amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP- 300 -10 or equivalent surge arrester. • A 50 amp, 12S VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 1S amp, auxiliary breaker shall be provided. F: \U5er5 \PBW \Sha(ed \Contra Lts \FY1G.11\)ambotee Rd Bridge Wider.ng - SR73 C.3724 \95&E \CHAPTER 3 TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.d OC 37 12..5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA S -15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right coroner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 12.S.8 INSIDE Aux CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO /FLASH, STOP TIME and CONTROLLER POWER ON /OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase Ito 8 & peds). 12.5.9 2- POSITION A UTOIFLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 12.5.103 - POSITION AuTo /OFF /ON STOP TfME —SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO /FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 12.5.112 - POSITION CONTROLLER POWER ONIOFF— SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 12.5.12 POL ICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO /FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 12.5.132 - POSITION SIGNALS ON /Off SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 12.5.142 - POSITION Auro /FLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 12.5.15 CABL ES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 12,S.16COLOR CODING All cabinet wiring shall be color coded as follows: F:\ Users \PBW\ Shared \Contratts \FVln- 11Vamboree Rd Bridge Widening -SR73 C- 3724 \PS &E \CEiAPrER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.do[ W • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DCground(return), (logic ground) • Black = AC+ • White = AC- Green = Chassis 12.5.17MAIN -PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solderless connectors shall be used. Printed circuit boards shall Not be used on main panels. 12.5.18 FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 12.5.19DETECTOR RACK AND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 12.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 12.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 12.5.22 FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 12.6 CABINET EQUIPMENT 12.6.1 CONTROLLER UNIT Shall be an ASC /3 -2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 12.6.2 DETECTORS F: \Users \P8w \S hared \Contracts \FY1n- 71\Jamboree Rd Bridge Widening -SR73 C- 3724 \PS &E \CHAPTER 3-TWFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 39 I i o. .f 4j 1 �i I 9 m.� i I 1 Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G -68 and G -70 detectors shall be provided or approved equivalent. 12.6 -3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA T52 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 12.6.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all TS2 -1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 12.6.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA T52 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana lack test points for 24 VDC and logic ground shall also be provided. 12.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRAX central control system, The interface panel shall also contain wiring for door open and flash alarms. 12.6.7 POWER Bus ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 12.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemon model p S66M1 -50 and sub- base. 12.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS- 86 -1 /0 or City Approved Equal. All load sockets shall be equipped with a load switch. 12.6.1OFLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 12.6. 11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 12.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. 12.6.13 TESTING FACILITY F:\ Users \PBW \Shared \Cnntracts \ry1013\lamboree Rd Bridge Widening - SR73 C- 3724 \1>S &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 40 I f The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected f by the City Engineer. 12.6.14 EQUIPMENT TURN ON REQUIREMENTS r' An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. Y 9'# F:\ Users \PBW\ Shared \Contracts \FYIn -11 \jamboree Rd Bridge widening- SR73 CG3714 \PS &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTALSPECIAL PROVISIONSAOC 41 13.0 STANDARDS, STEEL PEDESTALS, AND POSTS 13.1 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment. The hardware shall be hot -dip galvanized or stainless steel as detailed. 13.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560 -C -3250 concrete prepared in accordance with the 2009 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures' of the State Standard Specifications. Non - conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. F:\ Users \PBW\Shared \Conva0s \FY10 -11 \Jamboree Rd Bridge Widening -SR73 C372n \PS &E \CHAPTER 3 TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 42 14.0 SERVICE ENCLOSURES 14.1 GENERAL Electrical service shall be modified Type III -CF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type III -CF Enclosures refer to State Standard Plan ES -2F for further details. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be t approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. F:\ Users \PBW\ Shared \COntraCIS \FV 1O-J1 \Jamboree Rd Bridge Widening - SR73 C- 3724 \P5 &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 43 15.0 VEHICLE SIGNAL FACES All vehicle indications /heads shall be furnished and replaced new, including mounting framework and hardware. All new vehicle indications shall be nominal 12 -inch diameter (3GO mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV-1 -T indications shall be furnished with bronze terminal compartments. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency- approved equal) terminal compartments. All new vehicle indications, visors, and back plates shall be structural plastic- Top openings of vehicle indications shall be sealed with neoprene gaskets. 15.1 LIGHT EMITTING DIODE SIGNAL MODULE All LED vehicle indications shall be Gelcore or Dialight (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED units installed. 15.2 PEDESTRIAN SIGNALS All Pedestrian indications /assemblies shall be furnished and replaced new, including mounting hardware. All pedestrian indications shall be new Gelcore or Dialight brand (or Agency approved equal) Type A (LED) with structural plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. F:\ Users \PB W \Snared \Contracts \FY10 -11 \Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 44 16.0 VEHICLE DETECTORS Loop wire shall be Type 2. Loop detector lead -in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. ) Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -SA and ES -SB and shall be Type E spaced ten feet apart, and shall extend one foot into the crosswalk. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. =p F;\ USerS\ PBW \S6ared\ContraUs \FV10- 11\Jambo,ee Rd Bridge Widening -SR73 C-3724\PS &E \CHAPTER 3-TRAPF IC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doC 45 o� 6 i 17.0 PEDESTRIAN PUSH BUTTON ASSEMBLIES All Pedestrian and bicycle push buttons /assemblies shall be furnished and replaced new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7 -1/2 ". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913 -L and STD -914 -L and shall be 5" x 7 -1/2 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register /Vol. 59, No. 117, Section 14.2.5). F: \Users \PB W \Shared \Contracts \FY 10 11 \Jamboree Rd Bridge Widening - SR73 C 3724 \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doc 46 �l e al t <4 This page left intentionally blank i I ni ig e1 18.0 LIGHTING 18.1 HIGH PRESSURE SODIUM LUMINAIRES Luminaires shall be the full- cutoff type. Glare shields are not required. Each luminaire shall be die -cast aluminum, (86- 6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 25OW OR 20OW (see plans) HIPS with light distribution M -C -3, approved equal, or as shown on the approved plans. 18.2 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86- 6.01A, "High Pressure Sodium Lamp Ballasts ", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on most arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down - opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door Shull be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -tens frame is opened." 18.3 LAG -TYPE REGULATOR BALLASTS Each lag -type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 1 For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 18.4 LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: F: \Users\PBW\ Shared \Contracts \FY1041 \Jamboree Rd Bridge Widening - SR73 C- 3724 \PS &E \CHAPTER 3-TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.d0C 47 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more o than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. S. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 18.5 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 18.6 INTERNALLY ILLUMINATED STREET NAME SIGNS .t All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. Sign legends shall be white on a green background. F: \users \PBW\Shared \Contracts \FV] D-11\)amboree Rd Bridge widening -SR73 C-3724 \PS &E \CHAPTER 3.TRAFFIC SIGNAL SUPPLE MENTALSPECIAL PROVISION S.doc 48 19.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre -empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 752 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available /full. The EVP system shall consist of the following components: • 3M Model 752 phase selector units, • 3M Model 760 rack (if required), • 3M Model 722 Optical Detector Units • 3M Model 138 Optical Detector Cable If non -3M Company Equipment is proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20, ODO vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at the date of signal turn -on. F:\ Users \PBW \Shared \Ccntracls \FYIU 11 \Jamboree Rd 8ridge Widening . SR73 C-372a \PS &E \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS.doe 49 K� 4'1 1 ( 20.0 BATTERY BACKUP SYSTEM i The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a E Nema system (shelf- mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: i i • Inverter /Charger (with RS232 port): 24J11 (NEMA) • Combined Manual Bypass Switch — 511016 • 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 i • All necessary hardware and interconnect wiring The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 20.1 BATTERY BACKUP CABINET Where BBS system is to be Installed on a Type "0" or "P ", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be P/N FCU104664 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. i s F;\ User S \PSW\Shared \Conlrao6 \FY10.11\l am boree Rd Bridge Widening - SR73 C- 3724 \PS 8eE \CHAPTER 3- TRAFFIC SIGNAL SUPPLEMENTAL SPECIAL PROVISIONS,do[ so VIDEO DETECTION MANUFACTURER'S SPECIFICATIONS A. Specification for a Modular (Multi or Single Camera) Video Detection System 1. General This specification sets forth the minimum requirements for a system that detects vehicles on a roadway using only video images of vehicle traffic. 1.1 System Hardware The video detection system (VDS) shall consist of up to four video cameras, a video detection processor (VDP) capable of processing from one to four video sources, output extension modules, video surge suppressors and a pointing device. 1.2 System Software The system shall include software that detects vehicles in multiple lanes using only the video image. Detection zones shall be defined using only an on -board video menu and a pointing device to place the zones on a video image. Up to 24 detection zones per camera view shall be available. A separate computer shall not be required to program the detection zones. 2. Functional Capabilities 2.1 Available System Configuration a. The VDS will be deployed at locations where site conditions and roadway geometry vary. The VDS system may also be deployed at locations where existing cabinets or equipment exist. Existing site configurations will dictate the availability of cabinet space and VDS usage. b. The proposed VDS shall be available in various configurations to allow maximum deployment flexibility. Each configuration shall have identical user interface for system setup and configuration. The communications protocol to each configuration shall be identical and shall be hardware platform independent. The proposed VDS shall have multiple configurations available for deployment as described in Table 1. 1 detector rack to provide open collector outputs. The extension module shall be connected to the VDP by an 8 -wire twisted -pair cable with modular connectors. VDP and EM communications shall be accommodated by methods using differential signals to reject electrically coupled noise. The extension module shall be available in both 2 and 4 channel configurations. EM configurations shall be programmable from the VDP. A separate 1/0 module with 32 outputs and 8 inputs using external wire harness for expanded flexibility shall also be available. 2.3 General System Functions a. Detection zones shall be programmed via an on board menu displayed on a video monitor and a pointing device connected to the VDP. The menu shall facilitate placement of detection zones and setting of zone parameters or to view system parameters. A separate computer shall not be required for programming detection zones or to view system operation. b. The VDP shall store up to three different detection zone patterns. The VDP can switch to any one of the three different detection patterns within 1 second of user request via menu selection with the pointing device. Each configuration shall be uniquely labeled and able to be edited by the user for identification. The currently active configuration indicator shall be displayed on the monitor. C. The VDP shall detect vehicles in real time as they travel across each detection zone. d. The VDP shall accept new detection patterns from an external computer through the EIA232 port when the external computer uses the correct communications protocol for downloading detection patterns. A Windows TPA -based software designed for local or remote connection and providing video capture, real -time detection indication and detection zone modification capability shall be provided with the system. e. The VDP system shall have the capability to automatically switch to any one of the stored configurations based on the time of day which shall be programmable by the user. f. The VDP shall send its detection patterns to an external computer through the EIA232 port when requested when the external computer uses the appropriate communications protocol for uploading detection patterns. M g. The VDP shall default to a safe condition, such as a constant call on each active detection channel, in the event of unacceptable interference or loss of the video signal. h. The system shall be capable of automatically detecting a low- visibility condition such as fog and respond by placing all defined detection zones in a constant call mode. A user - selected alarm output shall be active during the low- visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low- visibility condition no longer exists. 3. Vehicle Detection 3.1 Up to 24 detection zones per camera input shall be supported and each detection zone can be sized to suit the site and the desired vehicle detection region. 3.2 The VDP shall provide up to 24 open collector output channels per camera input using one or more extension modules. 3.3 A single detection zone shall be able to replace multiple inductive loops and the detection zones shall be OR'ed as the default or may be AND'ed together to indicate vehicle presence on a single phase of traffic movement. 3.4 Placement of detection zones shall be done by using only a pointing device, and a graphical interface built into the VDP and displayed on a video monitor, to draw the detection zones on the video image from each video camera. No separate computer shall be required to program the detection zones. 3.5 Up to 3 detection zone patterns shall be saved for each camera within the VDP memory. The VDP's memory shall be non - volatile to prevent data loss during power outages. 3.6 The activation of the detection zone pattern for current use shall be done through a local menu selection. It shall be possible to activate a detection zone pattern from VDP memory and have that detection zone pattern displayed within 1 second of activation. 3.7 When a vehicle is detected within a detection zone, the corners of the detection zone shall activate on the video overlay display to confirm the detection of the vehicle. 5 r2 ..i 3.8 Detection shall be at least 98% accurate in good weather conditions, with slight degradation possible under adverse weather conditions (e.g. rain, snow, or fog) which reduce visibility. Detection accuracy is dependent upon site geometry, camera placement, camera quality and detection zone location, and these accuracy levels do not include allowances for ° occlusion or poor video due to camera location or quality. i 3.9 The VDP shall provide dynamic zone reconfiguration (DZR). DZR enables "I normal operation of existing detection zones when one zone is being r added or modified during the setup process. The new zone configuration shall not go into effect until the configuration is saved by the operator. 3.10 Detection zone setup shall not require site specific information such as latitude and longitude to be entered into the system. 3.11 The VDP shall process the video input from each camera at 30 frames per second. Multiple camera processors shall process all video inputs simultaneously. 3.12 The VDP shall output a constant call during the background learning period of no more than 3 minutes. 3.13 Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend, and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 to 25.0 seconds. 3.14 Up to six detection zones per camera view shall have the capability to count the number of vehicles detected. The count value shall be internally stored for later retrieval through the EIA232 port. The zone shall also have the capability to calculate and store average speed and lane occupancy at bin intervals of 10 seconds, 20 seconds, 1 minute, 5 minutes, 15 minutes, 30 minutes and 60 minutes. 4. VDP and EM Hardware 4.1 The VDP and extension module (EM) shall be specifically designed to mount in a standard detector rack, using the edge connector to obtain power, provide contact closure outputs and accept logic inputs (e.g, delay /extend). No adapters shall be required to mount the VDP or EM in a standard detector rack. Detector rack rewiring shall not be required. The EM shall be available to avoid the need of rewiring the detector rack, by enabling the user to plug an extension module into the appropriate slot in the detector rack. The extension module shall be connected to the VDP 0 by an 8 -wire cable with modular connectors, and shall output contact closures in accordance with user selectable channel assignments. The EM is available in 2, 4, or 32 channel configurations. 4.2 Input Power The VDP and EM shall be powered by 12 or 24 volts DC. VDP and EM modules shall automatically compensate for either 12 or 24 VDC operation. VDP power consumption shall not exceed 7.5 watts. The EM power consumption shall not exceed 3 watts. 4.3 Input and Outputs The VDP and EM shall include detector input and output pin out compatibility with industry standard detector racks. The 32- channel EM shall accommodate inputs through a 15 -pin "D" connector and shall provide outputs through a 37 -pin "D" connector on the front panel. 4.4 Video Inputs VDPs shall include one, two or four BNC video input connections suitable for composite video inputs. The video input shall include a switch selectable 75 -ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. 4.5 Video Outputs The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices. 4.6 Operating Temperature The VDP shall operate satisfactorily in a temperature range from -34 °C to +74 °C and a humidity range from 0 %RH to 95 %RH, non - condensing as set forth in NEMA specifications. 4.7 Status Indicators The front face of the VDP shall contain indications, such as LED displays, to enable the user to view real time detections for each channel of detection when the system is operational. 4.8 Serial Communication Port 7 11 °'i The VDP shall include an EIA232 port for serial communications with a remote computer. This port shall be a 9 in "D" subminiature connector P P P i on the front of the VDP. t 4.9 On -board Memory The VDP shall utilize non - volatile memory technology to enable the loading of modified or enhanced software through the EIA232 port and without modifying the VDP hardware. , I. 4.10 Video Surge Suppression An Edco CX -06M video surge suppresser shall be provided for each video input. The surge suppresser shall be directly grounded to the cabinet v ground rod using 14 AWG minimum. ; a 5. Camera Sensor - i To accommodate deployment flexibility, two variations of the camera sensor shall be available from the VDS supplier. The VDS supplier shall offer a standard camera sensor that is compatible with the VDP. The supplier shall also offer an advanced camera sensor with different functional attributes to further ease installation and maintenance. 5.1 The following are the unique attributes that apply to the advanced camera sensor only. a. The advanced camera enclosure shall utilize Indium Tin Oxide (ITO) technology for the heating element of the front glass. The transparent coating shall not impact the visual acuity and shall be optically clear. b. Cable terminations at the camera for video and power shall not require crimping or special tools. The video termination shall only require a coax stripper and a screw driver. No connectors (e.g. BNC) shall be required. The power termination shall only require a standard wire stripper and screw driver. C. The camera sensor shall allow the user to set the focus and field of view either at the camera sensor or from the controller cabinet. Camera sensor control from the controller cabinet shall communicate over the coaxial cable. No additional wires shall be required. 13 5.2 The video cameras used for traffic detection shall be furnished by the VDS supplier and shall be qualified by the supplier to ensure proper system operation. 5.3 The camera shall produce a useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range from nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux. 5.4 The camera shall be digital signal processor (DSP) based and shall use a sensing element and shall output color video with resolution of not less than 470 TV lines. The imager shall have a minimum effective area of 768(h) x 494(v) pixels. 5.5 The camera shall include an electronic shutter control based upon average scene luminance and shall be equipped with an auto -iris lens that operates in tandem with the electronic shutter. 5.6 The imager luminance signal -to -noise ratio (S /IV) shall be more than 50 dB. 5.7 The camera shall utilize automatic white balance. 5.8 The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening up the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. 5.9 The horizontal field of view shall be adjustable from 5.4 to 50.7 degrees minimum. A single camera configuration shall be used for all approaches in order to minimize the setup time and spares required by the user. 5.10 The lens shall also have an auto -focus feature with a manual override to facilitate ease.of setup. 5.11 The camera shall incorporate the use of preset positioning that store zoom and focus positioning information. The camera shall have the capability to recall the previously stored preset upon application of power. 5.12 The camera electronics shall employ automatic gain control (AGC) to produce a satisfactory image at night. 5.13 The camera shall be housed in a weather -tight sealed enclosure. The enclosure shall be made of 6061 anodized aluminum. The housing shall W be field rotatable to allow proper alignment between the camera and the traveled road surface. 5.14 The enclosure shall be design so that the pan, tilt and rotation of the camera assembly can be accomplished independently without affecting the other settings. i 5.15 The glass face on the front of the enclosure shall have an anti - reflective ° coating to minimize light and image reflections. e 5.16 The camera enclosure shall be equipped with a sunshield. The sunshield shall include a provision for water diversion to prevent water from flowing J in the camera's field of view. The camera enclosure with sunshield shall be less than 6" diameter, less than 18" long, and shall weigh less than 6 ° pounds when the camera and lens are mounted inside the enclosure, 5.17 The camera enclosure shall include a proportionally controlled heater to assure proper operation of the camera system at low temperatures and prevent moisture condensation on the optical faceplate of the enclosure. 5.18 When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature range from -34 °C to +60 °C and a humidity range from 0% RH to 100% RH. 5.19 The camera shall be powered by 120 -240 VAC 50/60 Hz. Power consumption shall be 45 watts or less under all conditions. 5.20 Recommended camera placement height shall be 33 feet (or 10 meters) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 350 feet for reliable detection (height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be unobstructed and as noted in the installation documentation provided by the supplier. 5.21 The camera enclosure for the standard camera sensor shall be equipped with separate, weather -tight connections for power and video cables at the rear of the enclosure. These connections may also allow diagnostic testing and viewing of video at the camera while the camera is installed on a mast arm or pole using a lens adjustment module (LAM) supplied by the VDS supplier. Video and power shall not be connected within the same connector. J 10 5.22 The video signal output by the camera shall in accordance with NTSC and PAL format standards and shall be able to transmit VDP- usable video signals up to 1000 feet. 5.23 The video signal shall be fully isolated from the camera enclosure and power cabling. 6. Installation 6.1 The coaxial cable to be used between the camera and the VDP in the traffic cabinet shall be Belden 8281. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. BNC plug connectors shall be used where applicable. The coaxial cable, BNC connector, and crimping tool shall be approved by the supplier of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection. 6.2 The power cabling shall be 16 AWG three - conductor cable with a minimum outside diameter of 0.325 inch and a maximum diameter of 0.490 inch. The cabling shall comply with the National Electric Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary. 6.3 The video detection camera shall be installed by factory- certified installers as recommended by the supplier and documented in installation materials provided by the supplier. Proof of factory certification shall be provided. 7. Limited Warranty 7.1 The supplier shall provide a limited three -year warranty on the video detection system. 7.2 During the warranty period, technical support shall be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support shall be available from factory - certified personnel or factory- certified installers. 7.3 During the warranty period, updates to VDP software shall be available from the supplier without charge. 8. Maintenance and Support 8.1 The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be available for delivery within 30 days of placement of an acceptable order at the supplier's then current pricing and terms of sale for said parts. 11 of t I 8.2 The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's then current pricing and terms of sale for on site technical support services. 8.3 Installation or training support shall be provided by a factory- authorized representative and shall be a minimum IMSA -Level II Traffic Signal Technician certified, 8.4 All product documentation shall be written in the English language. B. Specification for a TS2 Interface Module (Integrated Bus Interface Module (BIU) and Video Detection Communication Module) 1. General This specification sets forth the minimum requirements for a full- function BIU and integrated video detection communication module. The module shall provide outputs to the controller of vehicle calls from video processors and other modules (e.g. loop amplifiers) that reside within the detector rack. 2. Functional Capabilities The module shall have the capability of monitoring phase information and passing that information and other system data such as "time" from the controller to video detection processor modules. The module shall also accept data from video processor modules and relay the information to the controller. The unit shall provide a maximum of 64 detector outputs to the controller via the SDLC interface. The module shall reside in a NEMA TS -2 BIU slot of a detector rack to maximize the use of detector slots for video detection processor modules. The module shall interface with up to 4 video processor modules. 3.0 Requirements :.f The module shall be in compliance with the following industry specifications: 12 �f M Transportation Electrical Equipment Specifications (TEES), August 16, 2002 (or latest edition), California Department of Transportation NEMA Standard Publication TS 1 -1989 (or latest edition), Traffic Control Systems, National Electrical Manufacturers Association NEMA Standard Publication TS 2 -2003, Traffic Controller Assemblies With NTC/P Requirements, Version 02.06 (or latest edition), National. Electrical Manufacturers Association 3.1 Data Interfaces The module shall have three data interfaces: • The interface to the controller shall be accomplished by the use of the TS- 2 SDLC port and protocol in accordance with the TS -2 specifications. The module shall be able to be configured to respond to BIU addresses 8, 9, 10 and 11 or a combination thereof. • The interface with the detector rack shall use discrete logic inputs and outputs as defined in the TS -2 specifications for 1311-l's. • The interface to communicate with card rack video detection processors shall be manufacturer specific. 3.2 User Interface 3.2.1 General The module shall be self- initiating upon application of power or upon power -on reset via the reset button. The operational user interface shall be limited to those items on the front panel and shall not require a video monitor, mouse (pointing device) or computer attached directly to the module. 3.2.2Reset Button A manual single pole single throw (SPST) reset push button shall be provided to the user to conduct a power -on reset of the module. The depression of the reset button shall not cause the MMU to go into "intersection flash" mode. The reset button shall be accessible from the front panel. 3.2.3System Indicators High intensity LED indicators shall be used. The LED devices shall be clear when not lit and high intensity when lit. The indicators shall be "ON" for the active state and "OFF" for the inactive state. 3.2.4SDLC Communication Indicators One LED indicator shall be provided for the TS -2 SDLC interface. The indicator shall be used to inform the user of any communication activity on the TS -2 port. 13 s� 3.2.513letector Output Indicators LED indicators on the module representing the current status of the 64 output i channels shall be provided. An illuminated LED indicator shall represent a "call' status, and a non - illuminated LED indicator shall represent a "no- call' status. 4 a 3.3 Primary Power Interface ' Power requirements of the module shall meet the requirements defined in the TS -2 specifications for BIU modules. The module shall require a normal supply 6 voltage of 24 VDC + 2 VDC. A voltage of 16 VDC or less shall be considered loss of power and a voltage of 18 VDC or more shall be considered adequate for operation. r The plug -in card shall be design for "hot swapping' ' in other words designed so dl that the unit is not damaged by insertion to or removal from a powered rack. '1 3.4 Environmental Requirements The unit shall operate within the environmental limits identified in the NEMA TS -2 specifications. The module shall be designed and tested to meet the environmental requirements specified in the TS -2 specifications. 4. Mechanical 4.1 System Form Factor The physical form factor of the module shall be in accordance with NEMA TS -2 BIU form factor requirements as specified in the TS -2 specifications. 4.2 Accessibility All interface cables and display indicators shall be on the front of the unit for easy access. 4.3 Material and Construction The module front panel shall be aluminum and shall be designed for ease of manufacturability. All ferrous metal parts shall be protected against corrosion. All materials shall be moisture and fungus resistant. 4.4 Printed Circuit Boards Printed circuit boards shall meet the requirements of the TS -2 specifications. 4.5 Connectors Input and output connectors shall be provided with locking mechanisms that eliminate accidental extraction of interface cables. S. Limited Warranty 5.1 The supplier shall provide a limited three -year warranty on the module. See supplier's standard warranty included in the Terms and Conditions of Sale documentation. 14 5.2 During the warranty period, technical support shall be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support shall be available from factory- certified personnel or factory- certified installers. 6. Maintenance and Support 6.1 The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be available for delivery within 30 days of placement of an acceptable order at the supplier's then current pricing and terms of sale for said parts. 6.2 The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's then current pricing and terms of sale for on site technical support services. 6.3 Installation or training support shall be provided by a factory- authorized representative. 6.4 All product documentation shall be written in the English language. C. Specification for a 10 -inch Diagonal Rack Mount LCD Monitor 1. General This specification sets forth the minimum requirements for a 10 -inch LCD color video monitor for use of monitoring video detection video. 2. Functional Capabilities 2.1 The 10.4 -inch diagonal color LCD monitor shall be housed in an aluminum enclosure capable of standing on its own on a shelf. 2.2 The monitor shall have features that limit the monitor from sliding on the shelf (i.e, rubberized feet). 2.3 The LCD panel shall be industrial grade (Grade A) and employ thin film transistor (TFT) technology. 2.4 The LCD panel shall have a high contrast ratio of 300:1 typical. 15 2.5 The LCD panel shall have a brightness level of 350 cd per square meter minimum. `t 2.6 The LCD panel shall have support computer resolution up to 640 pixels (horizontal) x 480 pixels (vertical). 2.7 The LCD panel shall support both NTSC and PAL video formats and shall be auto - sensing. 2.8 The LCD panel shall support 16.2 million display colors. 2.9 The typical pixel rise time shall be 25 milliseconds. The typical pixel fall time shall be 40 milliseconds. 2.10 The LCD panel shall have a pixel pitch of 0.330 (horizontal) x 0.330 (vertical) millimeters minimum. ,A 2.11 The minimum viewing angle shall be 70 degrees horizontally and 40 degrees up and 70 degrees down, vertically. 2.12 The on screen display (OSD) shall enable control of brightness, contrast, color, horizontal and vertical positioning. 2.13 The LCD panel shall support VGA analog RGB, and composite video interfaces. 2.14 The monitor system shall be able to operate from 110 VAC or 220 VAC, 50 or 60 Hz. 2.15 The monitor system shall be FCC, UL and CE approved. 2.16 The monitor system shall operate between -10 and 60 degrees Celsius, 90% non - condensing. 3. Physical Characteristics 3.1 The monitor system shall be 266.2mm x 213.3mm x 56 mm (10.48 x 8.39 x 2.20 in.) (W x H x D). 3.2 The monitor system shall weigh no more than 2.38 kg (1.1 pounds). 3.3 The monitor shall facilitate the use of 100/75 VESA standard mounting brackets. 16 Q�eWPO.? CITY OF NEWPORT BEACH City Council Staff Report Agenda Item No. 7 March 8. 2011 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department BY THE CIiY COUNCIL Stephen G. Badum, Public Works Director CRY OF NEWPORT BEACH 949-644-3311, sbadum@newportbeachca. o 1`Ir.? i.l :j LUPI PREPARED BY: Andy Tran, P.E. /G( APPROVED: 6-«i/1 \ TITLE: JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73 - AWARD OF CONTRACT NO. 3724 ABSTRACT: This project involves widening the west side of Jamboree Road between Bayview Way and MacArthur Boulevard to accommodate one additional through lane in each travel direction. The additional lanes will increase vehicular capacity, and reduce congestion/delay. Staff has now received construction bids for the Jamboree Road Bridge Widening Project and is requesting City Council's approval to award the work to Beador Construction Company. RECOMMENDATIONS: 1. Approve the project plans and specifications. 2. Award Contract No. 3724 to Beador Construction Company for the total bid price of $3,194,703 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $320,000 (approximately 10%) to cover the cost of unforeseen work not included in the original contract. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funding for the award of this contract. The following funds will be expensed: Jamboree Road Bridge Widening Over State Route 73 - Award of Contract No. 3724 March 08, 2011 Page 2 Account Description Measure M Competitive (C) Transportation and Circulation Proposed uses are as follows: Account Number 7284-C5100784 7261-C5100784 Total: Amount $ 951,400.00 $ 2,563,303.00 $ 3,514,703.00 Vendor Purpose Amount Beador Construction Company Construction Contract $ 3,194,703.00 Beador Construction Company Construction Contingency $ 320,000.00 Total: $ 3,514,703.00 DISCUSSION: At 10:00 a.m. on February 8, 2011, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $3,194,703.00 $3,262,364.00 $3,311,340.00 $3,418,039.00 $3,758,219.00 $4,491,024.50 AS BID AMOUNT $3,194,700.00 $3,799,403.00 $4,425,474.50 The low total bid amount is 17 percent below the Engineer's Estimate of $3,849,089.00. The difference between the low total bid amount and the Engineer's Estimate is attributed to the favorable bidding climate. The low bidder, Beador Construction Company, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates that they have satisfactorily completed similar projects for other municipalities. Pursuant to the Contract Specifications, the Contractor will have 280 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (Existing Facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. BIDDER Low Beador Construction Co. 2nd Ortiz Enterprises, Inc.- nca3`d 3'd Griffith Company 4th MCM Construction 5th KEC Engineering 6th Metro Builders TOTAL BID AMOUNT $3,194,703.00 $3,262,364.00 $3,311,340.00 $3,418,039.00 $3,758,219.00 $4,491,024.50 AS BID AMOUNT $3,194,700.00 $3,799,403.00 $4,425,474.50 The low total bid amount is 17 percent below the Engineer's Estimate of $3,849,089.00. The difference between the low total bid amount and the Engineer's Estimate is attributed to the favorable bidding climate. The low bidder, Beador Construction Company, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates that they have satisfactorily completed similar projects for other municipalities. Pursuant to the Contract Specifications, the Contractor will have 280 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (Existing Facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Jamboree Road Bridge Widening Over State Route 73 - Award of Contract No. 3724 March 08, 2011 Page 3 NOTICING: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be notified by the contractor prior to the start of construction. Submitted by: Public A. Project Location Map , z DI W � A 4 U = U C P� �O 9,Q/STOP Q O .QTy e��ST01 0 S,OGT �P� o O P F P_ Sw W N BAYVIEW r� WAV � e PROJECT LOCATION E d JAMBOREE RD. BRIDGE WIDENING cin of NEWPORT BEACH PUBLIC WORKS DEPARTMENT LOCATION MAP DATE SCALE SHEET a XX XX XX N.T.S. X OF XX 5 DRAWN TJM C-3724 R-X)O(X-S