1715-12 little fuller road bid book website

183
State of California County of Tuolumne Community Resources Agency July 2020 Notice to Bidders, Special Provisions, Proposal, and Contract (Bid Book) Emergency Storm Damage Repair Construction on Little Fuller Road Contract No. 1715-12 For use in connection with State of California Department of Transportation Standard Specifications and Standard Plans dated 2015, Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. For an electronic version of this document, go to: http://www.tuolumnecounty.ca.gov (Click on “Bids, RFP’s & RFQ’s” in the Business section) Copy No.

Upload: others

Post on 12-Apr-2022

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1715-12 Little Fuller Road Bid Book Website

State of California

County of Tuolumne

Community Resources Agency

July 2020

Notice to Bidders, Special Provisions,

Proposal, and Contract (Bid Book)

Emergency Storm Damage Repair Construction on Little Fuller

Road

Contract No. 1715-12

For use in connection with State of California Department of Transportation

Standard Specifications and Standard Plans dated 2015,

Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished.

For an electronic version of this document, go to: http://www.tuolumnecounty.ca.gov

(Click on “Bids, RFP’s & RFQ’s” in the Business section)

Copy No.

Page 2: 1715-12 Little Fuller Road Bid Book Website
Page 3: 1715-12 Little Fuller Road Bid Book Website

Table of Contents i

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

TABLE OF CONTENTS

TABLE OF CONTENTS ............................................................................................................................... i

NOTICE TO BIDDERS ............................................................................................................................... 1

STANDARD PLANS LIST .......................................................................................................................... 5

DIVISION I GENERAL PROVISIONS ...................................................................................................... 8

SECTION 1 GENERAL ............................................................................................................................... 8

SECTION 2 BIDDING ............................................................................................................................... 10

SECTION 3 CONTRACT AWARD AND EXECUTION ......................................................................... 15

SECTION 4 SCOPE OF WORK ................................................................................................................ 19

SECTION 5 CONTROL OF WORK.......................................................................................................... 22

SECTION 6 CONTROL OF MATERIALS ............................................................................................... 29

SECTION 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ................................... 31

SECTION 8 PROSECUTION AND PROGRESS ..................................................................................... 41

SECTION 9 PAYMENT ............................................................................................................................ 43

DIVISION II GENERAL CONSTRUCTION ............................................................................................ 49

SECTION 10 GENERAL ........................................................................................................................... 49

SECTION 11 WELDING ........................................................................................................................... 49

SECTION 12 TEMPORARY TRAFFIC CONTROL ................................................................................ 49

SECTION 13 WATER POLLUTION CONTROL .................................................................................... 50

SECTION 14 ENVIRONMENTAL STEWARDSHIP .............................................................................. 53

SECTION 15 EXISTING FACILITIES ..................................................................................................... 53

SECTION 16 TEMPORARY FACILITIES ............................................................................................... 53

DIVISION III EARTHWORK AND LANDSCAPE ................................................................................. 54

SECTION 17 GENERAL ........................................................................................................................... 54

SECTION 18 DUST PALLIATIVES ......................................................................................................... 54

SECTION 19 EARTHWORK .................................................................................................................... 54

SECTION 20 LANDSCAPE ...................................................................................................................... 55

SECTION 21 EROSION CONTROL......................................................................................................... 55

SECTION 22 FINISHING ROADWAY .................................................................................................... 55

DIVISION IV SUBBASES AND BASES ................................................................................................. 57

SECTION 23 GENERAL ........................................................................................................................... 57

SECTION 24 STABILIZED SOILS........................................................................................................... 57

SECTION 25 AGGREGATE SUBBASES ................................................................................................ 57

SECTION 26 AGGREGATE BASES ........................................................................................................ 57

SECTION 27 CEMENT TREATED BASES ............................................................................................. 58

SECTION 28 CONCRETE BASES ........................................................................................................... 58

SECTION 29 TREATED PERMEABLE BASES ..................................................................................... 58

SECTION 30 RECLAIMED PAVEMENT ................................................................................................ 58

SECTIONS 31-35 RESERVED.................................................................................................................. 58

DIVISION V SURFACING AND PAVEMENTS ..................................................................................... 59

SECTION 36 GENERAL ........................................................................................................................... 59

SECTION 37 BITUMINOUS SEALS ....................................................................................................... 59

SECTION 38 RESERVED ......................................................................................................................... 59

SECTION 39 ASPHALT CONCRETE ...................................................................................................... 59

SECTION 40 CONCRETE PAVEMENT ................................................................................................ 130

SECTION 41 EXISTING CONCRETE PAVEMENT............................................................................. 130

SECTION 42 GROOVE AND GRIND CONCRETE .............................................................................. 130

SECTIONS 43-44 RESERVED................................................................................................................ 130

DIVISION VI STRUCTURES ................................................................................................................. 131

Page 4: 1715-12 Little Fuller Road Bid Book Website

Table of Contents ii

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 45 GENERAL ......................................................................................................................... 131

SECTION 46 GROUND ANCHORS AND SOIL NAILS ...................................................................... 131

SECTION 47 EARTH RETAINING SYSTEMS ..................................................................................... 131

SECTION 48 TEMPORARY STRUCTURES ......................................................................................... 131

SECTION 49 PILING ............................................................................................................................... 131

SECTION 50 PRESTRESSING CONCRETE ......................................................................................... 132

SECTION 51 CONCRETE STRUCTURES ............................................................................................ 132

SECTION 52 REINFORCEMENT .......................................................................................................... 132

SECTION 53 SHOTCRETE ..................................................................................................................... 132

SECTION 54 WATERPROOFING.......................................................................................................... 132

SECTION 55 STEEL STRUCTURES ..................................................................................................... 133

SECTION 56 OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES ............................... 133

SECTION 57 WOOD AND PLASTIC LUMBER STRUCTURES ........................................................ 133

SECTION 58 SOUND WALLS ............................................................................................................... 133

SECTION 59 STRUCTURAL STEEL COATINGS ............................................................................... 133

DIVISION VII DRAINAGE FACILITIES .............................................................................................. 135

SECTIONS 62-63 RESERVED................................................................................................................ 135

SECTION 64 PLASTIC PIPE .................................................................................................................. 135

SECTION 65 CONCRETE PIPE ............................................................................................................. 135

SECTION 66 CORRUGATED METAL PIPE ........................................................................................ 135

SECTION 67 STRUCTURAL PLATE CULVERTS............................................................................... 136

SECTION 68 SUBSURFACE DRAINS .................................................................................................. 136

SECTION 69 OVERSIDE DRAINS ........................................................................................................ 136

SECTION 70 MISCELLANEOUS DRAINAGE FACILITIES .............................................................. 136

SECTION 71 EXISTING DRAINAGE FACILITIES ............................................................................. 136

DIVISION VIII MISCELLANEOUS CONSTRUCTION ....................................................................... 138

SECTION 72 SLOPE PROTECTION ...................................................................................................... 138

SECTION 73 CONCRETE CURBS AND SIDEWALK ......................................................................... 138

SECTION 74 PUMPING EQUIPMENT AND CONTROLS .................................................................. 138

SECTION 75 MISCELLANEOUS METAL ............................................................................................ 138

SECTION 76 WELLS .............................................................................................................................. 139

SECTION 77 LOCAL INFRASTRUCTURE .......................................................................................... 139

SECTION 78 INCIDENTAL CONSTRUCTION .................................................................................... 139

SECTION 79 RESERVED ....................................................................................................................... 139

SECTION 80 FENCES ............................................................................................................................. 139

DIVISION IX TRAFFIC CONTROL DEVICES .................................................................................... 140

SECTION 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES ................................................... 140

SECTION 82 SIGNS AND MARKERS .................................................................................................. 140

SECTION 83 RAILINGS AND BARRIERS ........................................................................................... 140

SECTION 84 MARKINGS ...................................................................................................................... 140

SECTION 85 RESERVED ....................................................................................................................... 141

DIVISION X ELECRICAL WORK ......................................................................................................... 142

SECTION 86 GENERAL ......................................................................................................................... 142

SECTION 87 ELECTRICAL SYSTEMS ................................................................................................ 142

SECTION 88 RESERVED ....................................................................................................................... 142

DIVISION XI MATERIALS .................................................................................................................... 143

SECTION 89 AGGREGATE ................................................................................................................... 143

SECTION 90 CONCRETE ....................................................................................................................... 143

SECTION 91 PAINT ................................................................................................................................ 143

SECTION 92 ASPHALT BINDERS ........................................................................................................ 144

SECTION 93 RESERVED ....................................................................................................................... 144

Page 5: 1715-12 Little Fuller Road Bid Book Website

Table of Contents iii

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 94 ASPHALTIC EMULSIONS .............................................................................................. 144

SECTION 95 EPOXY .............................................................................................................................. 144

SECTION 96 GEOSYNTHETICS ........................................................................................................... 144

SECTIONS 97-98 RESERVED................................................................................................................ 144

DIVISION XII BUILDING CONSTRUCTION ...................................................................................... 146

PROPOSAL .............................................................................................................................................. 148

EXHIBIT A BID SCHEDULE ............................................................................................................. 150

LIST OF SUBCONTRACTORS .......................................................................................................... 152

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ........................................................ 153

SMALL BUSINESS STATUS ............................................................................................................. 153

PUBLIC CONTRACT CODE .............................................................................................................. 154

PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ..................................................... 154

PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ................................................ 154

PUBLIC CONTRACT SECTION 10232 STATEMENT .................................................................... 155

NONCOLLUSION DECLARATION .................................................................................................. 155

PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION ........................................ 156

NONLOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS ...................................... 157

DISCLOSURE OF LOBBYING ACTIVITIES ................................................................................... 158

INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES

.............................................................................................................................................................. 159

ADDENDA ACKNOWLEDGMENT .................................................................................................. 160

SECURITY ........................................................................................................................................... 160

DEBARMENT AND SUSPENSION CERTIFICATION .................................................................... 160

LIST OF PRINCIPALS ........................................................................................................................ 161

COUNTY OF TUOLUMNE BIDDER’S BOND ................................................................................. 162

CONTRACT ............................................................................................................................................. 164

PERFORMANCE BOND ..................................................................................................................... 168

PAYMENT BOND ............................................................................................................................... 170

MAINTENANCE WARRANTY BOND ............................................................................................. 172

APPENDIX A CALTRANS REVISED STANDARD SPECIFICATIONS ........................................... 174

APPENDIX B PROJECT PLANS ........................................................................................................... 176

Page 6: 1715-12 Little Fuller Road Bid Book Website

Table of Contents iv

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

THIS PAGE INTENTIONALLY LEFT BLANK

Page 7: 1715-12 Little Fuller Road Bid Book Website

Notice to Bidders 1

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

NOTICE TO BIDDERS

NOTICE IS HEREBY GIVEN THAT sealed bids will be received in the office of the Tuolumne

County Department of Public Works at the A.N. Francisco Building, Third Floor, 48 West Yaney

Avenue, (mail: 2 South Green Street) Sonora, California 95370 until 2:00 p.m. on August 6, 2020

(“Bid Date”) after which said bids will be publicly opened and read in the Third Floor Conference

Room at 48 West Yaney Avenue, in accordance with the contract documents referred to as:

Emergency Storm Damage Repair for Construction on Little Fuller Road

Contract No. 1715-12

Any bid received after the time and date listed above will be returned unopened. Bids are required

for the entire work described in accordance with the provisions of the contract documents on the

proposal forms furnished therein, and in accordance with these Special Provisions and with the

Standard Specifications and Standard Plans published by the State of California Department of

Transportation (Caltrans), dated 2015.

DESCRIPTION OF WORK: The work to be done consists, in general, of replacing existing storm

damaged culvert and concrete headwall and associated roadway repairs.

The Engineer’s Estimate for this project is $861,000

PRE-BID INFORMATION AND COMMUNICATIONS: A mandatory pre-bid meeting will be

scheduled on July 28, 2020 at 9:00 a.m. in the A.N. Francisco Building, Third Floor Conference

Room, located at 48 Yaney Avenue, Sonora, California. Bidders shall address any questions in

writing to the County. The County will post the questions received, along with written responses, to

the County website, www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business

Section). It is the responsibility of the bidder to check the County website to review the

questions and responses. Except for questions that might render the award of this contract invalid,

the County will not respond to any questions submitted five days prior to the Bid Date. Any oral

responses to questions are not binding on the County. Any communications relative to this project

should be directed in writing to:

Blossom Scott-Heim, P.E.

Department of Public Works

2 South Green Street

Sonora, CA 95370

[email protected]

CONTRACT DOCUMENTS: Plans, specifications, proposal forms, and reduced plans for bidding

this project may be examined or obtained at the Department of Public Works at the A.N. Francisco

Building, Third Floor, 48 West Yaney Avenue, (mail: 2 South Green Street) Sonora, California

95370 until 9:00 a.m. - 12:00 p.m. and 1:00 p.m. – 3:00 p.m. Monday through Thursday or by

calling 209-533-5601. A non-refundable charge of $25.00will be made for each set of specifications

and half size plans.

Page 8: 1715-12 Little Fuller Road Bid Book Website

Notice to Bidders 2

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

For an electronic version of this Bid Book, go to: http://www.tuolumnecounty.ca.gov (Click on

“Bids, RFP’s & RFQ’s” in the Business section). Bidders must submit bids on proposal forms

purchased from the County of Tuolumne Department of Public Works.

UNFAIR ADVANTAGE: No contractor which has provided design services for a project shall be

eligible to submit a proposal for the contract to construct the project or to subcontract for any portion

of the work. The County reserves the right to determine eligibility on a case-by-case basis.

COMPLETION OF WORK: The Bidder is referred to Section 8, “Prosecution and Progress,” of

these Special Provisions which allows Fifty (50) working days for completion of the work.

Liquidated damages of Three Thousand Five Hundred dollars ($3,500) per calendar day will be

assessed for each day of delay in completion of the work.

QUANTITY OF WORK: The quantities shown in the proposal forms are approximate only and

given as a basis for the comparison of bids. The County of Tuolumne does not expressly or by

implication assert that the actual amount of work will correspond herewith and reserves the right to

increase or decrease the amount of any portion of the work or to omit portions of the work as may be

deemed necessary.

BID SECURITY: All bids shall be accompanied by cash or a certified or cashier’s check payable to

the order of the County of Tuolumne amounting to ten percent (10%) of the bid or a bond in said

amount payable to the County as liquidated damages. Said amount shall be retained by, or said bond

shall become payable to, the County if the bidder depositing same does not, within ten (10) working

days after written notice that the contract has been awarded to it, enter into a contract with the

County.

BONDS: The successful bidder shall furnish a payment bond and a performance bond, each in the

amount of one hundred (100) percent of the contract price, and a maintenance warranty bond in an

amount equal to twenty five (25) percent of the contract price.

ADDENDUMS TO BID DOCUMENTS: The Engineer may issue addendums to the project plans

and specifications as he deems necessary to modify the project documents prior to opening of bids.

Addendums will be in writing and may modify the content of the project documents as well as the

date that bids are accepted by the County. The County will post any issued addenda to the County

website, www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business Section). It

is the responsibility of the bidder to check for any addenda.

LOCAL VENDORS: The County encourages bidders to consider using local vendors when putting

together their proposals. Be advised that the inclusion or exclusion of local vendors will not be taken

into consideration when the County reviews the submitted bid proposals.

CONTRACTOR LICENSE REQUIRED: The successful bidder, before contract award, shall

possess a current Class A or C12 Contractor license issued by the State of California Licensing

Board. Failure of the bidder to obtain the required license before award of the contract shall

Page 9: 1715-12 Little Fuller Road Bid Book Website

Notice to Bidders 3

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

constitute a failure to execute the contract and shall result in the forfeiture of the security of the

bidder.

NON-DISCRIMINATION: The contractor, sub recipient or subcontractor shall not discriminate on

the basis of race, color, national origin, or sex in the performance of this contract. The contractor

shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-

assisted contracts. Failure by the contractor to carry out these requirements is a material breach of

this contract, which may result in the termination of this contract or such other remedy as the

recipient deems appropriate.

WAGE RATES: Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in

the County in which the work is to be done have been determined by the Director of the California

Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates

for this project, available at the County of Tuolumne Community Resources Agency and available

from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov.

The Federal minimum wage rates for this project as predetermined by the United States Secretary of

Labor are available at http://www.dot.ca.gov/hq/esc/oe/federal-wages. Addenda to modify the

Federal minimum wage rates, if necessary, will be issued to holders of the contract documents.

Future effective general prevailing wage rates which have been predetermined and are on file with

the California Department of Industrial Relations are referenced but not printed in the general

prevailing wage rates.

Attention is directed to the Federal minimum wage rate requirements in the Bid Book. If there is a

difference between the minimum wage rates predetermined by the Secretary of Labor and the

general prevailing wage rates determined by the Director of the California Department of Industrial

Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less

than the higher wage rate. The County will not accept lower State wage rates not specifically

included in the Federal minimum wage determinations. This includes “helper” (or other

classifications based on hours of experience) or any other classification not appearing in the Federal

wage determinations. Where Federal wage determinations do not contain the State wage rate

determination otherwise available for use by the Contractor and subcontractors, the Contractor and

subcontractors shall pay not less than the Federal minimum wage rate which most closely

approximates the duties of the employees in question.

DIR REGISTRATION AND NOTICE: To be qualified to bid on, be listed in a bid proposal or

engage in the performance of any public work contract subject to Labor Code section 1720,

contractors and subcontractors must be registered with the Department of Industrial Relations.

Please see http://www.dir.ca.gov/Public-Works/PublicWorks.html for more information. No contract

will be entered into without proof of the contractor’s and subcontractors’ current registration with

the Department of Industrial Relations to perform public work. If awarded a contract, the bidder and

its subcontractors, of any tier, shall maintain active registration with the Department of Industrial

Relations for the duration of the project.

Page 10: 1715-12 Little Fuller Road Bid Book Website

Notice to Bidders 4

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

This project is subject to compliance monitoring and enforcement by the Department of Industrial

Relations. Each contractor and subcontractor must furnish certified payroll records to the Labor

Commissioner at least monthly.

The County is required to provide notice to DIR of any public work contract subject to prevailing

wages within thirty (30) days of the award.

BUY AMERICA REQUIREMENT: Attention is directed to the “Buy America” requirements of

Title 23 United States Code, Section 313 and the regulations adopted pursuant thereto.

PAYMENT RETENTION: Upon the Contractor’s request, the County will make payment of funds

withheld from progress payments, pursuant to the requirements of Public Contract Code section

22300 if the Contractor deposits, in escrow with the County Treasurer or with a bank acceptable to

the County, securities eligible for the investment of State of California funds under Government

Code section 16430 or bank or savings and loan certificates of deposit in accordance with the

conditions of the Special Provisions.

AWARD OF CONTRACT: The award of the contract, if it is to be awarded, will be to the lowest

responsible bidder whose proposal complies with all the requirements prescribed and who has met

the goal for DBE participation or has demonstrated to the satisfaction of the County, good faith

effort to do so. Such award, if made, will be made within sixty (60) days after the opening of the

proposals, unless an extension is agreed to by the lowest responsible bidder. The award of the

contract will be subject to the availability of funds. The County of Tuolumne reserves the right to

reject any or all bids and to waive any irregularities in the bidding.

BID RIGGING: The U.S. Department of Transportation (DOT) provides a toll-free hotline 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 24 hours 7 days a week

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.

Kim MacFarlane

Kim MacFarlane

Public Works Director

Dated: July 21, 2020

Published: July 24, 2020

Page 11: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 5

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

STANDARD PLANS LIST

The standard plan sheets applicable to this Contract include those listed below.

The applicable revised standard plans (RSPs) listed below are included in the

Information Handout.

ABBREVIATIONS, LINES, SYMBOLS, AND LEGEND

A3A Abbreviations (Sheet 1 of 3)

A3B Abbreviations (Sheet 2 of 3)

A3C Abbreviations (Sheet 3 of 3)

A10A Legend - Lines and Symbols (Sheet 1 of 5)

RSP A10B Legend - Lines and Symbols (Sheet 2 of 5)

A10C Legend - Lines and Symbols (Sheet 3 of 5)

A10D Legend - Lines and Symbols (Sheet 4 of 5)

A10E Legend - Lines and Symbols (Sheet 5 of 5)

PAVEMENT MARKERS, TRAFFIC LINES, AND PAVEMENT

MARKINGS

RSP A20A Pavement Markers and Traffic Lines - Typical Details

EXCAVATION AND BACKFILL

A62A Excavation and Backfill – Miscellaneous Details

A62F Excavation and Backfill - Metal and Plastic Culverts

OBJECT MARKERS, DELINEATORS, CHANNELIZERS, AND

BARRICADES

A73C Delineators, Channelizers and Barricades

MIDWEST GUARDRAIL SYSTEM - STANDARD RAILING

SECTIONS

RSP A77L1 Midwest Guardrail System - Standard Railing Section (Wood Post with

Wood Block)

A77M1 Midwest Guardrail System - Standard Hardware

RSP A77N1 Midwest Guardrail System - Wood Post and Wood Block Details

RSP A77N3 Midwest Guardrail System - Typical Line Post Embedment and Hinge

Point Offset Details

MIDWEST GUARDRAIL SYSTEM - END ANCHORAGE AND RAIL

TENSIONING ASSEMBLY

Page 12: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 6

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

A77S1 Midwest Guardrail System - End Anchor Assembly (Type SFT)

A77S3 Metal Railing Anchor Cable and Anchor Plate Details

MIDWEST GUARDRAIL SYSTEM - CONNECTION DETAILS AND

TRANSITION RAILING TO BRIDGE RAILINGS, ABUTMENTS AND

WALLS

A77U5 Midwest Guardrail System - Transition to Metal Beam Guardrail

DRAINAGE INLETS, PIPE INLETS AND GRATES

D75A Steel Pipe Inlets

D77A Grate Details No. 1

D77B Grate Details No. 2

CONSTRUCTION LOADS ON CULVERTS AND STRUT DETAILS

D88 Construction Loads on Culverts

FLARED END SECTIONS

D94A Metal and Plastic Flared End Sections

PIPE COUPLING AND JOINT DETAILS

D97A Corrugated Metal Pipe Coupling Details No. 1 - Annular Coupling Band

Bar and Strap and Angle Connections

D97C Corrugated Metal Pipe Coupling Details No. 3 - Helical and Universal

Couplers

D97D Corrugated Metal Pipe Coupling Details No. 4 - Hugger Coupling Bands

D97E Corrugated Metal Pipe Coupling Details No. 5 - Standard Joint

D97F Corrugated Metal Pipe Coupling Details No. 6 - Positive Joint

LANDSCAPE AND EROSION CONTROL

RSP H51 Erosion Control Details - Fiber Roll and Compost Sock

TEMPORARY CRASH CUSHIONS, RAILING AND TRAFFIC

SCREEN

T1A Temporary Crash Cushion, Sand Filled (Unidirectional)

T1B Temporary Crash Cushion, Sand Filled (Bidirectional)

T2 Temporary Crash Cushion, Sand Filled (Shoulder Installations)

T3A Temporary Railing (Type K)

T3B Temporary Railing (Type K)

TEMPORARY WATER POLLUTION CONTROL

Page 13: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 7

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

T58 Temporary Water Pollution Control Details (Temporary Construction

Entrance)

T59 Temporary Water Pollution Control Details (Temporary Concrete

Washout Facility)

BRIDGE DETAILS

RSP B0-3 Bridge Details

CHAIN LINK RAILING, CABLE RAILING AND TUBULAR HAND

RAILING

B11-47 Cable Railing

ROADSIDE SIGNS

RS1 Roadside Signs - Typical Installation Details No. 1

RS2 Roadside Signs - Wood Post - Typical Installation Details No. 2

RS4 Roadside Signs - Typical Installation Details No. 4

Page 14: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 8

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

ORGANIZATION

Special provisions are under headings that correspond with the main-section headings of the

Standard Specifications. A main-section heading is a heading shown in the table of contents of the

Standard Specifications.

Each special provision begins with a revision clause that describes or introduces a revision to the

Standard Specifications as revised by any revised standard specification.

Any paragraph added or deleted by a revision clause does not change the paragraph numbering of

the Standard Specifications for any other reference to a paragraph of the Standard Specifications.

DIVISION I GENERAL PROVISIONS

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 1

GENERAL

Attention is directed to the provisions of Section 1, “General,” of the Standard Specifications and

these Special Provisions for the general rules of interpretation.

Add to Section 1-1.01, “General”:

The work embraced herein shall be done in accordance with the Standard Specifications dated 2015,

and the Standard Plans dated 2015, of the California Department of Transportation insofar as the

same may apply and in accordance with the following Special Provisions.

In case of conflict between the Standard Specifications and these Special Provisions, the Special

Provisions shall take precedence over and be used in lieu of such conflicting portions.

Revisions to the Standard Specifications set forth in these Special Provisions shall be considered as

part of the Standard Specifications for the purposes set forth in Section 5-1.02, “Contract

Components,” of the Standard Specifications. Whenever either the phrase “Standard Specifications

is revised” or the term “Standard Specifications are revised” is used in these Special Provisions, the

indented text or table following the term shall be considered a revision to the Standard

Specifications.

In case of conflict between such revisions and the Standard Specifications, the revisions shall take

precedence over and be used in lieu of the conflicting portions.

Page 15: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 9

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Bid Items and Applicable Sections

Item

code

Item description Applicable

section

066999 CONSTRUCTION STAKING 5

Revise the following definitions in Section 1-1.07B, “Definitions” to mean:

Necessary substitutions of the legal entities in the Standard Specifications and Standard Plans shall

be hereafter noted. The intent and meaning of the terms in the proposal, contract and other contract

documents shall be interpreted accordingly as follows:

ATTORNEY GENERAL – Shall mean the County Counsel of the County of Tuolumne.

BOARD OF SUPERVISORS – Shall mean the Board of Supervisors of the County of Tuolumne.

CONTRACT/CONTRACT DOCUMENTS – Shall mean the written and executed contract between

the County of Tuolumne and the Contractor.

COUNTY - Shall mean the County of Tuolumne.

DEPARTMENT/DEPARTMENT OF TRANSPORTATION - Shall mean the County of Tuolumne.

DISTRICT - Shall mean the County of Tuolumne.

DIRECTOR/DIRECTOR OF TRANSPORTATION - Shall mean the County of Tuolumne

Department of Public Works Public Works Director or her authorized representative.

ENGINEER/OFFICE ENGINEER - Shall mean the County of Tuolumne Department of Public

Works Public Works Director or her authorized representative.

HOLIDAY – Holiday shown in the following table:

Every Sunday Every Sunday

New Year’s Day January 1st

Martin Luther King, Jr. Day 3rd Monday in January

President’s Day 3rd Monday in February

Memorial Day Last Monday in May

Independence Day July 4th

Labor Day 1st Monday in September

Veterans Day November 11th

Thanksgiving Day 4th Thursday in November

Day after Thanksgiving Day Day after Thanksgiving Day

Day before Christmas December 24th

Christmas Day December 25th

Page 16: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 10

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

If a fixed holiday falls on a Sunday, the Monday following is a holiday. If December 24th falls on a

Sunday, the Tuesday following is a holiday.

MAY - “MAY” is permissive.

MUST - "MUST" is mandatory.

SHALL - “SHALL” is mandatory.

STANDARD PLANS - Shall mean the Standard Plans published by the State of California,

Department of Transportation, dated 2015, and including Revised Standard Plans.

STANDARD SPECIFICATIONS - Shall mean the Standard Specifications published by the State of

California, Department of Transportation, dated 2015, and including Revised Standard

Specifications (RSS) and Standard Special Provisions (SSPs). Any reference therein to the State of

California or a State agency, office or officer shall be interpreted to refer to the County or its

corresponding agency, office or officer, or officer acting under this contract.

STATE - As used in the Standard Specifications and these Special Provisions, shall mean the County

of Tuolumne.

Any additional information or documents referenced in the Standard Specifications and relating to

this project, if available, may be obtained or examined at the County of Tuolumne Department of

Public Works.

Add to Section 1-1.09, “Freeze Thaw Areas”:

This project is in a freeze-thaw area.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 2

BIDDING

Attention is directed to the provisions of Section 2, “Bidding,” of the Standard Specifications and

these Special Provisions for the requirements and conditions related to the preparation and

submission of the bid.

Add to Section 2-1.01, “General”:

Bids shall be submitted in a sealed envelope clearly marked “BID – DO NOT OPEN,” along with

the name and address of the bidder, the title of the project, and the date and time of the bid opening.

Any bid received after the time and date listed in the Notice to Bidders will be returned unopened.

Page 17: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 11

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The bidder's bond shall conform to the bond form in the Bid book for the project and shall be

properly filled out and executed. The bidder’s bond form included in that book may be used.

In conformance with Public Contract Code section 7106, a Noncollusion Declaration is included in

the Bid book. Signing the Bid book also constitutes signature of the Noncollusion Declaration.

The Contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color,

national origin, or sex in the performance of this contract. The Contractor shall carry out applicable

requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration

of US DOT assisted contracts. Failure by the Contractor to carry out these requirements is a material

breach of this contract, which may result in the termination of this contract or such other remedy, as

the recipient deems appropriate. Each subcontract signed by the bidder shall include this assurance.

Failure of the bidder to fulfill the requirements of these Special Provisions for submittals required to

be furnished after bid opening, including, but not limited to, escrowed bid documents, where

applicable, may subject the bidder to a determination of the bidder’s responsibility in the event it is

the apparent low bidder on future County contracts.

Replace Section 2-1.02, “Bid Ineligibility” with:

A firm that has provided architectural or engineering services to the County for this contract before

bid submittal for this contract is prohibited from any of the following:

1. Submitting a bid

2. Subcontracting for a part of the work

Replace Section 2-1.03, “Contractor Registration” with:

Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to

bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered

with the Department of Industrial Relations. No contract will be entered into without proof of the

contractor’s and subcontractors’ current registration with the Department of Industrial Relations to

perform public work. If awarded a contract, the bidder and its subcontractors, of any tier, shall

maintain active registration with the Department of Industrial Relations for the duration of the

project. To this end, bidder shall sign and submit with its proposal the Public Works Contractor

Registration Certification on the form provided, attesting to the facts contained therein. Failure to

submit this form may render the proposal non-responsive. In addition, each bidder shall provide the

registration number for each listed subcontractor in the space provided in the List of Subcontractors

form.

Replace Section 2-1.04, “Prebid Outreach Meeting” with:

The County will conduct a mandatory pre-bid meeting for this contract. The purpose of the meeting

is to provide small businesses the opportunity to meet and interact with prospective bidders and

increase their participation in the performance of contracts.

Page 18: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 12

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Each bidder shall attend the mandatory pre-bid meeting. The bidder's representative shall be a

company officer, project superintendent, or project estimator. For a joint venture, one of the parties

shall attend the mandatory pre-bid meeting. The County will not accept a bid from a bidder who did

not attend the meeting.

A sign-up sheet shall be used to identify the attendees. Each bidder is required to include the name

and title of the company representative attending the mandatory pre-bid meeting.

The County may hold a single pre-bid meeting for more than one contract. Sign the sign-up sheet for

the contract you intend to bid on. If you are bidding on multiple contracts, sign each sign-up sheet

for each contract you intend to bid on. The sign-in sheets, with the names of all companies in

attendance at each prebid meeting, will be made available at the website shown on the Notice to

Bidders for bidder inquiries.

The successful bidder is required to report each small business hired to work on this contract as a

result of the mandatory pre-bid meeting.

Add Section 2-1.05, “Requirements”:

2-1.05A Public Contract Code

The Contractor shall complete and endorse of the following Public Contract Code requirements:

• Public Contract Code section 10285.1 Statement

• Public Contract Code section 10162 Questionnaire

• Public Contract Code section 10232 Statement

• Non-collusion Declaration, Title 23, United States Code, section 112, and Public

Contract Code section 7106. Signing the proposal also constitutes signature of the

Noncollusion Declaration.

• Equal Employment Opportunity Certification

2-1.05B Addenda

Any addenda issued by the Engineer during the time of bidding or forming a part of the documents

issued to the bidder for preparation of its bid, shall be covered in the bid and shall be a part of the

contract. The County will post any issued addenda to the County website,

www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business Section). Receipt of

all addenda shall be acknowledged on the bid proposal form in the space provided therefor. It is the

responsibility of the bidder to check for any addenda.

2-1.05C Federal Lobbying Restrictions

Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the

recipient or any lower tier sub recipient of a Federal-aid contract to pay for any person for

influencing or attempting to influence a Federal agency or Congress in connection with the awarding

of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any

cooperative agreement.

Page 19: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 13

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

If any funds other than Federal funds have been paid for the same purposes in connection with this

Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a

completed disclosure form as part of the bid documents.

A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal

agency is included in the proposal. Standard Form - LLL, “Disclosure of Lobbying Activities,” with

instructions for completion of the Standard Form is also included in the proposal. Signing the

proposal also constitutes signature of the certification.

The above referenced certification and disclosure of lobbying activities shall be included in each

subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not

certifications, shall be forwarded from tier to tier until received by the Engineer.

The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end

of each calendar quarter in which there occurs any event that requires disclosure or that materially

affects the accuracy of the information contained in any disclosure form previously filed by the

Contractor, subcontractors and any lower-tier contractors. An event that materially affects the

accuracy of the information reported includes:

1. A cumulative increase of $25,000 or more in the amount paid or expected to be paid for

influencing or attempting to influence a covered Federal action; or

2. A change in the person(s) or individual(s) influencing or attempting to influence a

covered Federal action; or

3. A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt

to influence a covered Federal action.

Replace Section 2-1.06, “Bid Documents” with:

The Notice to Bidders and Special Provisions includes the Notice to Bidders, Revised Standard

Specifications, and these Special Provisions.

Plans, specifications and proposal forms for bidding this project may be examined or obtained at the

County of Tuolumne Department of Public Works, located at 48 West Yaney Avenue (mail to: 2 S.

Green St.), Sonora, California 95370 (209-533-5633).

Bidders must submit bids on proposal forms purchased from the County of Tuolumne Department of

Public Works.

Add between the 1st and 2nd paragraphs of Section 2-1.06B, “Supplemental Project

Information”:

The County makes the following supplemental project information available:

Supplemental Project Information

Page 20: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 14

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Means Description

Included in the Information Handout Applicable Revised Standard Plans

PLAC – PLAC Summary

The Information Handout is available on the County’s website at:

http://www.tuolumnecounty.ca.gov (Click on “Bids, RFP’s & RFQ’s” in the Business section).

Replace the 3rd paragraph of Section 2-1.06B, “Supplemental Project Information” with:

The Informational Handout is available, you may view it on the County’s website,

www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business Section).

Add to Section 2-1.10, “Subcontractor List”:

The bidder shall list in the Bid book the name, the location of the place of business, the California

contractor license, and DIR registration number of each subcontractor to whom the bidder proposes

to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid

or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair

Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder’s attention is

invited to other provisions of the Act related to the imposition of penalties for a failure to observe its

provisions by using unauthorized subcontractors or by making unauthorized substitutions. The list of

subcontractors shall also set forth the portion of work that will be done by each subcontractor listed.

A sheet for listing the subcontractors, as required herein, is included in the proposal.

Delete Section 2-1.12, “Disadvantage Business Enterprise (DBE)” in its entirety

Delete Section 2-1.15, “Disabled Veteran Business Enterprises” in its entirety

Delete Section 2-1.27, “California Companies” in its entirety

Delete Section 2-1.31, “Opt out of Payment Adjustments for Price Index Fluctuations” in its

entirety

Replace Section 2-1.33A, “General” with:

Complete the forms in the Bid Book.

Use the forms provided by the County except as otherwise specified for a bidder’s bond.

Failure to submit the forms and information as specified may result in a nonresponsive bid.

Page 21: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 15

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

If an agent other than the authorized corporate officer or a partnership member signs the bid, file a

Power of Attorney with the County either before opening bids or with the bid. Otherwise, the bid

may be nonresponsive.

Delete Section 2-1.33B, “Electronic Bids” in its entirety

Replace Section 2-1.34, “Bidder Security” with:

Submit one of the following forms of bidder's security equal to at least ten (10) percent of the bid:

1. Cash

2. Cashier's check

3. Certified check

4. Signed bidder's bond by an admitted surety insurer

Bid bonds shall be underwritten by an admitted surety. The County reserves the right to satisfy itself

as to the acceptability of the surety.

Replace Section 2-1.40, “Bid Withdrawal” with:

The County may waive any informalities or minor defects or reject all bids. Any bid may be withdrawn

before the bid opening. No bidder may withdraw a bid within sixty (60) days after the bid opening

date. If the contract cannot be awarded within the specified period, the time may be extended by mutual

agreement between the County and the bidder.

Section 2-1.50, “Bid Rigging” applies to this federal-aid project

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 3

CONTRACT AWARD AND EXECUTION

Attention is directed to the provisions of Section 3, “Contract Award and Execution,” of the

Standard Specifications and these Special Provisions for the requirements and conditions relating to

contract award and execution.

Add to Section 3-1.01, “General”:

The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid

complies with all the requirements prescribed.

The contract shall be executed by the successful bidder and shall be returned, together with the

contract bonds, to the County so that it is received within five (5) days, not including Saturdays and

Page 22: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 16

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

holidays, after the bidder has received the contract for execution. Failure to do so shall constitute just

cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to

the following address:

Attn: Engineering Division

Department of Public Works

2 South Green Street

Sonora, CA 95370

Add to Section 3-1.02A, “General”:

The estimated quantities listed in the Bid are approximate and for the basis of award of Contract.

Payment will be made on the measurement of the work actually performed by the contractor. The

County reserves the right to increase or decrease the amount of any class of work as may be deemed

necessary and as stated in Section 9-1.06.

When the Bid for the work is to be submitted on a lump sum basis, a single lump sum price must be

submitted in the appropriate place. The total amount to be paid the contractor must be the amount of

the lump sum in the Bid, as adjusted for additions or deletions resulting from changes in

construction. After award of Contract, the contractor will break down and submit the lump sum Bid

into unit prices for the various portions to be completed.

Replace Section 3-1.04, “Contract Award” with:

Any bidder submitting a bid proposal to the County may file a protest of the County’s intent to

award the contract provided that each and all of the following are complied with:

A. The bid protest is in writing;

B. The bid protest is filed and received by the Clerk of the Board of Supervisors not more than

five (5) calendar days following the date of issuance of the County’s Notice of Intent to

Award the Contract; and

C. The written bid protest sets forth, in detail, all grounds for the bid protest, including without

limitation all facts, supporting documentation, legal authorities and argument in support of

the grounds for the bid protest; any matters not set forth in the written bid protest shall be

deemed waived. All factual contentions must be supported by competent, admissible and

creditable evidence.

Any bid protest not conforming with the foregoing shall be rejected by the County as invalid.

Provided that a bid protest is filed in strict conformity with the foregoing, the County Engineer or

such individual(s) as may be designated by her, shall review and evaluate the basis of the bid protest.

Either the County Engineer or other individual designated by her shall provide the bidder submitting

the bid protest with a written statement concurring with or denying the bid protest. The County

Board of Supervisors will render a final determination and disposition of a bid protest by taking

action to adopt, modify or reject the disposition of a bid protest as reflected in the written statement

of the County Engineer or his designee.

Page 23: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 17

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Action by the County Board of Supervisors relative to a bid protest shall be final and not subject to

appeal or reconsideration by the County, any employee or officer of the County or the County Board

of Supervisors. The rendition of a written statement by the County Engineer or her designee and

action by the County Board of Supervisors to adopt, modify or reject the disposition of the bid

protest reflected in such written statement shall be express conditions precedent to the institution of

any legal or equitable proceedings relative to the bidding process, the County’s intent to award the

contract, the County’s disposition of any bid protest or the County’s decision to reject all bid

proposals. In the event that any such legal or equitable proceedings are instituted and the County is

named as a party thereto, the prevailing party(ies) shall recover from the other party(ies), as costs, all

attorneys’ fees and costs incurred in connection with any such proceeding, including any appeal

arising therefrom.

Bid protests are to be delivered to the following address:

County of Tuolumne

Board of Supervisors

2 South Green Street

Sonora, CA 95370

The award of the contract is subject to the availability of funds.

All bids will be compared on the basis of the Engineer’s Estimate of the quantities of work to be

done.

The award of contract, if it is awarded, will be to the lowest responsible bidder whose proposal

complies with all the requirements prescribed and will be made within sixty (60) days of bid

opening, unless an extension is agreed to by the lowest responsible bidder.

Replace Section 3-1.05, “Contract Bonds (Pub Contract Code §§ 10221 and 10222)” in its

entirety with:

The successful bidder shall furnish three bonds:

1. Payment bond, to secure the payment of claims of laborers, workers, mechanics or

material men 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 shall guarantee the faithful performance of the contract. This bond

must be equal to at least 100 percent of the total bid.

3. Maintenance warranty bond shall continue for one year after acceptance of the work by

the Board of Supervisors. This bond must be equal to at least 25 percent of the total bid.

The form for each bond is included after the sample contract.

Page 24: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 18

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Any alterations, extensions of time, extra and additional work, and other changes authorized by these

specifications or any part of the contract may be made without securing the consent of the surety or

sureties on the contract bonds.

The following documents shall be submitted with the bonds:

A. Printing out information from the website of the Department of Insurance confirming the

surety is an admitted surety insurer and attaching it to the bond.

B. Obtaining a certificate from the county clerk that confirms the surety is an admitted

insurer and attaching it to the bond.

Add to Section 3-1.06, “Contractor’s License”:

Prior to award of the contract, the Contractor shall possess a Class A or C12 Contractor License

issued by the State of California Contractor’s Licensing Board. Failure of the bidder to obtain the

required license before award of the contract constitutes a failure to execute the contract and shall

result in the forfeiture of the security of the bidder.

Add to Section 3-1.07, “Insurance Policies”:

Attention is directed to Section 7-1.06, “Insurance,” of these Special Provisions for the requirements

and conditions relating to insurance.

Replace Section 3-1.13, “Form FHWA-1273” in its entirety with:

Form FHWA-1273, “Federal Requirements for Federal-Aid Construction Contracts,” is not

applicable to this project. 2 CFR Sections 200.326 and 2 CFR Part 200, Appendix II, “Required

Contract Clauses” shall apply to this contract.

Add to Section 3-1.18, “Contract Execution”:

The successful bidder must sign the Contract form.

Deliver to the County of Tuolumne, Department of Public Works at 2 South Green Street Sonora CA

95370:

1. Signed Contract form, including the attached form FHWA-1273

2. Contract bonds

3. Documents identified in section 3-1.07

The County must 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 contract within the time specified

(Pub Contract Code §§ 10181, 10182, and 10183).

Page 25: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 19

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 4

SCOPE OF WORK

Attention is directed to the provisions of Section 4, “Scope of Work,” of the Standard Specifications

and these Special Provisions for the requirements and conditions related to the scope of work.

Add to Section 4-1.03, “Work Description”:

Payment for the work shall be considered as the price of various bid items shown in Exhibit A (Bid

Schedule), and paid in accordance with the Standard Specifications and these Special Provisions, as

applicable.

The Contractor shall submit details for any proposed maintenance or construction procedures that

differ substantially from those set forth in the contract documents. The Contractor shall not use any

alternative procedures, except as authorized by an approved change order.

Add to Section 4-1.06, “Differing Site Conditions”:

a. Differing Site Conditions

1. During the progress of the work, if subsurface or latent physical conditions are

encountered at the site differing materially from those indicated in the contract or if

unknown 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, are encountered at the site, the party discovering such conditions shall

promptly notify the other party in writing of the specific differing conditions before the

site is disturbed and before the affected work is performed.

2. Upon written notification, the engineer will investigate the conditions, and if it is

determined that the conditions materially differ and cause an increase or decrease in the

cost or time required for the performance of any work under the contract, an adjustment,

excluding anticipated profits, will be made and the contract modified in writing

accordingly. The engineer will notify the contractor of the determination whether or not

an adjustment of the contract is warranted.

3. No contract adjustment which results in a benefit to the contractor will be allowed unless

the contractor has provided the required written notice.

4. No contract adjustment will be allowed under this clause for any effects caused on

unchanged work. (This provision may be omitted by the Local Agency, at their option.)

Page 26: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 20

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

b. Suspensions of Work Ordered by the Engineer

1. If the performance of all or any portion of the work is suspended or delayed by the

engineer in writing for an unreasonable period of time (not originally anticipated,

customary, or inherent to the construction industry) and the contractor believes that

additional compensation and/or contract time is due as a result of such suspension or

delay, the contractor shall submit to the engineer in writing a request for adjustment

within 7 calendar days of receipt of the notice to resume work. The request shall set forth

the reasons and support for such adjustment.

2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees

that the cost and/or time required for the performance of the contract has increased as a

result of such suspension and the suspension was caused by conditions beyond the

control of and not the fault of the contractor, its suppliers, or subcontractors at any

approved tier, and not caused by weather, the engineer will make an adjustment

(excluding profit) and modify the contract in writing accordingly. The contractor will be

notified of the engineer's determination whether or not an adjustment of the contract is

warranted.

3. No contract adjustment will be allowed unless the contractor has submitted the request

for adjustment within the time prescribed.

4. No contract adjustment will be allowed under this clause to the extent that performance

would have been suspended or delayed by any other cause, or for which an adjustment is

provided or excluded under any other term or condition of this contract.

c. Significant Changes in the Character of Work

1. The engineer reserves the right to make, in writing, at any time during the work, such

changes in quantities and such alterations in the work as are necessary to satisfactorily

complete the project. Such changes in quantities and alterations shall not invalidate the

contract nor release the surety, and the contractor agrees to perform the work as altered.

2. If the alterations or changes in quantities significantly change the character of the work

under the contract, whether such alterations or changes are in themselves significant

changes to the character of the work or by affecting other work cause such other work to

become significantly different in character, an adjustment, excluding anticipated profit,

will be made to the contract. The basis for the adjustment shall be agreed upon prior to

the performance of the work. If a basis cannot be agreed upon, then an adjustment will be

made either for or against the contractor in such amount as the engineer may determine to

be fair and equitable.

3. If the alterations or changes in quantities do not significantly change the character of the

work to be performed under the contract, the altered work will be paid for as provided

elsewhere in the contract.

Page 27: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 21

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

4. The term “significant change” shall be construed to apply only to the following

circumstances:

• When the character of the work as altered differs materially in kind or nature from

that involved or included in the original proposed construction; or

• When a major item of work, as defined elsewhere in the contract, is increased in

excess of 125 percent or decreased below 75 percent of the original contract

quantity. Any allowance for an increase in quantity shall apply only to that

portion in excess of 125 percent of original contract item quantity, or in case of a

decrease below 75 percent, to the actual amount of work performed.

Replace Section 4-1.06B, “Contractor’s Notification” in its entirety with:

Provide notification in writing promptly and before disturbing affected area for any of the following:

1. Subsurface or latent physical conditions are encountered at the site differing materially

from those indicated in the contract.

2. Unknown physical conditions of an unusual nature differing materially from those

ordinarily encountered and generally recognized as included in the work provided for in

the contract are encountered at the site. Upon written notification the Engineer will investigate the conditions, and if the Engineer

determines the conditions materially differ and cause an increase or decrease in the cost or item

required for the performance of any work under the contract, an adjustment, excluding loss of

anticipated profits, will be made and the contract modified. The Engineer will notify you of her

determination whether or not an adjustment of the contract is warranted.

You will be allowed 15 days from notification of determination to file a notice of potential claim as

allowed under Section 5-1.43, otherwise the Engineer's determination will be deemed to have been

accepted by you as correct.

The notice of potential claim must state how your position differs from the Engineer's determination

and you must provide any additional information obtained by you, including but not limited to

additional geotechnical data. Supplementary information, obtained by you subsequent to the filing of

the notice of potential claim, must be submitted to the Engineer in an expeditious manner.

No contract adjustment which results in a benefit to you will be allowed unless you provide the required written notice. Any contract adjustment warranted due to differing site conditions will be made under the provisions in Section 4-1.05.

Add to Section 4-1.13, “Cleanup”:

Page 28: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 22

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The Contractor shall leave the job site neat and presentable after each working day. All materials,

equipment, tools etc. shall be properly secured to provide public safety to nearby building for public

uses.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 5

CONTROL OF WORK

Attention is directed to the provisions of Section 5, “Control of Work,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to the control

of work.

Add to Section 5-1.02, “Contract Components”:

Your subcontract and any lower tier subcontract must include the "Required Contract Provisions

Federal-Aid Construction Contracts" under Section 7-1.11 of the Standard Specifications.

Noncompliance must be corrected. Payment for subcontracted work involved will be withheld from

progress payments due, or that become due, until correction is made. Failure to comply may result in

termination of the contract.

Add to Section 5-1.03, “Engineer’s Authority”:

The Contractor is authorized to take direction only from the Engineer or his Designated Project

Representative(s) who shall be named by the Engineer prior to the start of work.

Add to Section 5-1.09, “Partnering”:

The Contractor may request the formation of a “Partnering” relationship as specified in Section 5-

1.09, “Partnering,” of the Standard Specifications.

The establishment of a “Partnering” relationship is subject to approval by the Engineer and will not

change or modify the terms and conditions of the contract and will not relieve either party of the

legal requirements of the contract.

Add to Section 5-1.13A, “Subcontracting”:

Attention is directed to the provisions of Section 5-1.13, “Subcontracting,” of the Standard

Specifications. Attention is also directed to the provisions of Section 2, “Bidding,” and Section 3,

“Contract Award and Execution,” of the Standard Specifications and these Special Provisions.

Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor Commissioner publishes

and distributes a list of contractors ineligible to perform work as a subcontractor on a public works

project. This list of debarred contractors is available from the Department of Industrial Relations

website at http://www.dir.ca.gov/dlse/debar.html.

Page 29: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 23

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Your subcontractors will perform the work and supply the materials they are listed for unless you

have prior written authorization to perform the work with other forces or obtain the materials from

other sources.

Notify the Engineer of any changes to the DBE participation prior to the start of the DBE

contractor’s work.

Replace the fifth paragraph in Section 5-1.13A, “General” with:

Perform work equaling at least 50 percent of the value of the original total bid with your employees

and with equipment you own or rent, with or without operators.

Add to Section 5-1.13J, “Prompt Progress Payment to Subcontractors”:

A prime contractor or subcontractor shall pay any subcontractor not later than seven (7) days of

receipt of each progress payment in accordance with the provisions in Section 7108.5 of the

Business and Professions Code concerning prompt payment to subcontractors. The 7-day period is

applicable unless a longer period is agreed to in writing. Any violation of Section 7108.5 shall

subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that

section. This requirement shall not be construed to limit or impair any contractual, administrative, or

judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute

involving late payment or nonpayment by the prime contractor, deficient subcontract performance,

or noncompliance by a subcontractor. This provision applies to both DBE and non-DBE

subcontractors.

Add to Section 5-1.13K, “Prompt Payment of Funds Withheld to Subcontractors”:

The Contractor shall return all moneys withheld in retention from the subcontractor within thirty

(30) days after receiving payment for work satisfactorily complete, even if the other contract work is

not completed and has not been accepted in conformance with Section 5-1.46, “Final Inspection and

Contract Acceptance,” of the Standard Specifications. Federal law (49 CFR 26.29) requires that any

delay or postponement of payment over thirty (30) days may take place only for good cause and with

the County’s prior written approval. Any violation of this provision shall subject the violating prime

contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5

of the Business and Professions Code. Those requirements shall not be construed to limit or impair

any contractual, administrative, or judicial remedies otherwise available to the Contractor or

subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or

deficient subcontract performance or noncompliance by a subcontractor. This provision applies to

both DBE and non-DBE prime contractors and subcontractors.

Add to Section 5-1.16, “Representative”:

The Contractor shall personally supervise the work under the contract or shall designate in writing to

the County the name of its representative who shall at all times be present at the site of the work.

The authorized representative shall have full authority to direct the work and shall receive and obey

Page 30: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 24

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

orders from the County. The Contractor shall provide the County one (1) week’s written notice of

change to authorized representative.

Add to Section 5-1.20B, “Permits, Licenses, Agreement, and Certifications”:

The following permits have been obtained from the agencies indicated:

Permit: 401 Water Quality Certification Agency: Central Valley Regional Water Quality

Control Board

A copy of the permit is included in the information handout.

The Contractor shall fully inform itself of and abide by the requirements of these permits and

agreements, as well as all rules, regulations, and conditions that may govern its operations in relation

thereto, and shall conduct its operations accordingly. The Contractor shall cooperate with inspectors

and representatives of these agencies as necessary to confirm compliance with permits, agreements,

and agency regulations.

Attention is directed to the provisions of Section 7-1.02, “Laws,” and Section 13, “Water Pollution

Control,” of the Standard Specifications.

Any modifications to the permits or agreements referenced in this section which are proposed by the

Contractor shall be submitted in writing to the Engineer for transmittal to the appropriate agencies

for their consideration. When the Engineer notifies the Contractor that a modification to the

agreement is under consideration, no work will be allowed which is inconsistent with the proposed

modification until the agencies take action on the proposed modifications. Compensation for delay

will be determined in accordance with Section 8-1.07, “Delays,” of the Standard Specifications.

Any modifications to any permit or agreement between the County and the permitting agencies will

be fully binding on the Contractor, and the provisions of this section shall be made a part of every

subcontract executed pursuant to this contract.

If changes to permit requirements result in an increase or decrease to the scope of work of the

project, such changes will be executed in accordance with Section 4-1.05 “Changes and Extra

Work,” of the Standard Specifications.

Add to Section 5-1.20B(1), “General”:

County Encroachment Permit

Prior to starting work within the County of Tuolumne’s right-of-way, the Contractor will be required

to obtain an Encroachment Permit through the Department of Public Works.

Encroachment permit fees are waived.

Page 31: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 25

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Full compensation for conforming to the requirements in this permit is included in the payment for

the bid items and no additional compensation will be allowed.

Add to Section 5-1.20B(4), “Contractor-Property Owner Agreement”:

The Contractor shall secure, at its own expense, any area required for plant sites, storage of

equipment or materials, or for other purposes if sufficient area is not available to it within the project

limits. Full compensation for arranging, developing and final cleanup of the site is included in the

payment for the bid items and no additional compensation will be allowed.

Add to Section 5-1.23A, “General”:

Within ten (10) days after executing the contract, but not less than fourteen (14) days before

materials are scheduled to be ordered or incorporated into the work, the Contractor shall submit mix

designs with supporting test data, required engineering calculations, public notifications, traffic

control plans, construction schedule, product literature, material samples, etc., as required in the

specifications and by the Engineer, for review by the County.

Shop drawings shall be submitted at least twenty-one (21) calendar days before approved drawings

will be required for the work. Longer review periods may be required for structural components.

Submitted materials, layouts, methods and equipment shall not be used in the work until favorably

reviewed by the Engineer. Shop drawings shall comply with Section 5-1.23B(2), “Shop Drawings,”

of the Standard Specifications.

The Contractor shall submit four (4) copies of shop drawings, product literature, etc. as required by

the Engineer. Submittals will be marked as follows:

NET - No Exceptions Taken.

MCN - Make Corrections Noted – same as NET except minor corrections shall be

made by the Contractor. No re-submittal required.

AR – Revise and Resubmit – major inconsistencies or errors to be resolved or

corrected.

RR – Rejected – Resubmit – does not conform with plans or specifications.

NET and MCN are considered favorable. Favorable review will not constitute acceptance of any

responsibility for the accuracy, coordination and completeness of the shop drawings or information

presented. Accuracy, coordination, and completeness of all submittals shall be the sole responsibility

of the Contractor, including responsibility to back check comments, corrections, and modifications.

All submittals shall be marked in the lower right hand corner of the first page in the following

format:

Submittal Number - bid item, material, specification section, and date.

Example: Submittal 1 – Item #6, Concrete, Section 10-1.24, 1/1/2017

Page 32: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 26

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The Contractor shall not begin work until the required submittals have been submitted and approved

by the Engineer. If the Contractor fails to submit the necessary documentation within the time set

forth above, the County may cancel the contract, and all obligations thereunder shall be null and

void.

All materials approved by the County on the basis of manufacturer’s data may be sampled and tested

at any time during the life of the contract. Approval of the submittals shall not relieve the Contractor

of responsibility for using material in the work which conforms to the contract requirements. Any

material not conforming to contract requirements will be subject to rejection whether in place or not.

Add Section 5-1.23D, “As-Built Drawings”:

The Contractor shall maintain one (1) set of full size prints and mark thereon any deviations from

plan dimensions, elevations, or orientations, and shall submit same in good condition to the County

upon completion of the work as a condition of acceptance of the project. Marked prints shall be

updated at least once each week and shall be available to the County for review as to the accuracy

prior to developing progress payment estimates. Final as-built drawings shall be surveyed and

stamped by a registered engineer.

Replace Section 5-1.26, “Construction Surveys” in its entirety with:

5-1.26 CONSTRUCTION SURVEYS

5-1.26A General

5-1.26A(1) Summary

Section 5-1.26 includes specifications for furnishing and setting construction stakes and markers to

establish the lines and grades required for the completion of the work and as necessary for the

Engineer to check lines, grades, alignment and elevations.

You must perform construction staking as necessary to control the work. Furnish and set

construction stakes and marks with accuracy adequate to assure that the completed work conforms to

the lines, grades, and section.

5-1.26A(2) Definitions

You must follow all procedures, methods, and typical stake markings under Chapter 12,

Construction Surveys, of the Caltrans publication “Surveys Manual.” Copies of the “Survey

Manual” may be purchased from Caltrans Publications Unit 1900 Royal Oaks Drive, Sacramento,

California 95815, (916) 445-3520.

5-1.26A(3) Submittals

You must submit all computations necessary to establish the exact position of the work from control

points. All computations, survey notes, and other records necessary to accomplish the work must be

neat, legible, and accurate. Copies of such computation, notes and other records must be furnished to

the Engineer before beginning work that requires their use.

Page 33: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 27

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Upon completion of construction staking and before acceptance of the contract, all computations,

survey notes, and other data used to accomplish the work must be submitted to the Engineer and will

become the property of the County.

5-1.26A(4) Quality Control and Assurance

Not used.

5-1.26B MATERIALS

Not used.

5-1.26C CONSTRUCTION

Construction stakes and marks (including paint marks) must be removed from the site of work when

no longer needed.

5-1.26D PAYMENT

The County pays you for construction staking as follows:

1. A total of 90 percent of the item total over the life of the contract.

2. The remaining 10 percent, for a total of 100 percent of the item total, upon

submission of final computations, notes and other data.

Add to Section 5-1.31, “Job Site Appearance”:

Contractor shall contact the Tuolumne County Solid Waste Division for the most recent State

Diversion requirements governing collection and recycling of construction waste.

Add to Section 5-1.32, “Areas for Use”:

Personal vehicles of your employees may be parked on the traveled way or shoulders, including

sections closed to traffic, if they do not interfere with the safe passage of public traffic as determined

by the Engineer.

When no longer required, restore all areas you disturb, including staging areas and temporary

construction easements areas, within the project limits to original condition.

Add between the 2nd and 3rd paragraphs of the RSS for Section 5-1.36C(3):

The utilities shown in the following table will not be rearranged. The utilities may interfere with

construction. If you want any of them rearranged or temporarily deactivated, make arrangements

with the utility owner, at your own expense.

Page 34: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 28

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Utilities Not Rearranged for Construction

Utility Location

Pacific Gas & Electric (PG&E) - Overhead Project Limits

AT&T – Overhead Project Limits

Add to Section 5-1.37, “Maintenance and Protection”:

Nothing in Section 5-1.37, “Maintenance and Protection,” of the Standard Specifications providing

for relief from maintenance and responsibility will be construed as relieving the Contractor of full

responsibility for making good defective work or materials found at any time before completion of

the one year maintenance warranty period.

Add to Section 5-1.46, “Final Inspection and Contract Acceptance”:

Upon substantial completion of the work, the Engineer shall provide a punch list to the Contractor

for items not completed as noted by the Engineer. Upon completion of all punch list items, the

Contractor shall request final inspection of the work. If work is approved as complete (including all

required forms and reports), Engineer shall proceed with recommendation of acceptance of contract.

Add to Section 5-1.47, “Guarantee”:

For a period of one year after acceptance of the work, the Contractor shall be responsible for the

repair of all defects or failures occurring in the work which are, as determined by the Engineer, due

to negligence in the manufacture and/or installation of the facility, exclusive of the operation of the

facility by the County or its agents, acts of third parties, acts of God, or acts of the common enemy.

The obligation of the Contractor under this paragraph shall be enforceable against its surety or

sureties for the Maintenance Warranty Bond under this contract, during the life of the contract and

for one year after the final acceptance of all work under the contract. The form of the bond and

surety shall be satisfactory to the County.

Replace paragraphs 9, 10, and 11 of Section 5-1.47, “Guarantee” with:

The Contractor, upon notice from the Engineer, shall promptly commence and diligently prosecute

the repair of any defects or failures that develop during the one year maintenance period. Repairs, as

may be required by the Engineer, shall be made by the Contractor in such manner as to cause the

least practicable interference with the use of the facility in service. The Contractor shall make

necessary arrangements to have competent personnel and suitable equipment available so that repairs

may be commenced within 48 hours after receipt of notice from the Engineer.

If the Contractor fails or refuses to make required repairs or replacements with due promptness and

diligence, as determined by the Engineer, the County shall have the right to make repairs and

replacements and, unless it is determined that the cost of the work is chargeable to the County or

third party, the entire cost thereof shall be paid by the Contractor and may be collected from the

Page 35: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 29

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Contractor or the Contractor’s Surety(ies) or both. The Contractor will be reimbursed by force

account for any work or materials pertaining to repairs or replacements that are found to be the

responsibility of the County.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 6

CONTROL OF MATERIALS

Attention is directed to the provisions of Section 6, “Control of Materials” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to the control

of materials.

Add to Section 6-1.01, “General”:

Materials shall not be delivered to the site in advance and stockpiled unless specifically approved by

the Engineer.

Replace Section 6-1.03, “Local Materials” in its entirety with:

Local material shall be:

1. Mineral material, including rock, sand, gravel, or earth

2. Selected material or material procured from an established commercial source

3. Procured or produced from a source in the work vicinity specifically for project use.

Contractor is responsible for testing material from an untested local source. All testing and results

shall be approved by the Engineer before local material may be used in the project.

Contractor is responsible for complying with any and all laws, codes, ordinances and permitting that

may apply to the development and use of a local source. Full compensation for developing, testing or

otherwise utilizing a local source is included in the payment for the bid items and no additional

compensation will be allowed.

Add to Section 6-1.04, “Buy America”:

This project is subject to the “Buy America” requirements of the Title 23 United States Code,

Section 313.

Furnish steel and iron materials to be incorporated into the work with certificates of compliance and

certified mill test reports. Mill test reports must indicate where the steel and iron were melted and

manufactured. Steel and iron materials must be produced in the U.S. except:

1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the

domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];

Page 36: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 30

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

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, materials produced outside the U.S. may be used.

Production includes:

1. Processing steel and iron materials, including smelting or other processes that alter the

physical form or shape (such as rolling, extruding, machining, bending, grinding, and

drilling) or chemical composition;

2. Coating application, including epoxy coating, galvanizing, and painting, that protects or

enhances the value of steel and iron materials.

Add to Section 6-2.01A, “General”:

Quality assurance consists of Quality Control (QC), which is the responsibility of the Contractor,

and County Acceptance, which is the responsibility of the County. The County’s acceptance does

not relieve Contractor of its responsibility to provide QC.

The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply

with the Contract.

You may examine the records and reports of tests the Agency performs if they are available at the

job site. Schedule work to allow time for QAP.

Add to Section 6-2.01C, “Authorized Materials Lists”:

Caltrans maintains an Approved Materials List that may be found at

http://www.dot.ca.gov/hq/esc/approved_products_list/ or a list may be obtained from the County of

Tuolumne Department of Public Works. The Engineer shall not be precluded from sampling and

testing products on the Approved Materials List.

The Contractor shall furnish the Engineer a Certificate of Compliance from the manufacturer of

products on the Approved Materials List in conformance with the provisions in Section 6-2.03C,

“Certificates of Compliance,” of the Standard Specifications and these Special Provisions for each

material supplied.

Add to Section 6-2.03C, “Certificates of Compliance”:

All material, equipment, or other necessary items shall be of the quality specified and in no case

shall be less than commercial grade or quality.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 37: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 31

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 7

LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC

Attention is directed to the provisions of Section 7, “Legal Relations and Responsibility to the

Public,” of the Standard Specifications, these Special Provisions and other Contract Documents for

the requirements and conditions related to legal relations and responsibility to the public.

Add after the 1st sentence of the 1st paragraph of Section 7-1.02A, “General”:

This requirement includes, but is not limited to, applicable regulations concerning employment of

labor, protection of public and employee safety and health, environmental protection, the protection

of natural resources, fire protection, burning and non-burning requirements, permits, fees, and similar

subjects.

Add to Section 7-1.02K(2), “Wages”:

The general prevailing wage rates which are determined by the Director of Industrial Relations, for

the county in which the work is to be done, are available at the County of Tuolumne Department of

Public Works and available from the California Department of Industrial Relations’ Internet web site

at http://www.dir.ca.gov. These wage rates are not included in the Bid book for the project.

Changes, if any, to the general prevailing wage rates will be available at the same location.

If future effective general prevailing wage rates have been predetermined, they are on file with the

California Department of Industrial Relations and apply to this contract.

Pursuant to Section 1773.2 of the Labor Code, the Contractor shall post the general prevailing wage

rates at a prominent place at the job site.

The Contractor shall not pay less than the minimum wage rates predetermined by the U.S. Secretary

of Labor and the general prevailing wage rates determined by the Director of the California

Department of Industrial Relations pursuant to Labor Code section 1770 et seq. If there is a

difference between the minimum wage rates for similar classifications of labor, the Contractor and

subcontractors shall pay no less than the higher wage rate. The County will not accept lower State of

California wage rates not specifically included in the Federal minimum wage determinations. This

includes “helper” (or other classifications based on hours of experience) or any other classification

not appearing in the Federal wage determinations. Where Federal wage determinations do not

contain the State of California wage determinations otherwise available for use by the Contractor

and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum

wage rate which most closely approximates the duties of the employees in question.

This project is subject to compliance monitoring and enforcement by the Department of Industrial

Relations. Each contractor and subcontractor must furnish certified payroll records to the Labor

Commissioner at least monthly. It is the Contractor’s sole responsibility to evaluate and pay the cost

of complying with all labor compliance requirements under this contract and applicable law.

Page 38: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 32

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Replace the 4th through 8th paragraphs of Section 7-1.02K(3), “Certified Payroll Records

(Labor Code § 1776)” with:

Submit certified payroll and your signed contractor’s acknowledgement to the Engineer.

Replace Reserved in Section 7-1.02M(2), “Fire Protection” with:

Cooperate with local fire prevention authorities in eliminating hazardous fire conditions.

Obtain the phone numbers of the nearest fire suppression agency, California Department of Forestry

and Fire Protection (Cal Fire) unit headquarters, United States Forest Service (USFS) ranger district

office, and U.S. Department of Interior (USDI) BLM field office. Submit these phone numbers to

the Engineer before the start of job site activities.

Immediately report to the nearest fire suppression agency fires occurring within the project limits.

Prevent project personnel from setting open fires that are not part of the work.

Prevent the escape of and extinguish fires caused directly or indirectly by job site activities

Except for motor trucks, truck tractors, buses, and passenger vehicles, equip all hydrocarbon-fueled

engines, both stationary and mobile, including motorcycles, with spark arresters that meet USFS

standards as specified in the Forest Service Spark Arrester Guide. Maintain the spark arresters in

good operating condition. Spark arresters are not required by Cal Fire, the BLM, or the USFS on

equipment powered by properly maintained exhaust-driven turbo-charged engines or equipped with

scrubbers with properly maintained water levels. The Forest Service Spark Arrester Guide is

available at the district offices.

Park vehicles in cleared, designated parking and staging areas only.

Each area to be cleared and grubbed shall be cleared and kept clear of flammable material such as

dry grass, weeds, brush, downed trees, oily rags and waste, paper, cartons, and plastic waste. Before

clearing and grubbing, clear a fire break at the outer limits of the areas to be cleared and grubbed.

Other fire breaks may be ordered and are change order work.

Furnish the following fire tools:

1. 1 shovel and 1 fully charged fire extinguisher UL rated at 4 B:C or more on each truck,

personnel vehicle, tractor, grader, or other heavy equipment.

2. 1 shovel and 1 backpack 5-gallon water-filled tank with pump for each welder.

3. 1 shovel or 1 chemical pressurized fire extinguisher, fully charged, for each gasoline-

powered tool, including chain saws, soil augers, and rock drills. The fire tools shall

always be within 25 feet from the point of operation of the power tool. Each fire

extinguisher shall be of the type and size required by Public Resources Code section

4431. Each shovel shall be size O or larger and at least 46 inches long.

Cal Fire, USFS, and BLM have established the following adjective class ratings for 5 levels of fire

danger for use in public information releases and fire protection signing: low, moderate, high, very

Page 39: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 33

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

high, extreme. Obtain the fire danger rating daily for the project area from the nearest Cal Fire unit

headquarters, USFS ranger district office, or BLM field office.

If a discrepancy between the fire danger ratings obtained from the nearest office of Cal Fire, USFS,

or BLM exists, you shall conduct operations according to the highest of the fire danger ratings.

If the fire danger rating reaches very high:

1. Falling of dead trees or snags shall be discontinued.

2. No open burning is permitted and fires shall be extinguished.

3. Welding shall be discontinued except in an enclosed building or within an area cleared of

flammable material for a radius of 15 feet.

4. Blasting shall be discontinued.

5. Smoking is allowed only in automobiles and cabs of trucks equipped with an ashtray or

in cleared areas immediately surrounded by a fire break unless prohibited by other

authority.

6. Vehicular travel is restricted to cleared areas except in case of emergency.

If the fire danger rating reaches extreme, take the precautions specified for a very high fire danger

rating except smoking is not allowed in an area immediately surrounded by a firebreak and work of a

nature that could start a fire requires that properly equipped fire guards be assigned to such operation

for the duration of the work.

The Engineer may suspend work wholly or in part due to hazardous fire conditions. The days during

this suspension are non–working days.

If field and weather conditions become such that the determination of the fire danger rating is

suspended, Section 7-1.02M(2) will not be enforced for the period of the suspension of the

determination of the fire danger rating. The Engineer will notify you of the dates of the suspension

and resumption of the determination of the fire danger rating.

Replace Section 7-1.05, “Indemnification” with:

Wherever the words “State of California and all officers and employees” or similar references

appear, they shall be revised to read, “the County of Tuolumne and all its elected and appointed

officials, officers, agents, employees, and volunteers”.

Indemnity Agreement

The Contractor shall indemnify, defend and hold harmless the County of Tuolumne and its

elected and appointed officials, officers, agents, employees, and volunteers, including its

consultants connected with the work, as well as all property owners that have granted

construction easements to the County for this project, from all claims, suits or actions of

every kind and description, brought forth, or on account of, injuries to or death of any person

including, but not limited to, workmen and the public, or damage to property arising out of

the Contractor’s performance of the work under the contract, except as otherwise provided by

statute. The duty of the Contractor to indemnify and hold harmless includes the duties as set

forth in Section 2778 of the Civil Code.

Page 40: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 34

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The Contractor waives any and all rights to any type of express or implied indemnity against

the County, its elected and appointed officials, officers, agents, employees, and volunteers. It

is the intent of the parties that the Contractor will indemnify, defend, and hold harmless the

County, its elected and appointed officials, officers, agents, employees, and volunteers from

any and all claims, suits or actions as set forth above regardless of the existence or degree of

fault or negligence whether active or passive, primary or secondary, on the part of the

County, the Contractor, the subcontractor or employee of any of these.

The Contractor shall indemnify, hold harmless, and defend the County of Tuolumne against

any and all actions, proceedings, penalties or claims arising out of the Contractor’s failure to

comply with the federal immigration laws.

If such indemnification becomes necessary, the County Counsel for the County shall have the

absolute right and discretion to approve or disapprove of any and all counsel employed to

defend the County. This indemnification clause shall survive the termination or expiration of

the contract.

Replace Section 7-1.06, “Insurance” with:

Wherever the words “State of California and all officers and employees” or similar references

appear, they shall be revised to read, “the County of Tuolumne and all its elected and appointed

officials, officers, agents, employees, and volunteers”.

Insurance

Before Contractor shall commence work under this contract and before any subcontractor

shall commence work under any subcontract executed pursuant to this contract, the

Contractor shall deposit or cause subcontractor to deposit a policy or binder evidencing each

insurance required by this contract with the County.

1. General Liability Insurance Coverage: The Contractor, at its own cost and expense,

shall procure and maintain during its performance of this contract, a policy of liability

insurance issued by an insurance company acceptable to the County and insuring the

County, its elected and appointed officials, officers, agents, employees and

volunteers, as additional insured, against loss or liability caused by or connected with

the performance of this contract by the Contractor, its agents, subcontractors, and

employees in amounts as set forth.

The Contractor shall provide Employer’s Liability Insurance in amounts not less than:

A. $1,000,000 for each accident for bodily injury by accident.

B. $1,000,000 policy limit for bodily injury by disease.

C. $1,000,000 for each employee for bodily injury by disease.

D $100,000 for property damage.

Page 41: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 35

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The certificate of insurance shall show coverage limits and aggregate limit applying

to premises and operations and broad form contractual (and professional liability).

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:

A. Premises, operations, and mobile equipment.

B. Products and completed operations.

C. Broad form property damage (including completed operations).

D. Explosion, collapse, and underground hazards.

E. Personal injury.

F. Contractual liability.

The Contractor shall ensure that all of its subcontractors carry sufficient insurance

coverage that the Contractor deems adequate based on the size, duration, and hazards

of the subcontracted work.

The policy shall not contain the so-called “x”, “c” “u” exclusions.

This policy of insurance shall include a provision that the insurance provided by the

policy shall be primary as to any other insurance available to the additional insured.

Said Certificate of Insurance shall be in a form acceptable to the County. Copies of a

Certificate of Insurance form and Additional Insured Endorsement form may be

obtained from the County Administrative Officer, 2 South Green Street, Sonora.

The limits of liability shall be at least the amounts shown in the following table: For Each

Occurrence1

Aggregate for Products /

Completed Operation

General

Aggregate2

Umbrella or Excess

Liability3

$1,000,000 $2,000,000 $2,000,000 $5,000,000

1. Combined single limit for bodily injury and property damage.

2. This limit shall apply separately to the Contractor’s work under this contract.

3. The umbrella or excess policy shall contain a clause stating that it takes effect

(drops down) in the event the primary limits are impaired or exhausted.

2. Automobile Liability Insurance: The Contractor, at its own cost and expense, shall

procure and maintain, during its performance of this contract, insurance with a limit

of liability per occurrence of $1,000,000 for bodily injury and $100,000 for property

damage. This insurance shall cover for bodily injury and property damage and for

owned and unowned automobiles.

3. Worker’s Compensation Insurance: The Contractor, at its own cost and expense,

shall procure and maintain during its performance of this contract, a policy of

Worker’s Compensation issued by an insurance company acceptable to the County

Page 42: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 36

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

for the protection of its employees, including executive, managerial and supervisorial

employees, engaged in any work required by this contract.

4. Subcontractor’s Insurance: The Contractor shall require each subcontractor

employed by it to perform labor or furnish materials required by this contract to

procure and maintain, at subcontractor’s own cost and expense, during the

performance of such labor or the furnishing of such materials, a policy of Worker’s

Compensation or employer’s liability insurance as set forth in Item 3, above.

Cancellation of Insurance

Contractor shall provide written notice to the County at least thirty (30) days prior to

cancellation or reduction of coverage. Should any such notice be given before completion of

the work hereunder, or should any such policy be canceled before completion of said work,

the County may renew said policy or procure a new policy conforming herewith and deduct

the cost thereof from any amounts due the Contractor.

Insurance coverage in the minimum amounts set forth herein shall not be construed to relieve

the Contractor for liability in excess of such coverage, nor shall it preclude the County from

taking such other actions as are available to it under any other provision of this contract or

otherwise in law.

Add after the first paragraph to Section 7-1.11A, “General”:

Use of United States –flag vessels:

The Contractor agrees –

(1) To utilize privately owned United States-flag commercial vessels to ship at least

50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo

liners, and tankers) involved, whenever shipping any equipment, material, or

commodities pursuant to this contract, to the extent such vessels are available at fair

and reasonable rates for United States-flag commercial vessels.

(2) To furnish within 20 days following the date of loading for shipments originating

within the United States or within 30 working days following the date of loading for

shipments originating outside the United States, a legible copy of a rated, ‘on-board’

commercial ocean bill-of-lading in English for each shipment of cargo described in

paragraph (1) of this section to both the Contracting Officer (through the prime

contractor in the case of subcontractor bills-of-lading) and to the Division of National

Cargo, Office of Market Development, Maritime Administration, Washington, DC

20590.

(3) To insert the substance of the provisions of this clause in all subcontracts issued

pursuant to this contract.

Title VI Assurances

Page 43: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 37

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

During the performance of this contract, the Contractor, for itself, its assignees and

successors in interest (collectively, “Contractor”) agrees as follows:

(1) Compliance with Regulations: Contractor shall comply with the regulations

relative to nondiscrimination in federally assisted programs of the Department of

Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be

amended from time to time, (“Regulations”), which are herein incorporated by

reference and made a part of this contract.

(2) Nondiscrimination: Contractor, with regard to the work performed by it

during this contract, shall not discriminate on the grounds of race, color, sex, national

origin, religion, age, or disability in the selection and retention of sub-applicants,

including procurements of materials and leases of equipment. Contractor shall not

participate either directly or indirectly in the discrimination prohibited by Section

21.5 of the Regulations, including employment practices when this contract covers a

program set forth in Appendix B of the Regulations.

(3) Solicitations for Subcontracts, Including Procurements of Materials and

Equipment: In all solicitations either by competitive bidding or negotiation made by

Contractor for work to be performed under a subcontract, including procurements of

materials or leases of equipment, each potential sub-applicant or supplier shall be

notified by Contractor of the Contractor’s obligations under this contract and the

Regulations relative to nondiscrimination on the grounds of race, color, or national

origin.

(4) Information and Reports: Contractor shall provide all information and reports

required by the Regulations, or directives issued pursuant thereto, and shall permit

access to its books, records, accounts, other sources of information, and its facilities

as may be determined by the County, the California Department of Transportation or

FHWA to be pertinent to ascertain compliance with such Regulations or directives.

Where any information required of Contractor is in the exclusive possession of

another who fails or refuses to furnish this information, Contractor shall so certify to

the County, the California Department of Transportation or the FHWA as

appropriate, and shall set forth what efforts Contractor has made to obtain the

information.

(5) Sanctions for Noncompliance: In the event of Contractor’s noncompliance

with the nondiscrimination provisions of this contract, the County shall impose such

contract sanctions as it, the California Department of Transportation or the FHWA

may determine to be appropriate, including, but not limited to:

(a) withholding of payments to Contractor under this contract within a

reasonable period of time, not to exceed 90 days; and/or

(b) cancellation, termination or suspension of the contract, in whole or in part.

(6) Incorporation of Provisions: Contractor shall include the provisions of

paragraphs (1) through (6) in every subcontract, including procurements of materials

and leases of equipment, unless exempt by the Regulations, or directives issued

pursuant thereto.

Page 44: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 38

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Contractor shall take such action with respect to any subcontract or procurement as the

County, the California Department of Transportation or FHWA may direct as a means of

enforcing such provisions including sanctions for noncompliance, provided, however, that, in

the event Contractor becomes involved in, or is threatened with, litigation with a sub-

applicant or supplier as a result of such direction, Contractor may request the County enter

into such litigation to protect the interests of the County, the California Department of

Transportation enter into such litigation to protect the interests of the State, and, in addition,

Contractor may request the United States to enter into such litigation to protect the interests

of the United States.

Replace Section 7-1.11B, “FHWA-1273,” in its entirety with:

Section 7-1.11B, “FHWA-1273,” of the Standard Specifications is not applicable to this FEMA-

funded project. 2 CFR Section 200.326 and 2 CFR Part 200, Appendix II, “Required Contract

Clauses” apply to this project.

Attention is directed to Section 7-1.11C, “Female and Minority Goals”

Attention is directed to Section 7-1.11D, “Training”

Add Section 7-1.12, “FEMA Required Provisions”

A. 2 CFR § 200.322 Procurement of recovered materials.

(1) In the performance of this contract, the Contractor shall make maximum use of products

containing recovered materials that are EPA- designated items unless the product cannot be

acquired—

(i) Competitively within a timeframe providing for compliance with the contract performance

schedule;

(ii) Meeting contract performance requirements; or

(iii) At a reasonable price.

(2) Information about this requirement, along with the list of EPA-designate items, is available at

EPA’s Comprehensive Procurement Guidelines website, https://www.epa.gov/smm/comprehensive-

procurement-guideline-cpg-program.

B. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708.)

(a) Pursuant to 40 U.S.C. § 3702, each contractor must be required to compute the wages of every

mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the

standard work week is permissible provided that the worker is compensated at a rate of not less than

one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work

week.

(b) Pursuant to 40 USC § 3704, no contractor or subcontractor contracting for any part of the

contract work shall require any laborer or mechanic employed in the performance of the contract to

work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to

Page 45: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 39

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

health or safety. These requirements do not apply to the purchases of supplies or materials or

articles ordinarily available on the open market, or contracts for transportation or transmission of

intelligence.

(c) 29 CFR 5.5(b). As used in this subsection, the terms laborers and mechanics include watchmen

and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract

work which may require or involve the employment of laborers or mechanics shall require or permit

any such laborer or mechanic in any workweek in which he or she is employed on such work to

work in excess of forty hours in such workweek unless such laborer or mechanic receives

compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked

in excess of forty hours in such workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the

clause set forth in paragraph (1) of this subsection, the contractor and any subcontractor responsible

therefor shall be liable for the 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 laborer or mechanic, including watchmen and guards,

employed in violation of the clause set forth in paragraph (1) of this subsection, in the sum of $26 for

each calendar day on which such individual was required or permitted to work in excess of the

standard workweek of forty hours without payment of the overtime wages required by the clause set

forth in paragraph (1) of this subsection.

(3) Withholding for unpaid wages and liquidated damages. The County shall upon its own action or

upon written request of an authorized representative of the Department of Labor withhold or cause to

be withheld, from any moneys payable on account of work performed by the contractor or

subcontractor under any such contract or any 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 liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as

provided in the clause set forth in paragraph (2) of this subsection.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth

in paragraphs (1) through (4) of this subsection and also a clause requiring the subcontractors to

include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for

compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs

(1) through (4) of this subsection.

C. Clean Air Act and the Federal Water Pollution Control Act.

(a) Clean Air Act

(1) The contractor agrees to comply with all applicable standards, orders or regulations issued

pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.

(2) The contractor agrees to report each violation to the County and understands and agrees that the

County will, in turn, report each violation as required to assure notification to the Federal

Emergency Management Agency and the appropriate Environmental Protection Agency Regional

Office.

(3) The contractor agrees to include these requirements in each subcontract exceeding $150,000

financed in whole or in part with Federal assistance provided by FEMA.

(b) Federal Water Pollution Control Act

Page 46: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 40

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

(1) The contractor agrees to comply with all applicable standards, orders or regulations issued

pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.

(2) The contractor agrees to report each violation to the County and understands and agrees that the

County will, in turn, report each violation as required to assure notification to the Federal

Emergency Management Agency and the appropriate Environmental Protection Agency Regional

Office.

(3) The contractor agrees to include these requirements in each subcontract exceeding $150,000

financed in whole or in part with Federal assistance provided by FEMA.

D. Access to Records.

The following access to records requirements apply to this contract:

(1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General

of the United States, or any of their authorized representatives access to any books, documents,

papers, and records of the Contractor which are directly pertinent to this contract for the purposes of

making audits, examinations, excerpts, and transcriptions.

(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means

whatsoever or to copy excerpts and transcriptions as reasonably needed.

(3) The contractor agrees to provide the FEMA Administrator or his authorized representatives

access to construction or other work sites pertaining to the work being completed under the contract.

E. DHS Seal, Logo, and Flags.

The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of

DHS agency officials without specific FEMA pre- approval.

F. Compliance with Federal Law, Regulations, and Executive Orders.

This is an acknowledgement that FEMA financial assistance will be used to fund the contract only.

The contractor will comply will all applicable federal law, regulations, executive orders, FEMA

policies, procedures, and directives.

G. No Obligation by Federal Government.

The Federal Government is not a party to this contract and is not subject to any obligations or

liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting

from the contract.

H. Fraud and False or Fraudulent or Related Acts.

The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims

and Statements) applies to the contractor’s actions pertaining to this contract.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 47: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 41

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 8

PROSECUTION AND PROGRESS

Attention is directed to the provisions of Section 8, “Prosecution and Progress,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

prosecution and progress.

Replace Section 8-1.02A, “General” with:

The Contractor shall submit to the Engineer a practicable progress schedule before beginning work

and within ten (10) working days of award of the contract. Contractor shall submit an updated

schedule within two (2) working days of the Engineer’s written request at any other time.

The Contractor shall furnish the schedule in Microsoft Project or comparable software. The schedule

shall be submitted both electronically and printed. The schedule shall be a time-scaled bar chart on

maximum 11 x 17 inch sheet size, to include at least:

A. Project title, project number, and federal aid number, if applicable.

B. Identifications and listing in chronological order of those activities reasonably required to

complete the work, including, but not limited to, move in and other preliminary activities,

installation of each of the payment items shown on the Bid Schedule, Exhibit “A,”

project closeout and cleanup.

C. Identify (i) horizontal time frame by calendar day, (ii) duration, early start, and

completion for each activity, and (iii) critical activities.

D. Subsequent submission: Show overall percent complete, projected, actual, and

completion progress by listed activity.

The schedule shall show the order in which the Contractor proposes to carry out the work

requirements of the contract and is subject to approval by the Engineer.

Replace Section 8-1.02D, “Payment” with:

Full compensation for preparing, furnishing, and updating schedules is included in the payment for

the bid items and no additional compensation is allowed.

Add to Section 8-1.03, “Preconstruction Conference”:

A preconstruction conference will be held at the office of the Department of Public Works for the

purpose of discussing with the Contractor the scope of work, contract drawings, specifications,

existing conditions, materials to be ordered, equipment to be used, value engineering possibilities,

and all essential matters pertaining to the prosecution of and the satisfactory completion of the

project as required. The Contractor’s representatives at this conference shall include all major

superintendents for the work and may include subcontractors.

The Contractor shall submit the project schedule, public notices, and traffic control plan submittals

to the Engineer at the preconstruction conference.

Page 48: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 42

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Replace the first two paragraphs of Section 8-1.04, “Job Site Activities” with:

The Contractor shall begin work within ten (10) calendar days after the date on the “Notice to

Proceed” issued by the Engineer. If work is not started within this period, the first working day will

be the 11th calendar day after the date on the Notice to Proceed, for purposes of Section 8-1.05,

“Time.”

Add to Section 8-1.05, “Time”:

Beginning on the first working day, said work shall be diligently prosecuted to completion before the

expiration of

50 WORKING DAYS

Add to Section 8-1.06, “Suspensions”:

Tuolumne County is subject to highly variable climatic conditions at all times during the year.

Heavy precipitation and the rate and level of water flow through a construction worksite can prevent

or adversely affect work progress, damage work in progress, create hazardous conditions for workers

or motorists, or result in excessive water pollution during certain stages of the work. As a result,

construction projects may be subject to extended and frequent suspensions to accommodate

changing water conditions and due to weather conditions which may adversely affect the work.

Since such suspensions and delays can reasonably be anticipated during construction, all provisions

of Section 8-1.06, “Suspensions,” of the Standard Specifications shall apply, and no additional

payment will be made for such suspensions or delays except as specifically included therein.

Replace the third and fourth paragraphs of Section 8-1.10A, “General” with:

The Contractor shall pay liquidated damages to the County of Tuolumne in the sum of three

thousand five hundred dollars ($3,500) per day for each and every calendar day’s delay in

finishing the work in excess of the number of working days prescribed in Section 8-1.05, “Time,” of

these Special Provisions.

Liquidated damages shall apply to the administrative costs of the County only and shall not apply to

damages that may occur as a result of the delay and third party claims.

Attention is directed to Section 8-1.13, “Contractor’s Control Termination”

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 49: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 43

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 9

PAYMENT

Attention is directed to the provisions of Section 9, “Payment,” of the Standard Specifications and

these Special Provisions for the requirements and conditions related to payment.

Add to Section 9-1.02A, “General”:

Specific provisions regarding the basis of measurement and payment for some bid items are included

in each Division listed of these Special Provisions. Measurement for items shown in Exhibit A (Bid

Schedule) shall be in accordance with the Standard Specifications, unless otherwise noted herein.

Add to Section 9-1.03, “Payment Scope”:

Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract Code

and Section 7108.5 of the Business and Professions Code concerning prompt payment to

subcontractors and Section 5-1.13J, “Prompt Progress Payment to Subcontractors,” of these Special

Provisions.

Replace Section 9-1.16A, “General” with:

For the purpose of making progress payments pursuant to Section 9-1.16, “Progress Payments,” of

the Standard Specifications, the amount set forth for the contract items of work hereinafter listed

shall be deemed to be the maximum value of the contract item of work which will be recognized for

progress payment purposes.

After acceptance of the contract pursuant to the provisions in Section 5-1.46, “Final Inspection and

Contract Acceptance,” of the Standard Specifications and these Special Provisions, the amount, if

any, payable for a contract item of work in excess of the maximum value for progress payment

purposes hereinabove listed for the item, will be included for payment in the first estimate made

after acceptance of the contract.

The County shall pay the Contractor based on Engineer-prepared monthly progress estimates. Each

Estimate shall reflect:

1. Total work completed up to and including the 20th day of a month

2. Change order bills if:

2.1 Submitted by the 15th day of a month

2.2 Approved by the 20th day of a month

3. Amount for materials on hand

4. Amount earned for mobilization

5. Deductions

6. Withholds

7. Resolved potential claims

8. Payment adjustments

Page 50: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 44

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Submit certification stating that the work complies with the QC procedures. The Engineer shall not

process a progress estimate without a signed certification.

Add to Section 9-1.16E, “Withholds”:

Upon the Contractor’s request, the County will make payment of funds withheld from progress

payments, pursuant to the requirements of Public Contract Code section 22300, if the Contractor

deposits, in escrow with the County Treasurer or with a bank acceptable to the County, securities

eligible for the investment of State of California funds under Government Code section 16430 or

bank or savings and loan certificates of deposit, or interest bearing accounts, or standby letters of

credit, upon the following conditions:

a. The Contractor shall bear the expense of the County and the escrow agent, either the

County Treasurer or the bank, in connection with the escrow deposit made.

b. Securities or certificates of deposit to be placed in escrow shall be of a value at least

equivalent to the amounts of retention to be paid to the Contractor, pursuant to this

section.

c. The Contractor shall enter into an escrow agreement satisfactory to the County which

shall include provisions concerning:

1) the amount of securities to be deposited

2) the providing of powers of attorney or other documents necessary for the transfer

of the securities to be deposited

3) conversion to cash to provide funds to meet defaults by the Contractor, including

but not limited to termination of the Contractor’s control over the work, stop

notices filed pursuant to law, assessment of liquidated damages, of other amounts

to be kept or retained under the provisions of the contract

4) decrease in value of securities on deposit

5) the termination of the escrow upon completion of the contract.

d. The Contractor shall obtain the written consent of the surety to such agreement.

Alternatively, the Contractor may request deposit of these funds directly to the escrow agent to be

invested in securities at the Contractor’s direction, the interest on which shall be the Contractor’s

property. Such deposit shall be subject to the above conditions a, c and d except the reference to

securities shall refer to those in which Contractor invests the funds to be deposited.

Replace Section 9-1.16F, “Retentions” with:

In making progress payments, the County may retain a portion of the amount otherwise due the

Contractor. Except as otherwise provided, the amount retained by the County shall be limited to the

following:

a. Withholding of not more than five (5) percent of the total payment until thirty-five (35)

days after the Notice of Completion has been signed by Board of Supervisors and placed

on the record with the County Recorder.

b. Withholding of not more than fifty (50) percent of the value of the materials approved for

partial payment and as shown on paid invoices by the Contractor so estimated to have

been furnished and delivered unused as aforesaid as part security for the fulfillment of the

contract by the Contractor.

Page 51: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 45

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

No such estimate or payment shall be required to be made when, in the judgment of the Engineer,

the work is not proceeding in accordance with the provisions of the contract or when, in his

judgment, the total value of the work completed since the last estimate amounts to less than three

hundred dollars ($300.00).

When calculating progress payments, bid item prices shall be rounded down to the nearest whole

cent.

No estimate of payment shall be construed to be an acceptance of any defective work or improper

materials.

Attention is directed to Section 5-1.13K, “Prompt Payment of Funds Withheld to Subcontractors,” of

these Special Provisions.

Add to Section 9-1.17B, “Payment Before Final Estimate”:

Upon satisfactory completion of the entire contract, the Engineer shall recommend the acceptance of

the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a

Notice of Completion to be recorded with the County Recorder.

Retention will be retained for a period of thirty-five (35) days after the recording of the Notice of

Completion for the purpose of clearing liens filed against the work performed or materials supplied.

Delete the third paragraph of Section 9-1.17C, “Proposed Final Estimate”

Replace Section 9-1.22, “Arbitration” with:

A. Actions by County Upon Receipt of Claim.

1. Upon receipt of a Claim, the County shall conduct a reasonable review of the Claim and,

within a period not to exceed forty-five (45) days, shall provide the Contractor a written

statement identifying what portion of the Claim is disputed and what portion is

undisputed.

2. The County and the Contractor may, by mutual agreement, extend the time period

provided in this Section.

3. If the County needs approval from the Board of Supervisors to provide the Contractor a

written statement identifying the disputed portion and the undisputed portion of the

Claim, and the Board does not meet within the forty-five (45) days or within the mutually

agreed to extension of time following receipt of a Claim sent by registered mail or

certified mail, return receipt requested, the County shall have up to three (3) days

following the next duly publicly noticed meeting of the Board of Supervisors after the

Page 52: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 46

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

forty-five (45) day period, or extension, expires to provide the Contractor a written

statement identifying the disputed portion and the undisputed portion.

B. Written Statement by County. Any payment due on an undisputed portion of the Claim shall

be processed and made within sixty (60) days after the County issues its written statement.

Failure by the County to issue a written statement shall result in the Claim being deemed

rejected in its entirety. A Claim that is denied by reason of the County’s failure to have

responded to a Claim, or its failure to otherwise meet the time requirements of this Section,

shall not constitute an adverse finding with regard to the merits of the Claim or the

responsibility or qualifications of the Contractor.

C. Contractor’s Dispute of Written Response. If the Contractor disputes the County’s written

response, or if the County fails to respond to a Claim issued pursuant to this Section within

the time prescribed, the Contractor may demand in writing an informal conference to meet

and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent

by registered mail or certified mail, return receipt requested, the County shall schedule a

meet and confer conference within thirty (30) days for settlement of the dispute.

D. Written Statement by County After Meet and Confer Conference. Within ten (10) business

days following the conclusion of the meet and confer conference, if the Claim or any portion

of the Claim remains in dispute, the County shall provide the Contractor a written statement

identifying the portion of the Claim that remains in dispute and the portion that is undisputed.

Any payment due on an undisputed portion of the Claim shall be processed and made within

sixty (60) days after the County issues its written statement.

E. Nonbinding Mediation.

1. Any disputed portion of the Claim, as identified by the Contractor in writing, shall be

submitted to nonbinding mediation, with the County and the Contractor sharing the

associated costs equally. The County and Contractor shall mutually agree to a mediator

within ten (10) business days after the disputed portion of the Claim has been identified

in writing. If the parties cannot agree upon a mediator, each party shall select a mediator

and those mediators shall select a qualified neutral third party to mediate with regard to

the disputed portion of the Claim. Each party shall bear the fees and costs charged by its

respective mediator in connection with the selection of the neutral mediator.

2. Mediation includes any nonbinding process, including, but not limited to, neutral

evaluation or a dispute review board, in which an independent third party or board assists

the parties in dispute resolution through negotiation or by issuance of an evaluation. Any

mediation utilized shall conform to the timeframes in this Section.

3. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject

to applicable procedures outside this Section.

4. Unless otherwise agreed to by the County and the Contractor in writing, the mediation

conducted pursuant to this Section shall excuse any further obligation under Section

20104.4 of the Public Contract Code to mediate after litigation has been commenced.

Page 53: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 47

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

5. The Claim resolution procedures in this Section do not preclude the County from

requiring arbitration of disputes under private arbitration or the Public Works Contract

Arbitration Program, if mediation under this Section does not resolve the parties’ dispute.

F. Amounts Not Paid Timely. Amounts not paid in a timely manner as required by this Section

shall bear interest at 7 percent per annum.

G. Claims by Subcontractors. If a subcontractor or a lower tier subcontractor lacks legal

standing to assert a Claim against the County because privity of contract does not exist, the

Contractor may present to the County a Claim on behalf of a subcontractor or lower tier

subcontractor. A subcontractor may request in writing, either on his or her own behalf or on

behalf of a lower tier subcontractor, that the Contractor present a Claim for Work which was

performed by the subcontractor or by a lower tier subcontractor on behalf of the

subcontractor. The subcontractor requesting that the Claim be presented to the public entity

shall furnish reasonable documentation to support the Claim. Within forty-five (45) days of

receipt of this written request, the Contractor shall notify the subcontractor in writing as to

whether the Contractor presented the Claim to the County and, if the original Contractor did

not present the Claim, provide the subcontractor with a statement of the reasons for not

having done so.

H. Prompt response when needed. Whenever it appears that a prompt response is essential,

County will respond to Claims sooner than the limits prescribed above.

I. Compliance.

1. The provisions of this Section constitute a non-judicial Claim settlement procedure that,

pursuant to Section 930.2 of the Government Code, shall constitute a condition precedent

to submission of a valid Claim under the Government Code. Contractor shall bear all

costs incurred in the preparation, submission and administration of a Claim. Any Claims

presented in accordance with the Government Code must affirmatively indicate

Contractor’s prior compliance with the Claims procedure herein and the previous

dispositions of the Claims asserted. Pursuant to Government Code section 930.2, the one

(1) year period in Government Code section 911.2 shall be reduced to one hundred and

fifty (150) days from either accrual of the cause of action, substantial completion or

termination of the contract, whichever occurs first; in all other respects, the Government

Code shall apply unchanged.

2. Failure to submit and administer Claims as required in this Section shall waive

Contractor’s right to Claim on any specific issues not included in a timely submitted

Claim. Claim(s) or issue(s) not raised in a timely protest and timely Claim submitted

under this Section may not be asserted in any subsequent litigation, Government Code

Claim, or legal action.

3. County shall not be deemed to waive any provision under this Section, if at County’s sole

discretion, a Claim is administered in a manner not in accord with this Section. Waivers

or modifications of this Section may only be made through a signed Change Order

Page 54: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 48

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

approved as to form by legal counsel for both County and Contractor; oral or implied

modifications shall be ineffective.

J. Filing of Government Code Claims. If the Contractor still remains unsatisfied and desires to

preserve his/her right to pursue the matter further, Contractor must then file a claim with

County, pursuant to Government Code section 900 et seq. or section 910 et seq.

K. Civil Action. If the Government Code claim is denied, Contractor may file an action in court.

Such action shall be subject to Public Contract Code sections 9204 or 20104.4. This Section

applies only to claims subject to Public Contract Code sections 9204 or 20104. If a claim is

not subject to Public Contract Code sections 9204 or 20104, the Contractor's right to file a

civil action shall be as otherwise provided by law. Any litigation arising out of this Contract,

whether brought under the provisions of Sections 9204 or 20104 et seq. of the Public

Contract Code or any other legal basis, including litigation involving tort claims, shall be

brought and adjudicated in Tuolumne County. Contractor hereby waives the removal

provisions of California Code of Civil Procedure section 394.

L. Claims for damages. Should either party to this Contract suffer injury or damage to person or

property because of any act or omission of the other party or of any of his/her/its employees,

agents, or others for whose acts he/she/it is legally liable, Claim shall be made, in writing, to

such other party within a reasonable time after the first observance of such injury or damage,

provided that in no case may such a Claim be filed after expiration of any applicable statute

of limitations for filing such a Claim. Claims against County that are subject to this Section

shall comply with all procedures set forth in the Government Code concerning claims against

public entities.

M. Consistency with Public Contract Code Sections 9204 and 20104 et seq. If any Claim arising

under this Contract is subject to the provisions of Public Contract Code sections 9204 or

20104 et seq., and if provisions of those sections require a procedure or procedural element

different from that established in this Contract, then the provisions of those sections shall

apply in place of the conflicting procedure or procedural element established herein.

END OF DIVISION I

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 55: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 49

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION II GENERAL CONSTRUCTION

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 10

GENERAL

Attention is directed to the provisions of Section 10, “General,” of the Standard Specifications and

these Special Provisions for the performing construction work.

Replace Reserved in Section 10-1.03, “Time Constraints” with:

Temporary creek diversion system must be in place before work within the creek occurs.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 11

WELDING

Attention is directed to the provisions of Section 11, “Welding,” of the Standard Specifications and

these Special Provisions for welding where welding is specified to comply with an AWS welding

code.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 12

TEMPORARY TRAFFIC CONTROL

Attention is directed to the provisions of Section 12, “Temporary Traffic Control,” of the Standard

Specifications and these Special Provisions for the providing temporary traffic control.

Replace Section 12-1.04, “Payment” with:

Flagging is included in the payment for traffic control system.

Little Fuller Road will remain closed to public traffic at the project site for the duration of

construction.

Pioneer Trail is to remain open to local traffic at all times

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 56: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 50

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 13

WATER POLLUTION CONTROL

Attention is directed to the provisions of Section 13, “Water Pollution Control,” of the Standard

Specifications and these Special Provisions for the general specifications for preventing, controlling,

and abating water pollution within the waters of the State of California.

Add after the 2nd paragraph in Section 13-2.01A, “Summary”:

The water pollution control program must include the following, at a minimum:

1. Temporary Concrete Washout Facility

2. Temporary Construction Entrance

Unit prices specified for the above items will not be adjusted regardless of the amount the quantities

increase or decrease. Section 9-1.06 does not apply.

Replace Reserved in Section 13-12, “Temporary Creek Diversion Systems” with:

13-12 TEMPORARY CREEK DIVERSION SYSTEM

13-12.01 GENERAL

13-12.01A Summary

Section 13-12 includes specifications for constructing, maintaining, reconstructing, removing

temporary creek diversion systems, and restoring creek bed to original condition. The temporary

diversion system is used to divert upstream water flows to allow construction in a dry or dewatered

location.

Excavate and backfill as needed.

Do not install the TCDS system before June 15. Remove the TCDS system no later than October 15.

Diversion must accommodate a flow of up to 5 cfs.

Notify the engineer if the actual flows in the creek exceed 5 cfs, or a storm is forecasted to exceed

the capacity of the diversion which is sized for 5 cfs. Accommodating flows larger than 5 cfs is

change order work.

13-12.01B Submittals

Not used.

13-12.01C Temporary Creek Diversion System Plan

Temporary Creek Diversion System Plan (TCDSP) must include:

1. Installation and removal process, including equipment, platforms for equipment, and

access locations

Page 57: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 51

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

2. Calculations showing the basis of the sizing of piping, channels, pumps, or other

conveyances used in the TCDSP; calculations showing the expected water surface elevation

at the upstream diversion structure with sufficient freeboard for minor fluctuations in flow;

and calculations for the discharge water flow rate and velocity anticipated where it

discharges on any erodible surface, so its conveyance does not cause erosion within the

project or at the discharge to the water body. Temporary culverts attached to banks, walls, or

other locations, must be designed to hold the full weight of the culvert at capacity and

restrain the culvert for any expected hydraulic forces.

3. Plans showing location(s) of diversion, including layouts, cross sections, and

elevations

4. Materials proposed for use, including MSDS if applicable.

5. Operation and maintenance procedures for the TCDS.

6. Restoration plans showing before and after conditions, including photos of existing

conditions for areas disturbed during the installation, operation, and removal of the TCDS.7.

Details of the pumping system, if used, including power source, debris handling, fish

screens, and monitoring requirements.

8. The TCDS design should demonstrate how it will comply with 13-12.03A, water

tightness and prevent seepage.

All submittals which include plans, specifications, and calculations must be sealed by a licensed

California Civil Engineer.

No work will be performed that may cause creek flow disturbance until the diversion plan has been

authorized. You may proceed with construction activities if the Engineer conditionally authorizes the

temporary stream diversion system plan while minor revisions are being completed, provided the

project SWPPP has been authorized.

At least 5 days before constructing temporary creek diversion system work in the creek:

1. Submit 3 copies of your TCDSP for review. Allow 2 days for the Department's

review. The Engineer provides comments and specifies the date when the review stopped if

revisions are required.

2. Change and resubmit a revised TCDSP within 2 days of receiving the Engineer's

comments. The Department's review resumes when a complete TCDSP is resubmitted. Allow

2 days for the Department's second review. Note that the Engineer’s comments may include

the regulatory agencies’ comments as required by PLAC’s.

3. If additional comments are provided by the Engineer, change and resubmit a revised

TCDSP within 2 days of receiving the Engineer's comments.

4. When the Engineer authorizes the TCDSP, submit an electronic copy and 4 printed

copies of the authorized TCDSP.

13-12.02 MATERIALS

Not Used

13-12.03 CONSTRUCTION

13-12.03A General

Page 58: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 52

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Do not use motorized vehicles and equipment in areas of flowing and standing water for the

construction or removal of the temporary creek diversion system. Comply with Section 13-4.03.

Remove vegetation to ground level and clear away debris.Place temporary or permanent fill as

allowed by PLACs.

Do not construct or reconstruct diversion system if the 72-hour forecasts predict a 50% or greater

chance of rain in the project area.

Stop all work and remove all material and equipment from the creek between upstream and

downstream cofferdams if the 72-hour forecasts predict a 50% or greater chance of rain in the

project area and the predicted rainfall is estimated to produce a flow rate exceeding the design

capacity of the TCDS.

The TCDS must be water tight to keep the work area dry for construction and prevent the creation of

pollutants. The contractor is responsible for maintaining all portions of the TCDS and fixing leaks

as soon as they are discovered.

13-12.03B Maintenance

Prevent leaks in the temporary creek diversion system. Provide seepage pumps as necessary and

keep the work area dry to prevent the creation of sediment laden water.

Repair TCDS within 24 hours after the damage occurs.

Prevent debris from entering the TCDS and/or creek.

Remove sediment deposits and debris from TCDS as needed. If removed sediment is deposited

within project limits, it must be stabilized and not subject to erosion by wind or water, in accordance

with Section 19-1.01 and19-2.03 B

13-12.03C Removal

When no longer required, remove all components of temporary creek diversion system. Return the

creek bed and banks to the original condition.

Do not excavate the native creek material. Backfill ground disturbance, including holes and

depressions caused by the installation and removal of the TCDS with gravel. Maintain the original

line and grade of the creek bed.

13-12.04 PAYMENT

Not Used

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 59: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 53

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 14

ENVIRONMENTAL STEWARDSHIP

Attention is directed to the provisions of Section 14, “Environmental Stewardship,” of the Standard

Specifications and these Special Provisions relating to environmental compliance and environmental

resource management.

Replace the 2nd paragraph of Section 14-8.02, “Noise Control” with:

Do not operate construction equipment or run equipment engines from 7:00 p.m. to 7:00 a.m. or on

Sundays and County Holidays at the job site except to:

1. Service traffic-control facilities

2. Service construction equipment

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 15

EXISTING FACILITIES

Attention is directed to the provisions of Section 15, “Existing Facilities,” of the Standard

Specifications and these Special Provisions for performing work on existing facilities.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 16

TEMPORARY FACILITIES

Attention is directed to the provisions of Section 16, “Temporary Facilities,” of the Standard

Specifications and these Special Provisions for constructing temporary facilities.

END OF DIVISION II

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 60: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 54

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION III EARTHWORK AND LANDSCAPE

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 17

GENERAL

Attention is directed to the provisions of Section 17, “General,” of the Standard Specifications

and these Special Provisions for the general rules of interpretation.

Add to Section 17-2.03A, “General”:

Remove only trees within the grading limits, shown or approved by the Engineer.

Replace the 4th paragraph in Section 17-2.03A, “General” with:

Clear and grub vegetation only within the excavation and embankment slope lines and contour

grading lines. Staging and temporary construction easement areas can be cleared to the minimum

necessary. Obtain approval before removing trees and large shrubs outside the grading limits.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 18

DUST PALLIATIVES

Attention is directed to the provisions of Section 18, “Dust Palliatives,” of the Standard

Specifications and these Special Provisions for the requirements and conditions relating to dust

palliatives.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 19

EARTHWORK

Attention is directed to the provisions of Section 19, “Earthwork,” of the Standard Specifications

and these Special Provisions for the requirements and conditions relating to earthwork.

Add to Section 19-1.03A, “General”:

Expect difficult excavation due to hard rock and/or the presence of groundwater.

Replace the 2nd, 3rd, and 4th paragraphs of Section 19-2.03B, “Surplus Material” with:

Dispose of surplus or unsuitable material. Ensure enough material is available to complete the

embankments before disposing of it.

Page 61: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 55

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Add #5 to the 2nd paragraph in Section 19-3.01A, ”Summary”:

5. Contour grading shown

Contour grading must comply with Section 19-2.

Add to the beginning of Section 19-3.03B(1):

For footings at locations with structure excavation (Type D), ground or surface water is expected

to be encountered but seal course concrete is not needed.

Replace 1st sentence in the 6th paragraph in Section 19-3.03B(4), “Cofferdams” with:

If cofferdams are used, remove them completely after completing substructure construction.

Add to Section 19-4.01A(1), “Summary” of the RSS:

Blasting is not allowed.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 20

LANDSCAPE

Attention is directed to the provisions of Section 20, “Landscape,” of the Standard Specifications

and these Special Provisions for the requirements and conditions relating to Landscape.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 21

EROSION CONTROL

Attention is directed to the provisions of Section 21, “Erosion Control,” of the Standard

Specifications and these Special Provisions for the requirements and conditions relating to

erosion control.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 22

FINISHING ROADWAY

Attention is directed to the provisions of Section 22, “Finishing Roadway,” of the Standard

Specifications and these Special Provisions for the requirements and conditions relating to

finishing roadways.

Page 62: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 56

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

END OF DIVISION III

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 63: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 57

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION IV SUBBASES AND BASES

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 23

GENERAL

Attention is directed to the provisions of Section 23, “General,” of the Standard Specifications

and these Special Provisions for the general rules of interpretation.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 24

STABILIZED SOILS

Attention is directed to the provisions of Section 24, “Stabilized Soils,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

stabilized soils.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 25

AGGREGATE SUBBASES

Attention is directed to the provisions of Section 25, “Aggregate Subbases,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

aggregate subbases.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 26

AGGREGATE BASES

Attention is directed to the provisions of Section 26, “Aggregate Bases,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

aggregate bases.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 64: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 58

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 27

CEMENT TREATED BASES

Attention is directed to the provisions of Section 27, “Cement Treated Bases,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to cement

treated bases.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 28

CONCRETE BASES

Attention is directed to the provisions of Section 28, “Concrete Bases,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

concrete bases.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 29

TREATED PERMEABLE BASES

Attention is directed to the provisions of Section 29, “Treated Permeable Bases,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to treated

permeable bases.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 30

RECLAIMED PAVEMENT

Attention is directed to the provisions of Section 30, “Reclaimed Pavement,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

reclaimed pavement.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTIONS 31-35

RESERVED

END OF DIVISION IV

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 65: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 59

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION V SURFACING AND PAVEMENTS

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 36

GENERAL

Attention is directed to the provisions of Section 36, “General,” of the Standard Specifications

and these Special Provisions for the general rules of interpretation.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 37

BITUMINOUS SEALS

Attention is directed to the provisions of Section 37, “Bituminous Seals,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

bituminous seals.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 38

RESERVED

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 39

ASPHALT CONCRETE

Attention is directed to the provisions of Section 39, “Asphalt Concrete,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to asphalt

concrete.

Replace Section 39, “Asphalt Concrete” with the following:

39 HOT MIX ASPHALT

39-1 GENERAL

39-1.01 GENERAL

39-1.01A Summary

Section 39-1 includes general specifications for producing and placing HMA by mixing

aggregate and asphalt binder at a mixing plant and spreading and compacting the HMA mixture.

HMA includes one or more of the following types:

1. Type A

Page 66: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 60

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

2. Type B

3. OGFC, including HMA-O, RHMA-O, and RHMA-O-HB

4. RHMA-G

Produce and place HMA Type A under the Standard construction process.

39-1.01B Definitions

coarse aggregate: Aggregate retained on a no. 4 sieve.

fine aggregate: Aggregate passing the no. 4 sieve.

supplemental fine aggregate: Aggregate passing the no. 30 sieve, including hydrated lime,

portland cement, and fines from dust collectors.

39-1.02 MATERIALS

39-1.02A Geosynthetic Pavement Interlayer

Geosynthetic pavement interlayer must comply with the specifications for pavement fabric,

paving mat, paving grid, paving geocomposite grid, or geocomposite strip membrane.

39-1.02B Tack Coat

Tack coat must comply with the specifications for asphaltic emulsion or asphalts. Choose the

type 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 Section 9-1.02 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:

1. Weight ratio of water to bituminous material in the original asphaltic emulsion

2. Weight of asphaltic emulsion before diluting

3. Weight of added water

4. Final dilution weight ratio of water to asphaltic emulsion

39-1.02C Asphalt Binder

The grade of asphalt binder for Type A HMA must be PG 64-16.

39-1.02D Asphalt Rubber Binder

39-1.02D(1) General

Use asphalt rubber binder in RHMA-G, RHMA-O, and RHMA-O-HB. Asphalt rubber binder

must be a combination of:

1. Asphalt binder

2. Asphalt modifier

Page 67: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 61

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

3. CRM

The combined asphalt binder and asphalt modifier must be 80.0 ± 2.0 percent by weight of

asphalt rubber binder.

39-1.02D(2) Asphalt Modifier

Asphalt modifier must be a resinous, high flash point and aromatic hydrocarbon and must have

the values for the quality characteristics shown in the following table:

Asphalt Modifier for Asphalt Rubber Binder Quality characteristic Test method Value

Viscosity, m2/s (x 10-6) at 100 °C ASTM D 445 X ± 3 a

Flash point, Cleveland Open Cup,

°C

ASTM D 92 207 min

Molecular analysis Asphaltenes, percent by mass ASTM D 2007 0.1 max Aromatics, percent by mass ASTM D 2007 55 min

a The symbol "X" is the proposed asphalt modifier viscosity. "X" must be from 19 to 36. A change in

"X" requires a new asphalt rubber binder design.

Asphalt modifier must be from 2.0 to 6.0 percent by weight of the asphalt binder in the asphalt

rubber binder.

39-1.02D(3) Crumb Rubber Modifier

CRM consists of a ground or granulated combination of scrap tire crumb rubber and high natural

rubber. CRM must be 75.0 ± 2.0 percent scrap tire rubber and 25.0 ± 2.0 percent high natural

rubber by total weight of CRM. Scrap tire crumb rubber must be from any combination of

automobile tires, truck tires, or tire buffings.

Sample and test the scrap tire crumb rubber and high natural rubber separately. CRM must have

the values for the quality characteristics shown in the following table:

Crumb Rubber Modifier for Asphalt Rubber Binder Quality characteristic Test method Value

Scrap tire crumb rubber gradation

(% passing no. 8 sieve)

LP-10 100

High natural rubber gradation

(% passing no. 10 sieve)

LP-10 100

Wire in CRM (% max.) LP-10 0.01

Fabric in CRM (% max.) LP-10 0.05

CRM particle length (inch max.) a -- 3/16

CRM specific gravity a California

Test 208

1.1–1.2

Natural rubber content in high natural rubber (%) a ASTM D 297 40.0–48.0 a Test at mix design and for certificate of compliance.

Page 68: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 62

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

CRM must be ground and granulated at ambient temperature. If steel and fiber are cryogenically

separated, it must occur before grinding and granulating. If cryogenically produced, CRM

particles must be large enough to 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.

39-1.02D(4) Asphalt Rubber Binder Design and Profile

Submit a proposal for asphalt rubber binder design and profile. In the design, include the asphalt,

asphalt modifier, and CRM and their proportions. The profile is not a performance specification

and only serves to indicate expected trends in asphalt rubber binder properties during binder

production. The profile must include the same component sources for the asphalt rubber binder

used.

Design the asphalt rubber binder from testing you perform for each quality characteristic and for

the reaction temperatures expected during production. The 24-hour (1,440-minute) interaction

period determines the design profile. At a minimum, mix asphalt rubber binder components, take

samples, and perform and record the tests shown in the following table:

Asphalt Rubber Binder Reaction Design Profile Test Minutes of reaction a Limits

45 60 90 120 240 360 1440

Cone penetration @ 77 °F, 0.10-mm

(ASTM D 217)

X b X X 25–70

Resilience @ 77 °F, percent rebound

(ASTM D 5329)

X X X 18 min.

Field softening point, °F

(ASTM D 36)

X X X 125–165

Viscosity, centipoises (LP-11) X X X X X X X 1,500–4,000 a Six hours (360 minutes) after CRM addition, reduce the oven temperature to 275 °F for 16 hours. After

the 16-hour (1,320-minutes) cooldown after CRM addition, reheat the binder to the reaction temperature

expected during production for sampling and testing at 24 hours (1,440 minutes). b "X" denotes required testing

39-1.02D(5) Asphalt Rubber Binder

After interacting for at least 45 minutes, asphalt rubber binder must have the values for the

quality characteristics shown in the following table:

Page 69: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 63

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Asphalt Rubber Binder Quality characteristic Test for quality

control or

acceptance

Test method Value

Minimum Maximum

Cone penetration @ 77 °F, 0.10 mm Acceptance ASTM D 217 25 70

Resilience @ 77 °F, percent rebound Acceptance ASTM D 5329 18 --

Field softening point, °F Acceptance ASTM D 36 125 165

Viscosity @ 375 °F, centipoises Quality control LP-11 1,500 4,000

39-1.02E Aggregate

Aggregate must be clean and free from deleterious substances.

Aggregate used in HMA Type A must comply with the 3/4-inch HMA Types A and B gradation.

The specified aggregate gradation must be determined before the addition of asphalt binder and

includes supplemental fine aggregate. The Department tests for aggregate grading under

California Test 202, modified by California Test 105 if there is a difference in specific gravity of

0.2 or more between the coarse and fine parts of different aggregate blends.

Choose sieve size TV within each TV limit presented in the aggregate gradation tables.

The proposed aggregate gradation must be within the TV limits for the specified sieve sizes

shown in the following tables:

Page 70: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 64

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Aggregate Gradation

(Percentage Passing)

HMA Types A and B

3/4-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance

1" 100 --

3/4" 90–100 TV ± 5

1/2" 70–90 TV ± 6

No. 4 45–55 TV ± 7

No. 8 32–40 TV ± 5

No. 30 12–21 TV ± 4

No. 200 2.0–7.0 TV ± 2

1/2-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance

3/4" 100 —

1/2" 95–99 TV ± 6

3/8" 75–95 TV ± 6

No. 4 55–66 TV ± 7

No. 8 38–49 TV ± 5

No. 30 15–27 TV ± 4

No. 200 2.0–8.0 TV ± 2

3/8-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance

1/2" 100 --

3/8" 95–100 TV ± 6

No. 4 58–72 TV ± 7

No. 8 34–48 TV ± 6

No. 30 18–32 TV ± 5

No. 200 2.0–9.0 TV ± 2

No. 4 HMA Types A and B Sieve sizes TV limits Allowable tolerance

3/8" 100 --

No. 4 95–100 TV ± 7

No. 8 72–77 TV ± 7

No. 30 37–43 TV ± 7

No. 200 2.0–12.0 TV ± 4

Page 71: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 65

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

RHMA-G

3/4-inch RHMA-G Sieve sizes TV limits Allowable tolerance

1" 100 —

3/4" 95–100 TV ± 5

1/2" 83–87 TV ± 6

3/8" 65–70 TV ± 6

No. 4 28–42 TV ± 7

No. 8 14–22 TV ± 5

No. 200 0–6.0 TV ± 2

1/2-inch RHMA-G Sieve sizes TV limits Allowable tolerance

3/4" 100 --

1/2" 90–100 TV ± 6

3/8" 83–87 TV ± 6

No. 4 28–42 TV ± 7

No. 8 14–22 TV ± 5

No. 200 0–6.0 TV ± 2

Page 72: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 66

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

OGFC

1-inch OGFC Sieve sizes TV limits Allowable tolerance

1 1/2" 100 —

1" 99–100 TV ± 5

3/4" 85–96 TV ± 5

1/2" 55–71 TV ± 6

No. 4 10–25 TV ± 7

No. 8 6–16 TV ± 5

No. 200 1.0–6.0 TV ± 2

1/2-inch OGFC Sieve sizes TV limits Allowable tolerance

3/4" 100 --

1/2" 95–100 TV ± 6

3/8" 78–89 TV ± 6

No. 4 28–37 TV ± 7

No. 8 7–18 TV ± 5

No. 30 0–10 TV ± 4

No. 200 0–3.0 TV ± 2

3/8-inch OGFC Sieve sizes TV limits Allowable tolerance

1/2" 100 --

3/8" 90–100 TV ± 6

No. 4 29–36 TV ± 7

No. 8 7–18 TV ± 6

No. 30 0–10 TV ± 5

No. 200 0–3.0 TV ± 2

Before the addition of asphalt binder and lime treatment, aggregate must have the values for the

quality characteristics shown in the following table:

Page 73: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 67

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Aggregate Quality Quality characteristic Test method HMA type

A B RHMA-G OGFC

Percent of crushed particles

Coarse aggregate (% min.) One fractured face

Two fractured faces

Fine aggregate (% min) (Passing no. 4 sieve

and retained on no. 8 sieve.)

One fractured face

California

Test 205

90

75

70

25

--

20

--

90

70

90

75

90

Los Angeles Rattler (% max.) Loss at 100 rev.

Loss at 500 rev.

California

Test 211

12

45

--

50

12

40

12

40

Sand equivalent (min.) a California

Test 217

47 42 47 --

Fine aggregate angularity

(% min.) b

California

Test 234

45 45 45 --

Flat and elongated particles

(% max. by weight @ 5:1)

California

Test 235

10 10 10 10

a Reported value must be the average of 3 tests from a single sample. b The Engineer waives this specification if HMA contains less than 10 percent of nonmanufactured sand

by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or gravel.

39-1.02F Reclaimed Asphalt Pavement

You may produce HMA Type A or B, using 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 for a part of the virgin aggregate in HMA in a quantity not

exceeding 15.0 percent of the aggregate blend. Do not use RAP in OGFC and RHMA-G.

Assign the substitution rate of RAP aggregate for virgin aggregate with the JMF submittal. The

JMF must include the percent of RAP used. If you change your assigned RAP aggregate

substitution rate by more than 5 percent (within the 15.0 percent limit), submit a new JMF.

Process RAP from asphalt concrete. You may process and stockpile RAP during the entire

project. Prevent material contamination and segregation. Store RAP in stockpiles on smooth

surfaces free of debris and organic material. Processed RAP stockpiles must be only

homogeneous RAP.

39-1.03 HOT MIX ASPHALT MIX DESIGN REQUIREMENTS

39-1.03A General

The mix design process consists of performing California Test 367 and laboratory procedures on

combinations of aggregate gradations and asphalt binder contents to determine the OBC and

HMA mixture qualities. The results become the proposed JMF.

Use the Contractor Hot Mix Asphalt Design Data form to record aggregate quality and mix

design data. Use the Contractor Job Mix Formula Proposal form to present the JMF.

Page 74: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 68

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Laboratories testing aggregate qualities and preparing the mix design and JMF must be qualified

under the Department's Independent Assurance Program. Take samples under California Test

125.

The Engineer reviews the aggregate qualities, mix design, and JMF and verifies and authorizes

the JMF.

You may change the JMF during production. Do not use the changed JMF until it is authorized.

Except if adjusting the JMF as specified in Section 39-1.03E, perform a new mix design and

submit a new JMF submittal if you change any of the following:

1. Target asphalt binder percentage

2. Asphalt binder supplier

3. Asphalt rubber binder supplier

4. Component materials used in asphalt rubber binder or percentage of any

component materials

5. Combined aggregate gradation

6. Aggregate sources

7. Substitution rate for RAP aggregate of more than 5 percent

8. Any material in the JMF

For OGFC, submit a complete JMF submittal, except for asphalt binder content. The Department

determines the asphalt binder content under California Test 368 within 20 days of your complete

JMF submittal and provides you a Caltrans Hot Mix Asphalt Verification form.

39-1.03B Hot Mix Asphalt Mix Design

Perform a mix design that produces HMA with the values for the quality characteristics shown in

the following table:

Page 75: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 69

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

HMA Mix Design Requirements Quality characteristic Test

method

HMA type

A B RHMA-G

Air void content (%) California

Test 367

4.0 4.0 Section 39-1.03B

Voids in mineral aggregate (% min.) No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

17.0

15.0

14.0

13.0

17.0

15.0

14.0

13.0

--

--

18.0–23.0a

18.0–23.0a

Voids filled with asphalt (%) No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

76.0–80.0

73.0–76.0

65.0–75.0

65.0–75.0

76.0–80.0

73.0–76.0

65.0–75.0

65.0–75.0

Note c

Dust proportion No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 367

0.9–2.0

0.6–1.3

0.9–2.0

0.6–1.3

Note c

Stabilometer value (min.) b No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 366

30

37

30

35

--

23 a Voids in mineral aggregate for RHMA-G must be within this range. b California Test 304, Part 2.13. c Report this value in the JMF submittal.

Report the average of 3 tests. If the range of stability for the 3 briquettes is more than 8 points,

prepare new briquettes and test again. The average air void content may vary from the specified

air void content by ±0.5 percent.

39-1.03C Job Mix Formula Submittal

Each JMF submittal must consist of:

1. Proposed JMF on a Contractor Job Mix Formula Proposal form

2. Mix design records on a Contractor Hot Mix Asphalt Design Data form dated

within 12 months of submittal

3. JMF verification on a Caltrans Hot Mix Asphalt Verification form, if applicable

4. JMF renewal on a Caltrans Production Start-Up Evaluation form, if applicable

5. MSDS for the following:

5.1. Asphalt binder 5.2. 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, sample the following materials in the presence of the Engineer and

place in labeled containers weighing no more than 50 lb each:

Page 76: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 70

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

1. Coarse, fine, and supplemental fine aggregate from stockpiles, cold feed belts, or

hot bins. Samples must be at least 120 lb for each coarse aggregate, 80 lb for each fine

aggregate, and 10 lb for each type of supplemental fines. The Department combines these

aggregate samples to comply with the JMF TVs submitted on a Contractor Job Mix

Formula Proposal form.

2. RAP from stockpiles or RAP system. Samples must be at least 60 lb.

3. Asphalt binder from the binder supplier. Samples must be in two 1-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 1-quart cylindrical-shaped cans with open top and friction lids.

Notify the Engineer at least 2 business days before sampling materials. For aggregate and RAP,

split the samples into at least 4 parts. Submit 3 parts to the Engineer and use 1 part for your

testing.

For HMA Type A or B produced under the QC/QA construction process, submit with the JMF

submittal:

1. California Test 204 plasticity index results

2. California Test 371 tensile strength ratio results for untreated HMA

3. California Test 371 tensile strength ratio results for treated HMA if untreated

HMA tensile strength ratio is below 70

For RHMA-G produced under the QC/QA construction process, submit with the JMF submittal:

1. California Test 371 tensile strength ratio results for untreated RHMA-G

2. California Test 204 plasticity index results on the aggregate blend if untreated

RHMA-G tensile strength ratio is below 70

3. California Test 371 tensile strength ratio results for treated RHMA-G if untreated

RHMA-G tensile strength ratio is below 70

For any HMA produced under the QC/QA construction process, submit the California Test 371

test results to the Engineer.

39-1.03D Job Mix Formula Review

The Engineer reviews each mix design and proposed JMF within 5 business days from the

complete JMF submittal. The review consists of reviewing the mix design procedures and

comparing the proposed JMF with the specifications.

The Engineer may verify aggregate quality characteristics during this review period.

39-1.03E Job Mix Formula Verification

If you cannot submit a Department-verified JMF on a Caltrans Hot Mix Asphalt Verification

form dated within 12 months before HMA production, the Engineer verifies the JMF.

Page 77: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 71

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Use the OBC specified on your Contractor Hot Mix Asphalt Design Data form. No adjustments

to asphalt binder content are allowed. Based on your testing and production experience, you may

submit an adjusted aggregate gradation TV on a Contractor Job Mix Formula Proposal form

before verification testing. Aggregate gradation TV must be within the TV 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 at least 2 business days before

sampling materials.

Asphalt binder set point for HMA must be the OBC specified on your Contractor Hot Mix

Asphalt Design Data form. When RAP is used, asphalt binder set point for HMA must be:

BCRAP

BCRAP

100

BCOBC

100

( )

BCOBC

Asphalt Binder Set Point =

– RRAP

( 1 – 1 –

)1 –

BCOBC100 +

(

)BCOBC

100

Where:

BCOBC = optimum asphalt binder content, percent based on total weight of mix

RRAP = RAP ratio by weight of aggregate

BCRAP = asphalt binder content of RAP, percent based on total weight of RAP mix

In the Engineer's presence and from the same production run, take samples of:

1. Aggregate

2. Asphalt binder

3. RAP

4. HMA

Sample aggregate from cold feed belts or hot bins. Sample RAP from the RAP system. Sample

HMA under California Test 125, except if you request and if authorized, you may sample from

any of the following locations:

1. Plant

2. Truck

3. Windrow

4. Paver hopper

5. 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 and keep 1 part for your testing.

Page 78: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 72

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The Engineer verifies each proposed JMF within 20 days of receiving all verification samples

and the JMF submittal has been accepted. If you request, the Engineer verifies RHMA-G quality

requirements within 3 business days of sampling. Verification is testing for compliance with the

specifications for:

1. Aggregate quality

2. Aggregate gradation TVs within the TV limits

3. Asphalt binder content TV within the TV limit

4. HMA quality specified in the table titled "HMA Mix Design Requirements"

except:

4.1. Air void content, design value ±2.0 percent

4.2. Voids filled with asphalt, report only

4.3. Dust proportion, report only

The Engineer prepares 3 briquettes from a single split sample. To verify the JMF for stability and

air void content, the Engineer tests the 3 briquettes and reports the average of 3 tests. The

Engineer prepares new briquettes 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 California Test 308. If the same briquettes are used and the tests using bulk specific

gravity fail, the Engineer prepares 3 new briquettes and determines a new bulk specific gravity.

If the JMF is verified, the Engineer provides you a Caltrans Hot Mix Asphalt Verification form.

If tests on plant-produced samples do not verify the JMF, the Engineer notifies you and you must

submit a new JMF or submit an adjusted JMF based on your testing. JMF adjustments may

include a change in aggregate gradation TV within the TV limits specified in the aggregate

gradation tables.

You may adjust the JMF only once due to a failed verification test. An adjusted JMF requires a

new Contractor Job Mix Formula Proposal form and verification of a plant-produced sample.

A verified JMF is valid for 12 months.

For each HMA type and aggregate size specified, the Engineer verifies at the Department'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 to verifications initiated by the Engineer or JMF renewal.

Except for RAP substitution rate greater than 15 percent, for any HMA produced under the

QC/QA process the Department does not use California Test 371 test results for verification.

39-1.03F Job Mix Formula Renewal

You may request a JMF renewal by submitting:

1. Proposed JMF on a Contractor Job Mix Formula Proposal form

Page 79: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 73

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

2. Previously verified JMF documented on a Caltrans Hot Mix Asphalt Verification

form dated within 12 months

3. Mix design documentation on a Contractor Hot Mix Asphalt Design Data form

used for the previously verified JMF

Target asphalt binder content on your Contractor Job Mix Formula Proposal form and the OBC

specified on your Contractor Hot Mix Asphalt Design Data form must be the same.

If the Engineer requests, sample the following materials in the presence of the Engineer and

place in labeled containers weighing no more than 50 lb each:

1. Coarse, fine, and supplemental fine aggregate from stockpiles, cold feed belts, or

hot bins. Samples must include at least 120 lb for each coarse aggregate, 80 lb for each

fine aggregate, and 10 lb for each type of supplemental fines. The Department combines

these aggregate samples to comply with the JMF TVs submitted on a Contractor Job Mix

Formula Proposal form.

2. RAP from stockpiles or RAP system. Samples must be at least 60 lb.

3. Asphalt binder from the binder supplier. Samples must be in two 1-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 1-quart cylindrical-shaped cans with open top and friction lids.

Notify the Engineer at least 2 business days before sampling materials. For aggregate, RAP, and

HMA, split samples into at least 4 parts. Submit 3 parts to the Engineer and use 1 part for your

testing.

The Engineer may verify aggregate qualities during this review period.

The Engineer verifies the JMF under section 39-1.03E except:

1. Engineer retains samples until you provide test results for your part on a

Contractor Job Mix Formula Renewal form.

2. Department tests samples of materials obtained from the HMA production unit

after you submit test results that comply with the specifications for the quality

characteristics in section 39-1.03E.

01-20-12

3. Engineer verifies each proposed JMF renewal within 20 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 Department's expense 1 proposed JMF renewal within a 12-month period.

The most recent aggregate quality test results within the past 12 months may be used for

verification of JMF renewal or the Engineer may perform aggregate quality tests for verification

of JMF renewal.

Page 80: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 74

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

If the Engineer verifies the JMF renewal, the Engineer provides you a Caltrans Hot Mix Asphalt

Verification form.

39-1.03G Job Mix Formula Modification

For an accepted JMF, you may change asphalt binder source one time during production.

Submit your modified JMF request a minimum of 3 business days before production. Each

modified JMF submittal must consist of:

1. Proposed modified JMF on Contractor Job Mix Formula Proposal form

2. Mix design records on Contractor Hot Mix Asphalt Design Data form for the

accepted JMF to be modified

3. JMF verification on Hot Mix Asphalt Verification form for the accepted JMF to

be modified

4. Quality characteristics test results for the modified JMF as specified in section 39-

1.03B. Perform tests at the mix design OBC as shown on the Contractor Asphalt Mix

Design Data form

5. If required, California Test 371 test results for the modified JMF.

With an accepted modified JMF submittal, the Engineer verifies each modified JMF within 5

business days of receiving all verification samples. If California Test 371 is required, the

Engineer tests for California Test 371 within 10 days of receiving verification samples.

The Engineer verifies the modified JMF after the modified JMF HMA is placed on the project

and verification samples are taken within the first 750 tons following sampling requirements in

section 39-1.03E, "Job Mix Formula Verification." The Engineer tests verification samples for

compliance with:

1. Stability as shown in the table titled "HMA Mix Design Requirements"

2. Air void content at design value ±2.0 percent

3. Voids in mineral aggregate as shown in the table titled "HMA Mix Design

Requirements"

4. Voids filled with asphalt, report only

5. Dust proportion, report only

If the modified JMF is verified, the Engineer revises your Hot Mix Asphalt Verification form to

include the new asphalt binder source. Your revised form will have the same expiration date as

the original form.

If a modified JMF is not verified, stop production and any HMA placed using the modified JMF

is rejected.

The Engineer deducts $2,000 from payments for each modified JMF verification. The Engineer

deducts an additional $2,000 for each modified JMF verification that requires California Test

371.

39-1.03H Job Mix Formula Acceptance

Page 81: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 75

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

You may start HMA production if:

1. The Engineer's review of the JMF shows compliance with the specifications.

2. The Department has verified the JMF within 12 months before HMA production.

3. The Engineer accepts the verified JMF.

39-1.04 CONTRACTOR QUALITY CONTROL

39-1.04A General

Establish, maintain, and change a quality control system to ensure materials and work comply

with the specifications. Submit quality control test results within 3 business days of a request,

except if the QC/QA construction process is specified.

You must identify the HMA sampling location in your QC plan. During production, take samples

under California Test 125. You may sample HMA from:

1. Plant

2. Truck

3. Windrow

4. Paver hopper

5. Mat behind the paver

39-1.04B Prepaving Conference

Hold a prepaving conference with the Engineer at a mutually agreed time and place. Discuss

methods of performing the production and paving work.

39-1.04C Asphalt Rubber Binder

Take asphalt rubber binder samples from the feed line connecting the asphalt rubber binder tank

to the HMA plant. Sample and test asphalt rubber binder under Laboratory Procedure LP-11.

Test asphalt rubber binder for compliance with the viscosity specifications in Section 39-1.02.

During the asphalt rubber binder production and HMA production using asphalt rubber binder,

measure the viscosity every hour with not less than 1 reading for each asphalt rubber binder lot.

Each asphalt binder lot consist of 1 or multiple batches of combined asphalt binder, asphalt

modifier, and CRM proportioned under Section 39-1.02D. Log the measurements with the

corresponding time and asphalt rubber binder temperature. Submit the log daily.

Submit a certificate of compliance and test results 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 lb. Use an AASHTO-certified laboratory for testing.

Sample and test gradation and wire and fabric content of CRM once per 10,000 lb of scrap tire

crumb rubber and once per 3,400 lb of high natural rubber. Sample and test scrap tire crumb

rubber and high natural rubber separately.

Submit certified weight slips for the furnished CRM and asphalt modifier.

Page 82: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 76

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

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 California Test 367,

appendix B, and submit the results with the combined aggregate gradation.

39-1.04F Density Cores

To determine density for Standard and QC/QA construction process projects, take 4- or 6-inch

diameter density cores at least once every 5 business days. Take 1 density core for every 250

tons of HMA from random locations the Engineer designates. Take density cores in the

Engineer's presence and backfill and compact holes with authorized material. Before submitting

a density core, mark it with the density core's location and place it in a protective container.

If a density core is damaged, replace it with a density core taken within 1 foot longitudinally

from the original density core. Relocate any density core located within 1 foot of a rumble strip

to 1 foot transversely away from the rumble strip.

39-1.04G Briquettes

Prepare 3 briquettes for each stability and air void content determination. Report the average of 3

tests. Prepare new briquettes and test again when the range of stability for the 3 briquettes is

more than 8 points.

You may use the same briquettes used for stability testing to determine bulk specific gravity

under California Test 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 ACCEPTANCE CRITERIA

HMA acceptance is specified in the sections for each HMA construction process.

The Department samples materials for testing under California Test 125 and the applicable test

method, except samples may be taken:

1. At the plant from a truck or an automatic sampling device

2. From the mat behind the paver

Sampling must be independent of Contractor quality control, statistically based, and random.

If you request, the Department splits samples and provides you with a part.

HMA acceptance is based on:

Page 83: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 77

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

1. Authorized JMF

2. Accepted QC plan for Standard and QC/QA construction process projects

3. Compliance with the HMA acceptance tables

4. Lot acceptance for QC/QA construction process projects

5. Visual inspection

The Department prepares 3 briquettes for each stability and air void content determination. The

average of 3 tests is reported. If the range of stability for the 3 briquettes is more than 8 points,

new briquettes are prepared and tested.

The Department may use the briquettes used for stability testing to determine bulk specific

gravity under California Test 308. If the Engineer uses the same briquettes and the tests using

that bulk specific gravity fail, the Engineer prepares 3 new briquettes and determines a new bulk

specific gravity.

39-1.06 DISPUTE RESOLUTION

Work with the Engineer to avoid potential conflicts and to resolve disputes regarding test result

discrepancies. Notify the Engineer within 5 business days of receiving a test result if you dispute

the test result.

If you or the Engineer dispute each other's test results, submit quality control test results and

copies of paperwork including worksheets used to determine the disputed test results. An

independent third party performs referee testing. Before the independent third party participates

in a dispute resolution, the party must be accredited under the Department's Independent

Assurance Program. The independent third party must be independent of the project. By mutual

agreement, the independent third party is chosen from:

1. Department laboratory

2. Department laboratory in a district or region not in the district or region the

project is located

3. Transportation Laboratory

4. Laboratory not currently employed by you or your HMA producer

If split quality control or acceptance samples are not available, the independent third party uses

any available material representing the disputed HMA for evaluation.

39-1.07 PRODUCTION START-UP EVALUATION

The Engineer evaluates HMA production and placement at production start-up.

Within the first 750 tons produced on the 1st day of HMA production, in the Engineer's presence

and from the same production run, take samples of:

1. Aggregate

2. Asphalt binder

3. RAP

Page 84: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 78

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

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 and if authorized, you may

sample HMA from any of the following locations:

1. Plant

2. Truck

3. Windrow

4. Paver hopper

5. 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 and keep 1 part.

For Standard and QC/QA construction process projects, you and the Department must test the

split samples and report test results 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 construction process projects, take 4- or 6-inch diameter density cores

within the first 750 tons on the 1st day of HMA production. For each density core, the

Department 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 current

qualification under the Department's Materials Plant Quality Program.

During production, you may adjust hot or cold feed proportion controls for virgin aggregate and

RAP.

During production, asphalt binder set point for HMA Type A, HMA Type B, HMA Type C, and

RHMA-G must be the OBC shown in Contractor Hot Mix Asphalt Design Data form. For

OGFC, asphalt binder set point must be the OBC shown on Caltrans Hot Mix Asphalt

Verification form. If RAP is used, asphalt binder set point for HMA must be calculated as

specified in section 39-1.03E.

For RAP substitution rate of 15 percent or less, you may adjust the RAP by -5 percent.

For RAP substitution greater than 15, you may adjust the RAP by -3 percent.

Page 85: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 79

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

You must request adjustments to the plant asphalt binder set point based on new RAP stockpiles

average asphalt binder content. Do not adjust the HMA plant asphalt binder set point until

authorized.

39-1.08B Mixing

Mix HMA ingredients into a homogeneous mixture of coated aggregates.

Asphalt binder must be from 275 to 375 degrees F when mixed with aggregate.

Asphalt rubber binder must be from 375 to 425 degrees F when mixed with aggregate.

When mixed with asphalt binder, aggregate must not be more than 325 degrees F, except

aggregate for OGFC must be not more than 275 degrees F. These aggregate temperature

specifications do not apply if you use RAP.

HMA with or without RAP must not be more than 325 degrees F.

39-1.08C Asphalt Rubber Binder

Asphalt rubber binder blending plants must have current qualification under the Department’s

Material Plant Quality Program.

Deliver scrap tire crumb rubber and high natural rubber in separate bags.

Either proportion and mix asphalt binder, asphalt modifier, and CRM simultaneously or premix

the asphalt binder and asphalt modifier before adding CRM. If you premix the asphalt binder and

asphalt modifier, the asphalt binder must be from 375 to 425 degrees F when you add the asphalt

modifier. Mix for at least 20 minutes. When you add CRM, the asphalt binder and asphalt

modifier must be from 375 to 425 degrees F.

Do not use asphalt rubber binder during the first 45 minutes of the reaction period. During this

period, the asphalt rubber binder mixture must be from 375 to the lower of 425 degrees F or 25

degrees F below the asphalt binder's flash point described 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 degrees F, reheat before use. If you add

more scrap tire crumb rubber to the reheated asphalt rubber binder, the binder must react for 45

minutes. The added scrap tire crumb rubber 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 39-1.02D. 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.

Page 86: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 80

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

39-1.09B Subgrade

Subgrade to receive HMA must comply with the compaction and elevation tolerance

specifications in the sections for the material involved. Subgrade must be free of loose and

extraneous material. If HMA is paved on existing base or pavement, remove loose paving

particles, dirt, and other extraneous material by any means including flushing and sweeping.

39-1.09C Tack Coat

Apply tack coat:

1. To existing pavement, including planed surfaces

2. Between HMA layers

3. To vertical surfaces of:

3.1. Curbs

3.2. Gutters

3.3. Construction joints

Before placing HMA, apply tack coat in 1 application. The application rate must be the

minimum residual rate specified for the underlying surface conditions shown in the following

tables:

Tack Coat Application Rates for HMA Type A, Type B, and RHMA-G

HMA overlay over:

Minimum residual rates (gal/sq yd)

CSS1/CSS1h,

SS1/SS1h and

QS1h/CQS1h

asphaltic

emulsion

CRS1/CRS2,

RS1/RS2 and

QS1/CQS1

asphaltic

emulsion

Asphalt binder and

PMRS2/PMCRS2

and

PMRS2h/PMCRS2h

asphaltic emulsion

New HMA (between layers) 0.02 0.03 0.02

PCC and existing HMA (AC)

surfaces 0.03 0.04 0.03

Planed PCC and HMA (AC)

surfaces 0.05 0.06 0.04

Tack Coat Application Rates for OGFC

OGFC over:

Minimum residual rates (gal/sq yd)

CSS1/CSS1h,

SS1/SS1h and

QS1h/CQS1h

asphaltic

emulsion

CRS1/CRS2,

RS1/RS2 and

QS1/CQS1

asphaltic

emulsion

Asphalt binder and

PMRS2/PMCRS2

and

PMRS2h/PMCRS2h

asphaltic emulsion

New HMA 0.03 0.04 0.03

PCC and existing HMA (AC)

surfaces 0.05 0.06 0.04

Planed PCC and HMA (AC)

surfaces 0.06 0.07 0.05

If you dilute asphaltic emulsion, mix until homogeneous before application.

Page 87: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 81

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

For vertical surfaces, apply a residual tack coat rate that will thoroughly coat the vertical face

without running off.

If you request and if authorized, 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. Surface is at least 140 degrees 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 coat to traffic. Do not track tack coat onto pavement surfaces beyond

the job site.

Asphalt binder tack coat must be from 285 to 350 degrees F when applied.

39-1.09D Geosynthetic Pavement Interlayer

Place geosynthetic pavement interlayer under the manufacturer's instruction.

Before placing the geosynthetic pavement interlayer and asphalt binder:

1. Repair cracks 1/4 inch and wider, spalls, and holes in the pavement. These repairs

are change order work.

2. Clean the pavement of loose and extraneous material.

Immediately before placing the interlayer, apply 0.25 ± 0.03 gal of asphalt binder per square yard

of interlayer or until the fabric is saturated. Apply asphalt binder the width of the geosynthetic

pavement interlayer plus 3 inches on each side. At interlayer overlaps, apply asphalt binder on

the lower interlayer the same overlap distance as the upper interlayer.

Asphalt binder must be from 285 to 350 degrees F and below the minimum melting point of the

geosynthetic pavement interlayer when applied.

Align and place the interlayer with no folds that result in a triple thickness, except that triple

thickness layers less than 1 inch in width may remain if less than 1/2 inch in height. Folds that

result in a triple layer greater than a 1 inch width must be slit and overlapped in a double

thickness at least 2 inches in width.

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 from 2 to 4 inches. In the direction of paving, overlap the

following roll with the preceding roll at any break.

Page 88: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 82

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

You may use rolling equipment to correct distortions or wrinkles in the interlayer.

If asphalt binder tracked onto the interlayer or brought to the surface by construction equipment

causes interlayer displacement, cover it with a small quantity of HMA.

Before placing HMA on the interlayer, do not expose the interlayer to:

1. Traffic, except for crossings under traffic control, and only after you place a small

HMA quantity

2. Sharp turns from construction equipment

3. Damaging elements

Pave HMA on the interlayer during the same work shift.

39-1.10 SPREADING AND COMPACTING EQUIPMENT

Paving equipment for spreading must be:

1. Self-propelled

2. Mechanical

3. Equipped with a screed or strike-off assembly that can distribute HMA the full

width of a traffic lane

4. Equipped with a full-width compacting device

5. Equipped with automatic screed controls and sensing devices that control the

thickness, longitudinal grade, and transverse screed slope

Install and maintain grade and slope references.

The screed must produce a uniform HMA surface texture without tearing, shoving, or gouging.

The paver must not leave marks such as ridges and indentations, unless you can eliminate them

by rolling.

Rollers must be equipped with a system that prevents HMA from sticking to the wheels. You

may use a parting agent that does not damage the HMA or impede the bonding of layers.

In areas inaccessible to spreading and compacting equipment:

1. Spread the HMA by any means to obtain the specified lines, grades, and cross

sections.

2. Use a pneumatic tamper, plate compactor, or equivalent to achieve thorough

compaction.

39-1.11 CONSTRUCTION

39-1.11A General

Do not place HMA on wet pavement or a frozen surface.

Page 89: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 83

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

You may deposit HMA in a windrow and load it in the paver if:

1. Paver is equipped with a hopper that automatically feeds the screed

2. Loading equipment can pick up the windrowed material and deposit it in the

paver hopper without damaging base material

3. Activities for deposit, pickup, loading, and paving are continuous

4. HMA temperature in the windrow does not fall below 260 degrees F

You may place HMA in 1 or more layers on areas less than 5 feet wide and outside the traveled

way, including shoulders. You may use mechanical equipment other than a paver for these areas.

The equipment must produce 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

39-1.11B Longitudinal Joints

39-1.11B(1) General

Longitudinal joints in the top layer must match specified lane edges. Alternate the longitudinal

joint offsets in the lower layers at least 0.5 foot from each side of the specified lane edges. You

may request other longitudinal joint placement patterns.

A vertical longitudinal joint of more than 0.15 ft is not allowed at any time between adjacent

lanes open to traffic.

For HMA thickness of 0.15 ft or less, the distance between the ends of the adjacent surfaced

lanes at the end of each day's work must not be greater than can be completed in the following

day of normal paving.

For HMA thickness greater than 0.15 ft, you must place HMA on adjacent traveled way lanes so

that at the end of each work shift the distance between the ends of HMA layers on adjacent lanes

is from 5 to 10 feet. Place additional HMA along the transverse edge at each lane's end and along

the exposed longitudinal edges between adjacent lanes. Hand rake and compact the additional

HMA to form temporary conforms. You may place Kraft paper or another authorized bond

breaker under the conform tapers to facilitate the taper removal when paving operations resume.

39-1.11B(2) Tapered Notched Wedge

Page 90: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 84

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

For divided highways with an HMA lift thickness greater than 0.15 foot, you may construct a 1-

foot wide tapered notched wedge joint as a longitudinal joint between adjacent lanes open to

traffic. A vertical notch of 0.75 inch maximum must be placed at the top and bottom of the

tapered wedge.

The tapered notched wedge must retain its shape while exposed to traffic. Pave the adjacent lane

within 1 day.

Construct the tapered portion of the tapered notched wedge with an authorized strike-off device.

The strike-off device must provide a uniform slope and must not restrict the main screed of the

paver.

You may use a device attached to the screed to construct longitudinal joints that will form a

tapered notched wedge in a single pass. The tapered notched wedge must be compacted to a

minimum of 91 percent compaction.

Perform QC testing on the completed tapered notch wedge joint as follows:

1. Perform field compaction tests at the rate of 1 test for each 750-foot section along

the joint. Select random locations for testing within each 750-foot section.

2. Perform field compaction tests at the centerline of the joint, 6 inches from the

upper vertical notch, after the adjacent lane is placed and before opening the pavement to

traffic.

3. Determine maximum density test results.

4. Determine percent compaction of the longitudinal joint as the ratio of the average

of the field compaction values and the maximum density test results.

For HMA under QC/QA construction process, the additional quality control compaction results

associated with the tapered notch wedge will not be included in the computation of any quality

factor and process control.

For acceptance of the completed tapered notch wedge joint, take two 4- or 6-inch diameter cores

6 inches from the upper vertical notch of the completed longitudinal joint for every 3,000 feet at

locations designated by the Engineer. Take cores after the adjacent lane is placed and before

opening the pavement to traffic. Cores must be taken in the presence of the Engineer and must be

marked to identify the test sites. Submit the cores. One core will be used for determination of the

field density and 1 core will be used for dispute resolution. The Engineer determines:

1. Field compaction by measuring the bulk specific gravity of the cores under

California Test 308, Method A

2. Percent compaction as the ratio of the average of the bulk specific gravity of the

core for each day's production to the maximum density test value

For HMA under QC/QA construction process, the additional quality assurance testing by the

Engineer to determine field compaction associated with the tapered notch wedge will not be

Page 91: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 85

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

included in the Engineer's verification testing and in the computation of any quality factor and

process control.

Determine percent compaction values each day the joint is completed and submit values within

24 hours of testing. If the percent compaction of 1 day's production is less than 91 percent, that

day’s notched wedge joint is rejected. Discontinue placement of the tapered notched wedge and

notify the Engineer of changes you will make to your construction process in order to meet the

specifications.

For HMA under QC/QA construction process, quantities of HMA placed in the completed

longitudinal joint will have a quality factor QFQC5 of 1.0.

39-1.11C Widening Existing Pavement

If widening existing pavement, construct new pavement structure to match the elevation of the

existing pavement's edge before placing HMA over the existing pavement.

39-1.11D Shoulders, Medians, and Other Road Connections

Until the adjoining through lane's top layer has been paved, do not pave the top layer of:

1. Shoulders

2. Tapers

3. Transitions

4. Road connections

5. Driveways

6. Curve widenings

7. Chain control lanes

8. Turnouts

9. Turn pockets

If the number of lanes changes, 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 layer, including shoulders. Do not operate spreading equipment on any area's top layer until

completing final compaction.

39-1.11E Leveling

If leveling with HMA is specified, fill and level irregularities and ruts with HMA before

spreading HMA over the base, existing surfaces, or bridge decks. You may use mechanical

equipment other than a paver for these areas. The equipment must produce uniform smoothness

and texture. HMA used to change an existing surface's cross slope or profile is not paid for as

HMA (leveling).

If placing HMA against the edge of existing pavement, sawcut or grind the pavement straight

and vertical along the joint and remove extraneous material.

39-1.11F Compaction

Page 92: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 86

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Rolling must leave the completed surface compacted and smooth without tearing, cracking, or

shoving. Complete finish rolling activities before the pavement surface temperature is:

1. Below 150 degrees F for HMA with unmodified binder

2. Below 140 degrees F for HMA with modified binder

3. Below 200 degrees F for RHMA-G

If a vibratory roller is used as a finish roller, turn the vibrator off.

Do not use a pneumatic-tired roller to compact RHMA-G.

For Standard and QC/QA construction processes, if 3/4-inch aggregate grading is specified, you

may use a 1/2-inch aggregate grading if the specified total paved thickness is at least 0.15 foot

and less than 0.20 foot thick.

Spread and compact HMA under sections 39-3.03 and 39-3.04 if any of the following applies:

1. Specified paved thickness is less than 0.15 foot.

2. Specified paved thickness is less than 0.20 foot and 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 for which the Engineer determines conventional compaction and

compaction measurement methods are impeded

Do not open new HMA pavement to public traffic until its mid-depth temperature is below 160

degrees F.

If you request and if authorized, you may cool HMA Type A and Type B with water when

rolling activities are complete. Apply water under Section 17-3.

Spread sand at a rate from 1 to 2 lb/sq yd on new RHMA-G, RHMA-O, and RHMA-O-HB

pavement when finish rolling is complete. Sand must be free of clay or organic matter. Sand

must comply with Section 90-1.02C(4)(c). Keep traffic off the pavement until spreading sand is

complete.

39-1.12 SMOOTHNESS

39-1.12A General

Determine HMA smoothness with a profilograph and a straightedge.

Smoothness specifications do not apply to OGFC placed on existing pavement not constructed

under the same project.

If concrete pavement is placed on HMA:

Page 93: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 87

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

1. Cold plane the HMA finished surface to within specified tolerances if it is higher

than the grade ordered.

2. Remove and replace HMA if the finished surface is lower than 0.05 foot below

the grade ordered.

39-1.12B Straightedge

The top layer of HMA pavement must not vary from the lower edge of a 12-foot straightedge:

1. More than 0.01 foot when the straightedge is laid parallel with the centerline

2. More than 0.02 foot when the straightedge is laid perpendicular to the centerline

and extends from edge to edge of a traffic lane

3. More than 0.02 foot when the straightedge is laid within 24 feet of a pavement

conform

39-1.12C Profilograph

For the top layer of HMA Type A, Type B, and RHMA-G pavement, determine the PI0 and

must-grinds under California Test 526. 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 if 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 the pavement in the Engineer's presence.

On tangents and horizontal curves with a centerline radius of curvature 2,000 feet or more, the

PI0 must be at most 2.5 inches per 0.1-mile section.

On horizontal curves with a centerline radius of curvature between 1,000 feet and 2,000 feet

including pavement within the superelevation transitions, the PI0 must be at most 5 inches per

0.1-mile section.

Before the Engineer accepts HMA pavement for smoothness, submit final profilograms.

Submit 1 copy of profile information in Microsoft Excel and 1 copy of longitudinal pavement

profiles in ".erd" format or other ProVAL compatible format to the Engineer.

The following HMA pavement areas do not require a PI0. You must measure these areas with a

12-foot straightedge and determine must-grinds with a profilograph:

1. New HMA with a total thickness less than 0.25 foot

2. HMA sections of city or county streets and roads, turn lanes, and collector lanes

less than 1,500 feet in length

Page 94: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 88

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The following HMA pavement areas do not require a PI0 and you must measure them with a 12-

foot straightedge:

1. 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 transverse joint separating the pavement from:

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 superelevation rates greater than 6 percent are present:

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-grade intersections

8. Shoulders and miscellaneous areas

9. HMA pavement within 3 feet from and parallel to the construction joints formed

between curbs, gutters, or existing pavement

39-1.12D Smoothness Correction

If the top layer of HMA Type A, Type B, or RHMA-G pavement does not comply with the

smoothness specifications, grind the pavement to within specified tolerances, remove and replace

it, or place an overlay of HMA. Do not start corrective work until your choice of methods is

authorized.

Remove and replace areas of OGFC not in compliance with the must-grind and straightedge

specifications, except you may grind OGFC for correcting smoothness:

1. At transverse joints separating the OGFC from pavement not constructed under

the same project

2. Within 12 feet of a transverse joint separating the OGFC 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 areas ground but not overlaid with OGFC, apply fog seal coat under section 37-2.

39-1.12E Reserved

Page 95: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 89

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

39-1.13 HOT MIX ASPHALT ON BRIDGE DECKS

Produce and place HMA on bridge decks under the Method construction process.

Aggregate must comply with the 1/2-inch HMA Types A and B gradation.

If authorized, aggregate may comply with the no. 4 HMA Types A and B gradation for a section

or taper at a bridge end that is less than 1 inch in total depth.

If a concrete expansion dam is to be placed at a bridge deck expansion joint, tape oil-resistant

construction paper to the deck over the area to be covered by the dam before placing the tack

coat and HMA across the joint.

Do not leave a vertical joint more than 0.15 foot high between adjacent lanes open to traffic.

The tack coat application rate must be the minimum residual rate specified in section 39-1.09C.

For HMA placed on a deck seal, use the minimum residual rate specified for a PCC underlying

surface.

HMA placed on a deck seal must be placed in at least 2 approximately equal layers. The 1st layer

must be at least 1 inch thick after compaction. Protect the deck seal throughout all operations.

For placement of the 1st HMA layer on a deck seal:

1. Comply with the HMA application temperature recommended by the deck seal

manufacturer.

2. Deliver and place HMA using equipment with pneumatic tires or rubber-faced

wheels. Do not operate other vehicles or equipment on the bare deck seal.

3. Deposit HMA on the deck seal in such a way that the deck seal is not damaged.

Do not windrow the HMA material on the bridge deck seal.

4. Place HMA in a downhill direction on bridge decks with grades over 2 percent.

5. Spreading equipment need not be self-propelled.

39-1.14 MISCELLANEOUS AREAS AND DIKES

The following specifications in Section 39 do not apply to miscellaneous areas and dikes:

1. HMA construction process

2. HMA mix design requirements

3. Contractor quality control

4. Production start-up evaluation

Miscellaneous areas are outside the traveled way and include:

1. Median areas not including inside shoulders

2. Island areas

3. Sidewalks

4. Gutters

Page 96: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 90

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

5. Gutter flares

6. Ditches

7. Overside drains

8. Aprons at the ends of drainage structures

Spread miscellaneous areas in 1 layer and compact to the specified lines and grades.

For miscellaneous areas and dikes:

1. Do not submit a JMF.

2. Choose the 3/8-inch or 1/2-inch HMA Type A and Type B aggregate gradations.

3. Minimum asphalt binder content must be 6.4 percent for 3/8-inch aggregate and

5.7 percent for 1/2-inch aggregate. If you request and if authorized, you may reduce the

minimum asphalt binder content.

4. Choose asphalt binder Grade PG 70-10 or the same grade specified for HMA.

Prepare the area to receive HMA for miscellaneous areas and dikes, including any excavation

and backfill as needed.

39-1.15 MINOR HOT MIX ASPHALT

39-1.15A GENERAL

39-1.15A(1) Summary

The following specifications in Section 39 do not apply to minor HMA:

1. HMA construction process

2. HMA mix design requirements

3. Contractor quality control

4. Production start-up evaluation

39-1.15A(2) Definitions

Reserved

39-1.15A(3) Submittals

Reserved

39-1.15A(4) Quality Control and Assurance

Reserved

39-1.15B MATERIALS

The minimum asphalt binder content must be 6.4 percent for 3/8-inch aggregate gradation and

5.7 percent for 1/2-inch aggregate gradation.

Choose asphalt binder Grade PG 64-10, PG 64-16, or PG 70-10.

If you request and if authorized, you may reduce the minimum asphalt binder content.

Page 97: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 91

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Choose the 3/8-inch or 1/2-inch HMA Type A or Type B aggregate gradation.

39-1.15C CONSTRUCTION

Produce HMA at a central mixing plant.

Choose any method and equipment to spread and compact.

The surface must be:

1. Textured uniformly

2. Compacted firmly

3. Without depressions, humps, and irregularities

Smoothness specifications do not apply.

39-1.16 RUMBLE STRIPS

Reserved

39-1.17 DATA CORES

Reserved

39-1.18 HOT MIX ASPHALT AGGREGATE LIME TREATMENT—DRY LIME

METHOD

Reserved

39-1.19 HOT MIX ASPHALT AGGREGATE LIME TREATMENT—SLURRY

METHOD

Reserved

39-1.20 LIQUID ANTISTRIP TREATMENT

Reserved

39-1.21 REPLACE ASPHALT CONCRETE SURFACING

Reserved

39-1.22 LIQUID ASPHALT PRIME COAT

Reserved

39-1.23 HOT MIX ASPHALT TYPE C

Reserved

39-1.24 BONDED WEARING COURSE—GAP GRADED

Reserved

39-1.25 RUBBERIZED BONDED WEARING COURSE—GAP GRADED

Reserved

Page 98: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 92

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

39-1.26 RUBBERIZED BONDED WEARING COURSE—OPEN GRADED

Reserved

39-1.27 BONDED WEARING COURSE—OPEN GRADED

Reserved

39-1.28 ROADSIDE PAVING

Reserved

39-1.29 SOIL TREATMENT

Reserved

39-1.30–39-1.40 RESERVED

39-2 STANDARD CONSTRUCTION PROCESS

39-2.01 GENERAL

Section 39-2 includes specifications for HMA produced and constructed under the Standard

construction process.

39-2.02 CONTRACTOR QUALITY CONTROL

39-2.02A Quality Control Plan

Establish, implement, and maintain a QC plan for HMA. The QC plan must describe the

organization and procedures you will use to:

1. Control the quality characteristics

2. Determine when corrective actions are needed (action limits)

3. Implement corrective actions

When you submit the proposed JMF, submit the proposed QC plan. You and the Engineer must

discuss the QC plan during the prepaving conference.

The QC plan must address the elements affecting HMA quality including:

1. Aggregate

2. Asphalt binder

3. Additives

4. Production

5. Paving

The Engineer reviews each QC plan within 5 business days from the submittal. Do not produce

HMA until the Engineer authorizes the QC plan.

39-2.02B Quality Control Testing

Perform sampling and testing at the specified frequency for the quality characteristics shown in

the following table:

Page 99: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 93

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Minimum Quality Control—Standard Construction Process Quality

characteristic

Test

method

Minimum

sampling

and testing

frequency

HMA type

A

B

RHMA-G

OGFC

Aggregate

gradationa

California

Test 202 1 per 750

tons and

any

remaining

part at the

end of the

project

JMF

Toleranceb

JMF

Toleranceb

JMF

Toleranceb

JMF

Toleranceb Sand equivalent

(min)c

California

Test 217

47 42 47 --

Asphalt binder

content (%)

California

Test 379 or

382

JMF0.40 JMF0.40 JMF 0.40 JMF 0.40

HMA moisture

content (%, max)

California

Test 226 or

370

1 per

2,500 tons

but not

less than 1

per paving

day

1.0 1.0 1.0 1.0

Field compaction

(% max.

theoretical

density)d,e

QC plan 2 per

business

day (min.)

91–97 91–97 91–97 --

Stabilometer

value (min)c No. 4 and 3/8"

gradings

1/2" and 3/4"

gradings

California

Test 366

1 per 4,000

tons or 2

per 5

business

days,

whichever

is greater

30

37

30

35

--

23

--

--

Air void content

(%)c, f

California

Test 367 4 2 4 2 TV 2 --

Aggregate

moisture content

at continuous

mixing plants

and RAP

moisture content

at continuous

mixing plants

and batch mixing

plantsg

California

Test 226 or

370

2 per day

during

production

-- -- -- --

Page 100: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 94

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Percent of

crushed particles

coarse aggregate

(%, min) One fractured

face

Two fractured

faces

Fine aggregate

(%, min) (Passing no. 4

sieve and

retained on

no. 8 sieve.)

One fractured

face

California

Test 205

As

designated

in the QC

plan. At

least once

per project

90

75

70

25

--

20

--

90

70

90

75

90

Los Angeles

Rattler (%, max) Loss at 100

rev.

Loss at 500

rev.

California

Test 211

12

45

--

50

12

40

12

40

Flat and

elongated

particles (%, max

by weight @ 5:1)

California

Test 235

Report

only

Report

only

Report

only

Report

only

Fine aggregate

angularity (%,

min)h

California

Test 234

45 45 45 --

Voids filled with

asphalt (%)i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

Report

only --

Voids in mineral

aggregate (%

min)i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

17.0

15.0

14.0

13.0

17.0

15.0

14.0

13.0

--

--

18.0–23.0

18.0–23.0

--

Dust proportioni No. 4 and 3/8"

gradings

1/2" and 3/4"

gradings

California

Test 367

0.6-1.2

0.6–1.2

0.6-1.2

0.6–1.2

Report

only --

Page 101: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 95

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Hamburg wheel

track

(minimum

number of passes

at 0.5 inch

average rut

depth) j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified)

1 per

10,000 tons

or 1 per

project

whichever

is more

10,000

15,000

20,000

25,000

10,000

15,000

20,000

25,000

-- --

Hamburg wheel

track

(inflection point

minimum

number of

passes) j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified)

1 per

10,000 tons

or 1 per

project

whichever

is more

10,000

10,000

12,500

15000

10,000

10,000

12,500

15000

-- --

Moisture

susceptibility

(minimum dry

strength, psi) j

California

Test 371

For RAP

≥15%

1 per

10,000 tons

or 1 per

project

whichever

is greater

120 120 -- --

Moisture

susceptibility

(tensile strength

ration, %)j

California

Test 371

For RAP

≥15%

1 per

10,000 tons

or 1 per

project

whichever

is greater

70 70 -- --

Smoothness Section 39-

1.12

--

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

Asphalt rubber

binder viscosity

@ 375 °F,

centipoises

Section 39-

1.02D

Section

39-1.04C -- --

1,500–

4,000

1,500–

4,000

Asphalt modifier Section 39-

1.02D

Section

39-1.04C -- --

Section

39-1.02D

Section

39-1.02D

CRM Section 39-

1.02D

Section

39-1.04C

-- -- Section

39-1.02D

Section

39-1.02D

Page 102: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 96

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

a Determine combined aggregate gradation containing RAP under California Test 367. b The tolerances must comply with the allowable tolerances in section 39-1.02E. c Report the average of 3 tests from a single split sample. d Determine field compaction for any of the following conditions:

1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least

0.15 foot.

2. 3/4-inch aggregate grading is used and the specified total paved thickness is at least 0.20 foot. e To determine field compaction use:

1. In-place density measurements using the method specified in your QC plan.

2. California Test 309 to determine the maximum theoretical density at the frequency specified in

California Test 375, Part 5C. f 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. g For adjusting the plant controller at the HMA plant. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand

by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.

Replace the 1st paragraph of Section 39-2.03A with:

The Department samples for acceptance testing and tests for the quality characteristics shown in

the following table:

Page 103: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 97

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

HMA Acceptance—Standard Construction Process Quality characteristic Test method HMA type

A B RHMA-G OGFC

Aggregate gradation a California

Test 202 JMF

tolerance c JMF

tolerance c JMF

tolerance c JMF

tolerance c Sieve 3/4" 1/2" 3/8"

1/2" X b

3/8" X

No. 4 X

No. 8 X X X

No.

200

X X X

Sand equivalent (min) d California

Test 217

47 42 47 --

Asphalt binder content (%) California

Test 379 or

382

JMF0.40 JMF0.40 JMF 0.40 JMF 0.40

HMA moisture content

(%, max)

California

Test 226 or

370

1.0 1.0 1.0 1.0

Field compaction (% max.

theoretical density) e, f

California

Test 375

91–97 91–97 91–97 --

Stabilometer value (min)d, No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 366

30

37

30

35

--

23

--

--

Air void content (%) d, g California

Test 367 4 2 4 2 TV 2 --

Percent of crushed particles

Coarse aggregate (%, min) One fractured face

Two fractured faces

Fine aggregate (%, min) (Passing no. 4 sieve and

retained on no. 8 sieve.)

One fractured face

California

Test 205

90

75

70

25

--

20

--

90

70

90

75

90

Los Angeles Rattler (%,

max) Loss at 100 rev.

Loss at 500 rev.

California

Test 211

12

45

--

50

12

40

12

40

Fine aggregate angularity

(%, min)h

California

Test 234

45

45

45

--

Flat and elongated particles

(%, max by weight @ 5:1)

California

Test 235

Report

only

Report

only

Report

only

Report

only

Voids filled with asphalt

(%)i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

Report

only --

Page 104: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 98

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Voids in mineral aggregate

(% min) i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

17.0

15.0

14.0

13.0

17.0

15.0

14.0

13.0

--

--

18.0–23.0

18.0–23.0

--

Dust proportion i No. 4 and 3/8" gradings 1/2" and 3/4" gradings

California

Test 367

0.6-1.2

0.6–1.2

0.6-1.2

0.6–1.2

Report

only --

Hamburg wheel track

(minimum number of passes

at 0.5 inch average rut

depth)j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified)

10,000

15,000

20,000

25,000

10,000

15,000

20,000

25,000

-- --

Hamburg wheel track

(inflection point minimum

number of passes)j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified)

10,000

10,000

12,500

15000

10,000

10,000

12,500

15000

-- --

Moisture susceptibility

(minimum dry strength, psi)j

California

Test 371 120 120 -- --

Moisture susceptibility

(tensile strength ration, %)j California

Test 371 70 70 -- --

Smoothness Section 39-

1.12

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge and

must grind

Asphalt binder Various Section 92 Section 92 Section 92 Section 92

Asphalt rubber binder Various -- -- Section

92-

1.01D(2)

and

Section 39-

1.02D

Section

92-

1.01D(2)

and Section

39-1.02D

Asphalt modifier Various -- -- Section

39-1.02D

Section

39-1.02D

CRM Various -- -- Section

39-1.02D

Section

39-1.02D

Page 105: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 99

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

a The Engineer determines combined aggregate gradations containing RAP under California Test

367. b "X" denotes the sieves the Engineer tests for the specified aggregate gradation. c The tolerances must comply with the allowable tolerances in Section 39-1.02E. d The Engineer reports the average of 3 tests from a single split sample. e The Engineer determines field compaction for any of the following conditions:

1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least

0.15 foot.2. 3/4-inch aggregate grading is used and the specified total paved thickness is at least 0.20 foot. f To determine field compaction, the Engineer uses:

1. California Test 308, Method A, to determine in-place density of each density core.

2. California Test 309 to determine the maximum theoretical density at the frequency specified in

California Test 375, Part 5C. g 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. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand

by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or

gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.

For any single quality characteristic except smoothness, if 2 consecutive quality control test

results do not comply with the action limits or specifications:

1. Stop production.

2. Notify the Engineer.

3. Take corrective action.

4. Demonstrate compliance with the specifications before resuming production and

placement.

39-2.03 ACCEPTANCE CRITERIA

39-2.03A Testing

The Department samples for acceptance testing and tests for the quality characteristics shown in

the following table:

Page 106: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 100

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

HMA Acceptance—Standard Construction Process Quality characteristic Test

method

HMA type

A B RHMA-G OGFC

Aggregate gradation a California

Test 202 JMF

tolerance c

JMF

tolerance c

JMF

tolerance c

JMF

tolerance c Sieve 3/4" 1/2" 3/8"

1/2" X b

3/8" X

No. 4 X

No. 8 X X X

No.

200

X X X

Sand equivalent (min) d California

Test 217

47 42 47 --

Asphalt binder content (%) California

Test 379 or

382

JMF0.40 JMF0.40 JMF 0.40 JMF 0.40

HMA moisture content

(%, max)

California

Test 226 or

370

1.0 1.0 1.0 1.0

Field compaction (% max.

theoretical density) e, f

California

Test 375

91–97 91–97 91–97 --

Stabilometer value (min)d, No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 366

30

37

30

35

--

23

--

--

Air void content (%) d, g California

Test 367 4 2 4 2 TV 2 --

Percent of crushed particles

Coarse aggregate (%, min) One fractured face

Two fractured faces

Fine aggregate (%, min) (Passing no. 4 sieve and

retained on no. 8 sieve.)

One fractured face

California

Test 205

90

75

70

25

--

20

--

90

70

90

75

90

Los Angeles Rattler (%, max) Loss at 100 rev.

Loss at 500 rev.

California

Test 211

12

45

--

50

12

40

12

40

Fine aggregate angularity (%,

min)h

California

Test 234

45

45

45

--

Flat and elongated particles

(%, max by weight @ 5:1)

California

Test 235

Report

only

Report

only

Report

only Report only

Voids filled with asphalt (%) i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

Report

only --

Page 107: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 101

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Voids in mineral aggregate

(% min) i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

17.0

15.0

14.0

13.0

17.0

15.0

14.0

13.0

--

--

18.0–23.0

18.0–23.0

--

Dust proportion i No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 367

0.6-1.2

0.6–1.2

0.6-1.2

0.6–1.2

Report

only --

Hamburg wheel track

(minimum number of passes

at 0.5 inch average rut depth)j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified)

10,000

15,000

20,000

25,000

10,000

15,000

20,000

25,000

-- --

Hamburg wheel track

(inflection point minimum

number of passes)j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified)

10,000

10,000

12,500

15000

10,000

10,000

12,500

15000

-- --

Moisture susceptibility

(minimum dry strength, psi)j

California

Test 371 120 120 -- --

Moisture susceptibility

(tensile strength ration, %)j

California

Test 371 70 70 -- --

Smoothness Section 39-

1.12

12-foot

straight-

edge,

must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge and

must grind

Asphalt binder Various Section 92 Section 92 Section 92 Section 92

Asphalt rubber binder Various -- -- Section

92-

1.01D(2)

and

Section 39-

1.02D

Section

92-1.01D(2)

and Section

39-1.02D

Asphalt modifier Various -- -- Section

39-1.02D

Section

39-1.02D

CRM Various -- -- Section

39-1.02D

Section

39-1.02D

Page 108: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 102

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

a The Engineer determines combined aggregate gradations containing RAP under California Test

367. b "X" denotes the sieves the Engineer tests for the specified aggregate gradation. c The tolerances must comply with the allowable tolerances in Section 39-1.02E. d The Engineer reports the average of 3 tests from a single split sample. e The Engineer determines field compaction for any of the following conditions:

1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness

is at least 0.15 foot.2. 3/4-inch aggregate grading is used and the specified total paved

thickness is at least 0.20 foot. f To determine field compaction, the Engineer uses:

1. California Test 308, Method A, to determine in-place density of each density core.

2. California Test 309 to determine the maximum theoretical density at the frequency specified

in California Test 375, Part 5C. gThe 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. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand

by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or

gravel. i Report only. jApplies to RAP substitution rate greater than 15 percent.

No single test result may represent more than 750 tons or 1 day's production, whichever is less.

For any single quality characteristic except smoothness, if 2 consecutive acceptance test results

do not comply with the specifications:

1. Stop production.

2. Take corrective action.

3. Take samples and split each sample into 4 parts in the Engineer's presence. Test 1

part for compliance with the specifications and submit 3 parts to the Engineer. The

Department tests 1 part for compliance with the specifications and reserves and stores 2

parts.

4. Demonstrate compliance with the specifications before resuming production and

placement.

The Department tests the density core you take from each 250 tons of HMA production. The

Department 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.

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 if any of the

following applies:

1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved

thickness is at least 0.15 foot and any layer is less than 0.15 foot.

2. 3/4-inch aggregate grading is used and the specified total paved thickness is at

least 0.2 foot and any layer is less than 0.20 foot.

Page 109: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 103

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

For percent of maximum theoretical density, the Engineer determines a deduction for each test

result outside the specifications using the reduced payment factors shown in the following table:

Reduced Payment Factors for Percent of Maximum Theoretical Density HMA Type A and

B and RHMA-G

percent of

maximum

theoretical density

Reduced payment

factor

HMA Type A and

B and RHMA-G

percent of

maximum

theoretical density

Reduced payment

factor

91.0 0.0000 97.0 0.0000

90.9 0.0125 97.1 0.0125

90.8 0.0250 97.2 0.0250

90.7 0.0375 97.3 0.0375

90.6 0.0500 97.4 0.0500

90.5 0.0625 97.5 0.0625

90.4 0.0750 97.6 0.0750

90.3 0.0875 97.7 0.0875

90.2 0.1000 97.8 0.1000

90.1 0.1125 97.9 0.1125

90.0 0.1250 98.0 0.1250

89.9 0.1375 98.1 0.1375

89.8 0.1500 98.2 0.1500

89.7 0.1625 98.3 0.1625

89.6 0.1750 98.4 0.1750

89.5 0.1875 98.5 0.1875

89.4 0.2000 98.6 0.2000

89.3 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 CONSTRUCTION PROCESS

39-3.01 GENERAL

Section 39-3 includes specifications for HMA produced and constructed under the Method

construction process.

39-3.02 ACCEPTANCE CRITERIA

39-3.02A Testing

The Department samples for acceptance testing and tests for the quality characteristics shown in

the following table:

Page 110: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 104

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

HMA Acceptance—Method Construction Process Quality characteristic Test

method

HMA type

A B RHMA-G OGFC

Aggregate gradation a California

Test 202 JMF

tolerance b JMF

tolerance b JMF

tolerance b JMF

tolerance b

Sand equivalent (min) c California

Test 217

47 42 47 --

Asphalt binder content (%) California

Test 379

or 382

JMF 0.45 JMF 0.45 JMF 0.50 JMF 0.50

HMA moisture content (%,

max)

California

Test 226

or 370

1.0 1.0 1.0 1.0

Stabilometer value (min) c, d No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 366

30

37

30

35

--

23

--

--

Percent of crushed particles

Coarse aggregate (% min) One fractured face

Two fractured faces

Fine aggregate (% min) (Passing no. 4 sieve and

retained on no. 8 sieve.)

One fractured face

California

Test 205

90

75

70

25

--

20

--

90

70

90

75

90

Los Angeles Rattler (% max) Loss at 100 rev.

Loss at 500 rev.

California

Test 211

12

45

--

50

12

40

12

40

Air void content (%) c, e California

Test 367 4 2 4 2 TV 2 --

Fine aggregate angularity

(% min) California

Test 234 45 45 45 --

Flat and elongated particles

(% max by weight @ 5:1) California

Test 235

Report

only

Report

only

Report

only

Report

only

Voids filled with asphalt

(%) f No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

76.0–80.0

73.0–76.0

65.0–75.0

65.0–75.0

76.0–80.0

73.0–76.0

65.0–75.0

65.0–75.0

Report

only --

Voids in mineral aggregate

(% min) f No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

17.0

15.0

14.0

13.0

17.0

15.0

14.0

13.0

--

--

18.0–23.0 g

18.0–23.0 g

--

Dust proportion f No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 367

0.9–2.0

0.6–1.3

0.9–2.0

0.6–1.3

Report

only --

Page 111: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 105

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Smoothness Section

39-1.12

12-foot

straight-

edge and

must-grind

12-foot

straight-

edge and

must-grind

12-foot

straight-

edge and

must-grind

12-foot

straight-

edge and

must-grind

Asphalt binder Various Section 92 Section 92 Section 92 Section 92

Asphalt rubber binder Various -- -- Section

92-

1.01D(2)

and section

39-1.02D

Section

92-

1.01D(2)

and section

39-1.02D

Asphalt modifier Various -- -- Section

39-1.02D

Section

39-1.02D

CRM Various -- -- Section

39-1.02D

Section

39-1.02D a The Engineer determines combined aggregate gradations containing RAP under California

Test 367. b The tolerances must comply with the allowable tolerances in section 39-1.02E. c The Engineer reports the average of 3 tests from a single split sample. d California Test 304, Part 2.13. e 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. f Report only if the adjustment for the asphalt binder content TV is less than or equal to ±0.3 percent

from the OBC value submitted on a Contractor Hot Mix Asphalt Design Data form. g Voids in mineral aggregate for RHMA-G must be within this range.

No single test result may represent more than 750 tons or 1 day's production, whichever is less.

For any single quality characteristic except smoothness, if 2 consecutive acceptance test results

do not comply with the specifications:

1. Stop production.

2. Take corrective action.

3. Take samples and split each sample into 4 parts in the Engineer's presence. Test 1

part for compliance with the specifications and submit 3 parts to the Engineer. The

Department tests 1 part for compliance with the specifications and reserves and stores 2

parts.

4. Demonstrate compliance with the specifications before resuming production and

placement.

39-3.03 SPREADING AND COMPACTING EQUIPMENT

Each paver spreading HMA Type A and Type B must be followed by 3 rollers as follows:

1. One vibratory roller specifically designed to compact HMA. The roller must be

capable of at least 2,500 vibrations per minute and must be equipped with amplitude and

frequency controls. The roller's gross static weight must be at least 7.5 tons.

2. One oscillating type pneumatic-tired roller at least 4 feet wide. Pneumatic tires

must be of equal size, diameter, type, and ply. The tires must be inflated to 60 psi

minimum and maintained so that the air pressure does not vary more than 5 psi.

Page 112: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 106

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

3. One steel-tired, 2-axle tandem roller. The roller's gross static weight must be at

least 7.5 tons.

Each roller must have a separate operator. Rollers must be self-propelled and reversible.

Compact RHMA-G as specified for HMA Type A and Type B except do not use pneumatic-tired

rollers.

Compact OGFC with steel-tired, 2-axle tandem rollers. If placing 300 tons or more 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. Each roller must weigh from 126 to 172 lb per linear inch of drum

width. Turn the vibrator off.

39-3.04 TRANSPORTING, SPREADING, AND COMPACTING

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 must be

taken in the shade.

Spread HMA Type A and Type B at the atmospheric and surface temperatures shown in the

following table:

Minimum Atmospheric and Surface Temperatures Compacted layer

thickness, feet

Atmospheric, F Surface, F

Unmodified

asphalt binder

Modified asphalt

bindera Unmodified

asphalt binder

Modified asphalt

binder a

0.15 55 50 60 55

0.15–0.25 45 45 50 50 a Except asphalt rubber binder.

If the asphalt binder for HMA Type A and Type B is unmodified asphalt binder, complete:

1. First coverage of breakdown compaction before the surface temperature drops

below 250 degrees F

2. Breakdown and intermediate compaction before the surface temperature drops

below 200 degrees F

3. Finish compaction before the surface temperature drops below 150 degrees F

If the asphalt binder for HMA Type A and Type B is modified asphalt binder, complete:

1. First coverage of breakdown compaction before the surface temperature drops

below 240 degrees F

2. Breakdown and intermediate compaction before the surface temperature drops

below 180 degrees F

3. Finish compaction before the surface temperature drops below 140 degrees F

Page 113: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 107

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

For RHMA-G:

1. Only spread and compact if the atmospheric temperature is at least 55 degrees F

and the surface temperature is at least 60 degrees F.

2. Complete the 1st coverage of breakdown compaction before the surface

temperature drops below 285 degrees F.

3. Complete breakdown and intermediate compaction before the surface temperature

drops below 250 degrees F.

4. Complete finish compaction before the surface temperature drops below 200

degrees F.

5. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70

degrees F. The tarpaulins must completely cover the exposed load until you transfer the

mixture to the paver's hopper or to the pavement surface.

For HMA-O with unmodified asphalt binder:

1. Only spread and compact if the atmospheric temperature is at least 55 degrees F

and the surface temperature is at least 60 degrees F.

2. Complete the 1st coverage using 2 rollers before the surface temperature drops

below 240 degrees F.

3. Complete all compaction before the surface temperature drops below 200 degrees

F.

4. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70

degrees F. The tarpaulins must completely cover the exposed load until you transfer the

mixture to the paver's hopper or to the pavement surface.

For HMA-O with modified asphalt binder, except asphalt rubber binder:

1. Only spread and compact if the atmospheric temperature is at least 50 degrees F

and the surface temperature is at least 50 degrees F.

2. Complete the 1st coverage using 2 rollers before the surface temperature drops

below 240 degrees F.

3. Complete all compaction before the surface temperature drops below 180 degrees

F.

4. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70

degrees F. The tarpaulins must completely cover the exposed load until you transfer the

mixture to the paver's hopper or to the pavement surface.

For RHMA-O and RHMA-O-HB:

1. Only spread and compact if the atmospheric temperature is at least 55 degrees F

and surface temperature is at least 60 degrees F.

2 Complete the 1st coverage using 2 rollers before the surface temperature drops

below 280 degrees F.

3. Complete compaction before the surface temperature drops below 250 degrees F.

Page 114: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 108

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

4. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70

degrees F. The tarpaulins must completely cover the exposed load until you transfer the

mixture to the paver's hopper or to the pavement surface.

For RHMA-G and OGFC, tarpaulins are not required if the time from discharging to the truck

until transfer to the paver's hopper or the pavement surface is less than 30 minutes.

HMA compaction coverage is the number of passes needed to cover the paving width. A pass is

1 roller's movement parallel to the paving in either direction. Overlapping passes are part of the

coverage being made and are not a subsequent coverage. Do not start a coverage until

completing the prior coverage.

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 thickness of the HMA layer is less than

0.08 foot, turn the vibrator off. The Engineer may order fewer coverages if the thickness of the

HMA layer is less than 0.15 foot.

Perform intermediate compaction of each layer of HMA Type A and Type B with 3 coverages

using a pneumatic-tired roller at a speed not exceeding 5 mph.

Perform finish compaction of HMA Type A, Type B, and RHMA-G with 1 coverage using a

steel-tired roller.

Compact OGFC with 2 coverages using steel-tired rollers.

39-4 QUALITY CONTROL/QUALITY ASSURANCE CONSTRUCTION PROCESS

39-4.01 GENERAL

Section 39-4 includes specifications for HMA produced and constructed under the Quality

Control / Quality Assurance construction process.

The QC/QA construction process consists of:

1. Establishing, maintaining, and changing if needed a quality control system

providing assurance the HMA complies with the specifications

2. Sampling and testing at specified intervals, or sublots, to demonstrate compliance

and to control the process

3. Department sampling and testing at specified intervals to verify the testing

process and HMA quality

4. 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

Page 115: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 109

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

2. 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 a quantity of HMA

paved at day's end greater than 250 tons is a sublot. If a quantity of HMA paved at day's end is

less than 250 tons, you may either make this quantity a sublot or include it in the previous

sublot's test results for statistical evaluation.

39-4.02 CONTRACTOR QUALITY CONTROL

39-4.02A General

Use a composite quality factor, QFC, and individual quality factors, QFQCi, to control your

process and evaluate the quality control program. For quality characteristics without quality

factors, use your QC plan's action limits to control your process.

Control HMA quality including:

1. Materials

2. Proportioning

3. Spreading and compacting

4. Finished roadway surface

Develop, implement, and maintain a quality control program that includes:

1. Inspection

2. Sampling

3. Testing

39-4.02B Quality Control Plan

With the JMF submittal, submit a QC plan. The QC plan must comply with the Department's

Quality Control Manual for Hot Mix Asphalt Production and Placement. Discuss the QC plan

with the Engineer during the prepaving conference.

The Engineer reviews each QC plan within 5 business days from the submittal. Do not produce

HMA until the Engineer authorizes the QC plan.

The QC plan must include the name and qualifications of a QC manager. The QC manager

administers the QC plan and during paving must be at the job site within 3 hours of receiving

notice. The QC manager must not be any of the following on the project:

1. Foreman

2. Production or paving crewmember

3. Inspector

4. Tester

The QC plan 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.

Page 116: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 110

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

As work progresses, you must submit a QC plan supplement to change quality control

procedures, personnel, tester qualification status, or laboratory accreditation status.

39-4.02C 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.

For HMA at production start-up and every 10,000 tons, sample and test under California Test

371. Submit the test results to the Engineer.

For HMA at production start-up and once during production, submit samples split from your

HMA production sample for California Test 371 to the Engineer and the Transportation

Laboratory, Attention: Moisture Test.

Except for RAP substitution rate of greater than 15 percent, the Department does not use results

from California Test 371 to determine specification compliance.

Comply with the values for the HMA quality characteristics and minimum random sampling and

testing for quality control shown in the following table:

Page 117: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 111

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Minimum Quality Control—QC/QA Construction Process Quality

characteristic

Test

method

Minimum

sampling

and

testing

frequency

HMA Type

Location

of

sampling

Maxi-

mum

report

-ing

time

allow-

ance

A B RHMA-

G

Aggregate

gradationa California

Test 202

1 per 750

tons

JMF ±

tolerance b JMF ±

tolerance b JMF ±

tolerance b Californi

a Test

125

24

hours

Asphalt

binder

content (%)

California

Test 379

or 382

JMF0.40 JMF0.40 JMF

±0.40

Loose

mix

behind

paver

See

Californi

a Test

125

Field

compaction

(% max.

theoretical

density)c,d

QC plan 92–96 92–96 91–96 QC plan

Aggregate

moisture

content at

continuous

mixing plants

and RAP

moisture

content at

continuous

mixing plants

and batch

mixing

plantse

California

Test 226

or 370

2 per day

during

production

-- -- --

Stock-

piles or

cold feed

belts

--

Sand

equivalent

(min)f

California

Test 217

1 per 750

tons 47 42 47

Californi

a Test

125

24

hours

HMA

moisture

content

(%,max)

California

Test 226

or 370

1 per

2,500 tons

but

not less

than 1 per

paving

day

1.0 1.0 1.0 Loose

Mix

24

hours

Page 118: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 112

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Stabilometer

value (min)f

No. 4 and 3/8"

gradings

1/2" and 3/4"

gradings

California

Test 366

1 per

4,000 tons

or 2 per 5

business

days,

whichever

is greater

30

37

30

35

--

23

Behind

Paver

See

Californi

a Test

125

48

hours

Air void

content (%)f,g California

Test 367 4 ± 2 4 ± 2 TV ± 2

Percent of

crushed

particles

coarse

aggregate

(% min.): One

fractured

face

Two

fractured

faces

Fine

aggregate

(% min)

(Passing no.

4 sieve and

retained on

no. 8 sieve): One fractured

face

California

Test 205

As desig-

nated in

QC plan.

At least

once per

project.

90

75

70

25

--

20

--

90

70

Californi

a Test

125

48

hours

Los Angeles

Rattler (%

max): Loss at 100

rev.

Loss at 500

rev.

California

Test 211

12

45

--

50

12

40

Californi

a Test

125

Fine

aggregate

angularity

(% min) h

California

Test 234 45 45 45

Californi

a Test

125

Flat and

elongated

particle

(% max by

weight @

5:1)

California

Test 235

Report

only

Report

only

Report

only

Californi

a Test

125

Page 119: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 113

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Voids filled

with asphalt

(%)i

No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

Report only

Voids in

mineral

aggregate

(% min.)i

No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

17.0

15.0

14.0

13.0

17.0

15.0

14.0

13.0

--

--

18.0–23.0

18.0–23.0

Dust

proportioni

No. 4 and 3/8"

gradings

1/2" and 3/4"

gradings

California

Test 367

0.6–1.2

0.6–1.2

0.6–1.2

0.6–1.2

Report only

Hamburg

wheel track

(minimum

number of

passes at 0.5

inch average

rut depth)i PG-58

PG-64

PG-70

PG-76 or

higher

AASHTO

T 324

(Modified

)

1 per

10,000

tons or 1

per project

whichever

is greater

10,000

15,000

20,000

25,000

10,000

15,000

20,000

25,000

-- --

Hamburg

wheel track

(inflection

point

minimum

number of

passes)j PG-58 PG-64 PG-70 PG-76 or higher

AASHTO

T 324

(Modified

)

1 per

10,000

tons or 1

per project

whichever

is greater

10,000

10,000

12,500

15000

10,000

10,000

12,500

15000

-- --

Page 120: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 114

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Moisture

susceptibility

(minimum

dry strength,

psi) j

California

Test 371

1 per

10,000

tons or 1

per project

whichever

is greater

120 120 -- --

Moisture

susceptibility

(tensile

strength

ratio, %)j

California

Test 371

1 per

10,000

tons or 1

per project

whichever

is greater

70 70 70 --

Smoothness

Section

39-1.12 --

12-foot

straight-

edge,

must-

grind, and

PI0

12-foot

straight-

edge,

must-

grind, and

PI0

12-foot

straight-

edge,

must-

grind, and

PI0

--

Asphalt

rubber binder

viscosity @

375 °F,

centipoises

Section

39-1.02D -- -- --

1,500–

4,000

Section

39-1.02D

24

hours

CRM Section

39-1.02D

-- -- -- Section

39-1.02D

Section

39-1.02D

48

hours a Determine combined aggregate gradation containing RAP under California Test 367. b The tolerances must comply with the allowable tolerances in section 39-1.02E. c Determines field compaction for any of the following conditions:

1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least

0.15 foot.2. 3/4-inch aggregate grading is used and the specified total paved thickness is at least 0.20 foot. d To determine field compaction use:

1. In-place density measurements using the method specified in your QC plan.

2. California Test 309 to determine the maximum theoretical density at the frequency specified in

California Test 375, Part 5C. e For adjusting the plant controller at the HMA plant. f Report the average of 3 tests from a single split sample. g 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. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured

sand by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or

gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.

Within the specified reporting time, submit test results including:

1. Sampling location, quantity, and time

2. Testing results

Page 121: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 115

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

3. Supporting data and calculations

If test results for any quality characteristic are beyond the action limits in the QC plan, take

corrective actions. Document the corrective actions taken in the inspection records under Section

39-4.02E.

Stop production, notify the Engineer, take corrective action, and demonstrate compliance with

the specifications before resuming production and placement 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 39-4.02F using quality control data

2. An individual quality factor, QFQCi for i = 1 or 2, is below 0.75 using quality

control data

3. Quality characteristics for which a quality factor, QFQCi, is not determined has 2

consecutive quality control tests not in compliance with the specifications

39-4.02D Charts and Records

Record sampling and testing results for quality control on forms provided in the Quality Control

Manual for Hot Mix Asphalt Production and Placement, or on forms you submit with the QC

plan. The QC plan must also include posting locations and submittal times for forms.

Submit quality control test results using the Department's statistical evaluation program,

HMAPay. For HMAPay, go to the Department's Construction Web site.

39-4.02E Records of Inspection and Testing

During HMA production, submit a daily:

1. 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. QC worksheet with updated test results from the HMAPay program

2.2. Test forms with the testers' signatures and QC manager's initials

2.3. Inspection forms with the inspectors' signatures and QC manager's initials

2.4. List and explanation of deviations from the specifications or regular

practices

2.5. Signed statement by the QC manager that says:

"It is hereby certified that the information contained in this record is

accurate, and that information, tests, or calculations documented herein comply

with the specifications of the Contract and the standards set forth in the testing

procedures. Exceptions to this certification are documented as part of this record."

Retain for inspection the records generated as part of quality control, including inspection,

sampling, and testing for at least 3 years after final acceptance.

39-4.02F Statistical Evaluation

39-4.02F(1) General

Page 122: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 116

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Determine a lot's composite quality factor, QFC, and the individual quality factors, QFQCi.

Perform statistical evaluation calculations to determine these quality factors based on quality

control test results for:

1. Aggregate gradation

2. Asphalt binder content

3. Percent of maximum theoretical density

The Engineer grants a waiver and you must use 1.0 as the individual quality factor for percent of

maximum theoretical density, QFQC5, for HMA paved in:

1. Areas where the total paved thickness is less than 0.15 foot

2. Areas where the total paved thickness is less than 0.20 foot and 3/4-inch grading

is specified and used

3. Dig outs

4. Leveling courses

5. Areas where compaction or compaction measurement by conventional methods is

impeded

39-4.02F(2) Statistical Evaluation Calculations

Use the Variability-Unknown / Standard Deviation Method to determine the percentage of a lot

not in compliance with the specifications.

Determine the percentage of work not in compliance with the specification limits for each quality

characteristic as follows:

1. Calculate the arithmetic mean ( ) of the test values

where:

x = individual test values

n

=

number of test values

2. Calculate the standard deviation

where:

∑(x2) = sum of the squares of individual test values

(∑x)2 = sum of the individual test values squared

n = number of test values

X

X = x

n

s =n (Σx2)-(Σx) 2

n(n-1)

Page 123: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 117

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

3. Calculate the upper quality index (Qu)

where: USL = TV plus the production tolerance or upper specification limit

s = standard deviation

= arithmetic mean

4. Calculate the lower quality index (QL);

where: LSL = TV minus production tolerance or lower specification limit

s = standard deviation

= arithmetic mean

5. From the table, Upper Quality Index QU or Lower Quality Index QL, determine PU

;

where:

PU

=

estimated percentage of work outside the USL

PU = 0, if USL is not specified

6. From the table, Upper Quality Index QU or Lower Quality Index QL, determine

PL;

where:

PL

=

estimated percentage of work outside the LSL

PL = 0, if LSL is not specified

7. Calculate the total estimated percentage of work outside the USL and LSL,

percent defective

Percent defective = PU + PL

The PU and PL are determined from the following:

Qu = USL -  X

s

X

QL = X  -  LSL

s

X

Page 124: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 118

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

PU Upper Quality Index QU or Lower Quality Index QL

or Sample Size (n)

PL 5 6 7 8 9 10-

11

12-

14

15-

17

18-

22

23-

29

30-

42

43-

66

>66

0 1.72 1.88 1.99 2.07 2.13 2.20 2.28 2.34 2.39 2.44 2.48 2.51 2.56

1 1.64 1.75 1.82 1.88 1.91 1.96 2.01 2.04 2.07 2.09 2.12 2.14 2.16

2 1.58 1.66 1.72 1.75 1.78 1.81 1.84 1.87 1.89 1.91 1.93 1.94 1.95

3 1.52 1.59 1.63 1.66 1.68 1.71 1.73 1.75 1.76 1.78 1.79 1.80 1.81

4 1.47 1.52 1.56 1.58 1.60 1.62 1.64 1.65 1.66 1.67 1.68 1.69 1.70

5 1.42 1.47 1.49 1.51 1.52 1.54 1.55 1.56 1.57 1.58 1.59 1.59 1.60

6 1.38 1.41 1.43 1.45 1.46 1.47 1.48 1.49 1.50 1.50 1.51 1.51 1.52

7 1.33 1.36 1.38 1.39 1.40 1.41 1.41 1.42 1.43 1.43 1.44 1.44 1.44

8 1.29 1.31 1.33 1.33 1.34 1.35 1.35 1.36 1.36 1.37 1.37 1.37 1.38

9 1.25 1.27 1.28 1.28 1.29 1.29 1.30 1.30 1.30 1.31 1.31 1.31 1.31

10 1.21 1.23 1.23 1.24 1.24 1.24 1.25 1.25 1.25 1.25 1.25 1.26 1.26

11 1.18 1.18 1.19 1.19 1.19 1.19 1.20 1.20 1.20 1.20 1.20 1.20 1.20

12 1.14 1.14 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15

13 1.10 1.10 1.10 1.10 1.10 1.10 1.11 1.11 1.11 1.11 1.11 1.11 1.11

14 1.07 1.07 1.07 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06

15 1.03 1.03 1.03 1.03 1.02 1.02 1.02 1.02 1.02 1.02 1.02 1.02 1.02

16 1.00 0.99 0.99 0.99 0.99 0.98 0.98 0.98 0.98 0.98 0.98 0.98 0.98

17 0.97 0.96 0.95 0.95 0.95 0.95 0.94 0.94 0.94 0.94 0.94 0.94 0.94

18 0.93 0.92 0.92 0.92 0.91 0.91 0.91 0.91 0.90 0.90 0.90 0.90 0.90

19 0.90 0.89 0.88 0.88 0.88 0.87 0.87 0.87 0.87 0.87 0.87 0.87 0.87

20 0.87 0.86 0.85 0.85 0.84 0.84 0.84 0.83 0.83 0.83 0.83 0.83 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 0.56 0.55 0.55 0.55 0.55 0.55 0.55 0.54

30 0.56 0.55 0.54 0.54 0.53 0.53 0.52 0.52 0.52 0.52 0.52 0.52 0.52

31 0.53 0.52 0.51 0.51 0.50 0.50 0.50 0.49 0.49 0.49 0.49 0.49 0.49

32 0.50 0.49 0.48 0.48 0.48 0.47 0.47 0.47 0.46 0.46 0.46 0.46 0.46

33 0.47 0.48 0.45 0.45 0.45 0.44 0.44 0.44 0.44 0.43 0.43 0.43 0.43

34 0.45 0.43 0.43 0.42 0.42 0.42 0.41 0.41 0.41 0.41 0.41 0.41 0.40

35 0.42 0.40 0.40 0.39 0.39 0.39 0.38 0.38 0.38 0.38 0.38 0.38 0.38

36 0.39 0.38 0.37 0.37 0.36 0.36 0.36 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 0.28 0.28 0.28 0.28 0.28 0.28 0.28

40 0.28 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25

41 0.25 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23

42 0.23 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20

43 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18

44 0.16 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15

45 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13

Page 125: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 119

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

46 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10

47 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08

48 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05

49 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03

50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00

NOTES:

1. If the value of QU or QL does not correspond to a value in the table, use the next lower value.

2. If QU or QL are negative values, PU or PL is equal to 100 minus the table value for PU or PL.

39-4.02F(3) Quality Factor Determination

Determine individual quality factors, QFQCi, using percent defective = PU + PL and the following:

Page 126: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 120

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Quality Factors Maximum allowable percent defective (PU + PL)

Quality Sample size (n)

factor 5 6 7 8 9 10-

11

12-

14

15-

17

18-

22

23-

29

30-

42

43-

66

>66

1.05 0 0 0 0 0 0 0 0 0 0

1.04 0 1 3 5 4 4 4 3 3 3 3

1.03 0 2 4 6 8 7 7 6 5 5 4 4

1.02 1 3 6 9 11 10 9 8 7 7 6 6

1.01 0 2 5 8 11 13 12 11 10 9 8 8 7

1.00 22 20 18 17 16 15 14 13 12 11 10 9 8

0.99 24 22 20 19 18 17 16 15 14 13 11 10 9

0.98 26 24 22 21 20 19 18 16 15 14 13 12 10

0.97 28 26 24 23 22 21 19 18 17 16 14 13 12

0.96 30 28 26 25 24 22 21 19 18 17 16 14 13

0.95 32 29 28 26 25 24 22 21 20 18 17 16 14

0.94 33 31 29 28 27 25 24 22 21 20 18 17 15

0.93 35 33 31 29 28 27 25 24 22 21 20 18 16

0.92 37 34 32 31 30 28 27 25 24 22 21 19 18

0.91 38 36 34 32 31 30 28 26 25 24 22 21 19

0.90 39 37 35 34 33 31 29 28 26 25 23 22 20

0.89 41 38 37 35 34 32 31 29 28 26 25 23 21

0.88 42 40 38 36 35 34 32 30 29 27 26 24 22

0.87 43 41 39 38 37 35 33 32 30 29 27 25 23

0.86 45 42 41 39 38 36 34 33 31 30 28 26 24

0.85 46 44 42 40 39 38 36 34 33 31 29 28 25

0.84 47 45 43 42 40 39 37 35 34 32 30 29 27

0.83 49 46 44 43 42 40 38 36 35 33 31 30 28

0.82 50 47 46 44 43 41 39 38 36 34 33 31 29

0.81 51 49 47 45 44 42 41 39 37 36 34 32 30

0.80 52 50 48 46 45 44 42 40 38 37 35 33 31

0.79 54 51 49 48 46 45 43 41 39 38 36 34 32

0.78 55 52 50 49 48 46 44 42 41 39 37 35 33

0.77 56 54 52 50 49 47 45 43 42 40 38 36 34

0.76 57 55 53 51 50 48 46 44 43 41 39 37 35

0.75 58 56 54 52 51 49 47 46 44 42 40 38 36

60 57 55 53 52 51 48 47 45 43 41 40 37

61 58 56 55 53 52 50 48 46 44 43 41 38

Reject 62 59 57 56 54 53 51 49 47 45 44 42 39

63 61 58 57 55 54 52 50 48 47 45 43 40

64 62 60 58 57 55 53 51 49 48 46 44 41

Reject values greater than those shown above

NOTE: To obtain a quality factor if the estimated percent outside specification limits from table titled,

"Upper Quality Index QU or Lower Quality Index QL," does not correspond to a value in the table, use

the next larger value.

Compute the composite of single quality factors, QFC, for a lot using:

QF C

= i = 1

5 w i QF QC i

Page 127: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 121

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

where: QFC = the composite quality factor for the lot rounded to 2 decimal places

QFQCi = the quality factor for the individual quality characteristic

w = the weighting factor listed in the table titled "HMA Acceptance – QC/QA

Construction Process"

i = the quality characteristic index number in the table titled "HMA Acceptance – QC/QA

Construction Process"

39-4.03 QUALITY ASSURANCE

39-4.03A General

The Department assures quality by:

1. Reviewing mix designs and proposed JMF

2. Inspecting procedures

3. Conducting oversight of quality control inspection and records

4. Verification sampling and testing during production and paving

39-4.03B Verification Sampling and Testing

39-4.03B(1) General

The Department samples:

1. Aggregate to verify gradation

2. HMA to verify asphalt binder content

39-4.03B(2) Verification

For aggregate gradation and asphalt binder content, the ratio of verification testing frequency to

the minimum quality control testing frequency is 1:5. The Department 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 1st sublot. If there are less than 20 sequential

sublots, the Engineer uses the maximum number of sequential sublots available. The 21st sublot

becomes the 1st sublot (n = 1) in the next lot.

The t-value for a group of test data is computed as follows:

where:

t =Xc − Xv

Sp

1

nc

+1

nv

andSp

2 =Sc

2 (nc - 1) + Sv2 (nv - 1)

nc + nv - 2

Page 128: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 122

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

nc = Number of quality control tests (2 min, 20 max).

nv = Number of verification tests (min of 1 required).

=

Mean of quality control tests.

=

Mean of verification tests.

Sp = Pooled standard deviation (when nv = 1, Sp = Sc).

Sc = Standard deviation of quality control tests.

Sv = Standard deviation of verification tests (when nv > 1).

The comparison of quality control test results and the verification test results is at a level of

significance of α = 0.025. The Engineer computes t and compares it to the following critical t-

values, tcrit:

Critical T-Value

Degrees of

freedom

(nc+nv-2)

tcrit

(for =

0.025)

Degrees of

freedom

(nc+nv-2)

tcrit

(for =

0.025)

1 24.452 18 2.445

2 6.205 19 2.433

3 4.177 20 2.423

4 3.495 21 2.414

5 3.163 22 2.405

6 2.969 23 2.398

7 2.841 24 2.391

8 2.752 25 2.385

9 2.685 26 2.379

10 2.634 27 2.373

11 2.593 28 2.368

12 2.560 29 2.364

13 2.533 30 2.360

14 2.510 40 2.329

15 2.490 60 2.299

16 2.473 120 2.270

17 2.458 ∞ 2.241

If the t-value computed is less than or equal to tcrit, quality control test results are verified.

If the t-value computed is greater than tcrit and both and comply with acceptance

specifications, the quality control tests are verified. You may continue to produce and place

HMA with the following allowable differences:

1. ≤ 1.0 percent for any grading

2. ≤ 0.1 percent for asphalt binder content

X c

X v

X v X c

cv XX −

cv XX −

Page 129: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 123

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

If the t-value computed is greater than tcrit and the for grading or asphalt binder

content are greater than the allowable differences, quality control test results are not verified and:

1. Engineer notifies you.

2. You and the Engineer must investigate why the difference exists.

3. If the reason for the difference cannot be found and corrected, the Department's

test results are used for acceptance and pay.

39-4.04 ACCEPTANCE CRITERIA

39-4.04A Testing

The Engineer samples for acceptance testing and tests for the following quality characteristics:

cv XX −

Page 130: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 124

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

HMA Acceptance—QC/QA Construction Process Index

(i)

Quality characteristic Weight

-ing

factor

(w)

Test

method

HMA type

A B RHMA-G

Aggregate

gradation a

California

Test 202 JMF ± Tolerance c

Sieve

3/4" 1/2" 3/8"

1 1/2" X b -- -- 0.05

1 3/8" -- X -- 0.05

1 No. 4 -- -- X 0.05

2 No. 8 X X X 0.10

3 No.

200

X X X 0.15

4 Asphalt binder content (%) 0.30 California

Test 379

or 382

JMF0.40 JMF0.40 JMF ± 0.40

5 Field compaction (% max.

theoretical density) d, e

0.40 California

Test 375

92–96 92–96 91–96

Sand equivalent (min) f California

Test 217

47 42 47

Stabilometer value (min) f No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 366

30

37

30

35

--

23

Air void content (%)f, g California

Test 367

4 ± 2 4 ± 2 TV ± 2

Percent of crushed particles

coarse aggregate (% min) One fractured face

Two fractured faces

Fine aggregate (% min) (Passing no. 4 sieve and

retained on No. 8 sieve.)

One fractured face

California

Test 205

90

75

70

25

--

20

--

90

70

HMA moisture content

(%, max)

California

Test 226

or 370

1.0 1.0 1.0

Los Angeles Rattler (%

max) Loss at 100 rev.

Loss at 500 rev.

California

Test 211

12

45

--

50

12

40

Fine aggregate angularity

(% min)h

California

Test 234

45 45 45

Flat and elongated particle

(% max by weight @ 5:1)

California

Test 235

Report

only

Report

only

Report only

Page 131: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 125

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Voids in mineral aggregate

(% min) i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

17.0

15.0

14.0

13.0

17.0

15.0

14.0

13.0

--

--

18.0–23.0

18.0–23.0

Voids filled with asphalt

(%) i No. 4 grading

3/8" grading

1/2" grading

3/4" grading

California

Test 367

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

65.0–75.0

Report only

Dust proportion i No. 4 and 3/8" gradings

1/2" and 3/4" gradings

California

Test 367

0.6–1.2

0.6–1.2

0.6–1.2

0.6–1.2

Report only

Hamburg Wheel Tracker

(minimum number of

passes at 0.5 inch average

rut depth) j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified

)

10,000

15,000

20,000

25,000

10,000

15,000

20,000

25,000

--

Hamburg Wheel Tracker

(inflection point minimum

number of passes) j PG-58

PG-64

PG-70

PG-76 or higher

AASHTO

T 324

(Modified

)

10,000

15,000

20,000

25,000

10,000

15,000

20,000

25,000

--

Moisture susceptibility

(minimum dry strength, psi)

j

California

Test 371 120 120

--

Moisture susceptibility

(tensile strength ratio %)j

California

Test 371

70

70

70

Smoothness Section

39-1.12

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

12-foot

straight-

edge, must

grind, and

PI0

Asphalt binder Various Section 92 Section 92 Section 92

Asphalt rubber binder Various -- --

Section

92-

1.01D(2)

and section

39-1.02D

Asphalt modifier Various -- --

Section

39-1.02D

CRM Various -- --

Section

39-1.02D

Page 132: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 126

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

a The Engineer determines combined aggregate gradations containing RAP under California Test 367. b "X" denotes the sieves the Engineer tests for the specified aggregate gradation. c The tolerances must comply with the allowable tolerances in section 39-1.02E. d The Engineer determines field compaction for any of the following conditions:

1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least

0.15 foot and less than 0.20 foot.2. 3/4-inch aggregate grading is used and the specified total paved

thickness is at least 0.20 foot. e To determine field compaction, the Engineer uses:

1. California Test 308, Method A, to determine in-place density of each density core.

2. California Test 309 to determine the maximum theoretical density at the frequency specified in

California Test 375, Part 5C. f The Engineer reports the average of 3 tests from a single split sample. g 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. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand

by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or

gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.

The Department 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 if any of the

following applies:

1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved

thickness is at least 0.15 foot and any layer is less than 0.15 foot.

2. 3/4-inch aggregate grading is used and the specified total paved thickness is at

least 0.20 and any layer is less than 0.20 foot.

If the specified total paved thickness is at least 0.15 foot and any layer is less than 0.15 foot, the

Department 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 calculates QFQCi for i = 1, 2, 3, and 4 using quality control data and QFQCi for i = 5

using quality assurance data,

The Engineer stops production and terminates a lot 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 39-4.02F

2. An individual quality factor, QFQCi for i = 1 or 2, is below 0.75

3. Quality characteristics for which a quality factor, QFQCi, is not determined has 2

consecutive acceptance or quality control test results not in compliance with the

specifications

For any single quality characteristic for which a quality factor, QFQCi, is not determined, except

smoothness, if 2 consecutive acceptance test results do not comply with specifications:

Page 133: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 127

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

1. Stop production.

2. Take corrective action.

3. Take samples and split each sample into 4 parts in the Engineer's presence. Test 1

part for compliance with the specifications and submit 3 parts to the Engineer. The

Department tests 1 part for compliance with the specifications and reserves and stores 2

parts.

4. Demonstrate compliance with the specifications before resuming production and

placement.

39-4.04B Statistical Evaluation, Determination of Quality Factors, and Acceptance

39-4.04B(1) Statistical Evaluation and Determination of Quality Factors

To determine the individual quality factor, QFQCi, for any quality factor i = 1 through 5 or a lot's

composite quality factor, QFC, for acceptance and payment adjustment, the Engineer uses the

evaluation specifications under section 39-4.02F and the following:

1. Verified quality control test results for aggregate gradation

2. Verified quality control test results for asphalt binder content

3. Department's test results for percent of maximum theoretical density

39-4.04B(2) Lot Acceptance Based on Quality Factors

The Engineer accepts a lot based on the quality factors determined for aggregate gradation and

asphalt binder content, QFQCi for i = 1 through 4, using the total number of verified quality

control test result values and the total percent defective (PU + PL).

The Engineer accepts a lot based on the quality factor determined for maximum theoretical

density, QFQC5, using the total number of test result values from cores and the total percent

defective (PU + PL).

The Engineer calculates the quality factor for the lot, QFC, which is a composite of weighted

individual quality factors, QFQCi, determined for each quality characteristic in the HMA

Acceptance – QC/QA table in section 39-4.04A.

The Engineer accepts a lot based on quality factors if:

1. Current composite quality factor, QFC, is 0.90 or greater

2. Each individual quality factor, QFQCi for i = 3, 4, and 5, is 0.90 or greater

3. Each individual quality factor, QFQCi for i = 1 and 2, is 0.75 or greater

No single quality characteristic test may represent more than 750 tons or 1 day's production,

whichever is less.

39-4.04B(3) Payment Adjustment

If a lot is accepted, the Engineer adjusts payment with the following formula:

( )HMATTHMACPWHMATTWHMATTHMATTQFwHMACPPAn

i

iiQCii *)(**

1

*=

−+−=

Page 134: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 128

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

where:

PA = payment adjustment rounded to 2 decimal places

HMACP = HMA Contract price

HMATT = HMA total tons represented in the lot

WHMATTi = total tons of waived quality characteristic HMA

QFQCi = running quality factor for the individual quality characteristic

QFQCi for i = 1 through 4 must be from verified Contractor's QC

results. QFQC5 must be determined from the Engineer's results on

density cores taken for percent of maximum theoretical density

determination.

w = weighting factor listed in the HMA acceptance table

i = quality characteristic index number in the HMA acceptance table

If the payment adjustment is a negative value, the Engineer deducts this amount from payment.

If the payment adjustment is a positive value, the Engineer adds this amount to payment.

The 21st sublot becomes the 1st sublot (n = 1) in the next lot. If the 21st sequential sublot

becomes the 1st sublot, the previous 20 sequential sublots become a lot for which the Engineer

determines a quality factor. The Engineer uses this quality factor to pay for the HMA in the lot.

If the next lot consists of less than 8 sublots, these sublots must be added to the previous lot for

quality factor determination using 21 to 27 sublots.

39-4.04C Dispute Resolution

For a lot, if you or the Engineer dispute any quality factor, QFQCi, or verification test result,

every sublot in that lot must be retested.

Referee tests must be performed under the specifications for acceptance testing.

Any quality factor, QFQCi, must be determined using the referee tests.

For any quality factor, QFQCi, for i = 1 through 5, dispute resolution:

1. If the difference between the quality factors for QFQCi 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 QFQCi 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 RESERVED

39-6 PAYMENT

Section 39-6 includes specifications for HMA payment. The weight of each HMA mixture

designated in the Bid Item List must be the combined mixture weight.

If the QC/QA construction process is specified, the Engineer adjusts payment under Section 39-

4.

Page 135: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 129

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

If recorded batch weights are printed automatically, the bid item for HMA is measured by using

the printed batch weights, provided:

1. Total aggregate and supplemental fine aggregate weight per batch is printed. If

supplemental fine aggregate is weighed cumulatively with the aggregate, the total

aggregate batch weight must include the supplemental fine aggregate weight.

2. Total asphalt binder weight per batch is printed.

3. Each truckload's zero tolerance weight is printed before weighing the 1st batch

and after weighing the last batch.

4. Time, date, mix number, load number, and truck identification is correlated with a

load slip.

5. Copy of the recorded batch weights is certified by a licensed weighmaster and

submitted to the Engineer.

If tack coat, asphalt binder, and asphaltic emulsion are paid with separate contract items, their

contract items are measured under Section 92 or Section 94.

The Department does not adjust the unit price for an increase or decrease in the tack coat

quantity. Section 9-1.06 does not apply to tack coat.

Place hot mix asphalt dike of the type specified is measured along the completed length.

Place hot mix asphalt (miscellaneous areas) is measured as the in-place compacted area.

HMA dike is paid for as place hot mix asphalt dike of the type specified in the Bid Item List and

by weight for hot mix asphalt.

HMA specified to be placed in miscellaneous areas is paid for as place hot mix asphalt

(miscellaneous area) and by weight for hot mix asphalt.

If the QC/QA construction process is specified, HMA placed in dikes and miscellaneous areas is

paid for as hot mix asphalt as specified in Section 39-4 except Section 39-4.04B does not apply.

If minor hot mix asphalt is paid by area, it is measured from the dimensions shown.

Payment for tack coat is included in the payment for hot mix asphalt.

Payment for tack coat for minor HMA is included in payment for minor hot mix asphalt or the

bid item that requires minor HMA.

Geosynthetic pavement interlayer is measured for the actual pavement area covered.

If the dispute resolution independent third party determines the Department's test results are

correct, the Engineer deducts the independent third party's testing costs from payments. If the

independent third party determines your test results are correct, the Department pays the

independent third party's testing costs.

Page 136: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 130

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 40

CONCRETE PAVEMENT

Attention is directed to the provisions of Section 40, “Concrete Pavement,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

concrete pavement.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 41

EXISTING CONCRETE PAVEMENT

Attention is directed to the provisions of Section 41, “Existing Concrete Pavement,” of the

Standard Specifications and these Special Provisions for the requirements and conditions related

to existing concrete pavement.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 42

GROOVE AND GRIND CONCRETE

Attention is directed to the provisions of Section 42, “Groove and Grind Concrete,” of the

Standard Specifications and these Special Provisions for the requirements and conditions related

to grooving and grinding concrete.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTIONS 43-44

RESERVED

END OF DIVISION V

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 137: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 131

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION VI STRUCTURES

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 45

GENERAL

Attention is directed to the provisions of Section 45, “General,” of the Standard Specifications

and these Special Provisions for constructing structures.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 46

GROUND ANCHORS AND SOIL NAILS

Attention is directed to the provisions of Section 46, “Ground Anchors and Soil Nails,” of the

Standard Specifications and these Special Provisions for constructing ground anchors and soil

nails.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 47

EARTH RETAINING SYSTEMS

Attention is directed to the provisions of Section 47, “Earth Retaining Systems,” of the Standard

Specifications and these Special Provisions for constructing earth retaining systems.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 48

TEMPORARY STRUCTURES

Attention is directed to the provisions of Section 48, “Temporary Structures,” of the Standard

Specifications and these Special Provisions for constructing temporary structures.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 49

PILING

Attention is directed to the provisions of Section 49, “Piling,” of the Standard Specifications and

these Special Provisions for constructing piles.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 138: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 132

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 50

PRESTRESSING CONCRETE

Attention is directed to the provisions of Section 50, “Prestressing Concrete,” of the Standard

Specifications and these Special Provisions for prestressing concrete.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 51

CONCRETE STRUCTURES

Attention is directed to the provisions of Section 51, “Concrete Structures,” of the Standard

Specifications and these Special Provisions for constructing concrete structures.

Add to Section 51-1.02B, “Concrete”:

For headwall of culvert, concrete must contain at least 675 pounds of cementitious material per

cubic yard.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 52

REINFORCEMENT

Attention is directed to the provisions of Section 52, “Reinforcement,” of the Standard

Specifications and these Special Provisions for fabricating and placing reinforcement.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 53

SHOTCRETE

Attention is directed to the provisions of Section 53, “Shotcrete,” of the Standard Specifications

and these Special Provisions for placing shotcrete.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 54

WATERPROOFING

Attention is directed to the provisions of Section 54, “Waterproofing,” of the Standard

Specifications and these Special Provisions for waterproofing.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 139: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 133

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 55

STEEL STRUCTURES

Attention is directed to the provisions of Section 55, “Steel Structures,” of the Standard

Specifications and these Special Provisions for furnishing and erecting structural steel or

metalwork.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 56

OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES

Attention is directed to the provisions of Section 56, “Overhead Sign Structures, Standards, and

Poles,” of the Standard Specifications and these Special Provisions for constructing overhead

sign structures, standards and poles.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 57

WOOD AND PLASTIC LUMBER STRUCTURES

Attention is directed to the provisions of Section 57, “Wood and Plastic Lumber Structures,” of

the Standard Specifications and these Special Provisions for constructing wood and plastic

lumber structures.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 58

SOUND WALLS

Attention is directed to the provisions of Section 58, “Sound Walls,” of the Standard

Specifications and these Special Provisions for constructing sound walls.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 59

STRUCTURAL STEEL COATINGS

Attention is directed to the provisions of Section 59, “Structural Steel Coatings,” of the Standard

Specifications and these Special Provisions for coating structural steel.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 60

EXISTING STRUCTURES

Attention is directed to the provisions of Section 60, “Existing Structures,” of the Standard

Specifications and these Special Provisions for performing work on existing structures.

Page 140: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 134

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

END OF DIVISION VI

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 141: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 135

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION VII DRAINAGE FACILITIES

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 61

GENERAL

Attention is directed to the provisions of Section 61, “General,” of the Standard Specifications

and these Special Provisions for constructing drainage facilities.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTIONS 62-63

RESERVED

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 64

PLASTIC PIPE

Attention is directed to the provisions of Section 64, “Plastic Pipe,” of the Standard

Specifications and these Special Provisions for fabricating and installing plastic pipe.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 65

CONCRETE PIPE

Attention is directed to the provisions of Section 65, “Concrete Pipe,” of the Standard

Specifications and these Special Provisions for constructing concrete pipe.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 66

CORRUGATED METAL PIPE

Attention is directed to the provisions of Section 66, “Corrugated Metal Pipe,” of the Standard

Specifications and these Special Provisions for constructing corrugated metal pipe and pipe

arches.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 142: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 136

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 67

STRUCTURAL PLATE CULVERTS

Attention is directed to the provisions of Section 67, “Structural Plate Culverts,” of the Standard

Specifications and these Special Provisions for constructing structural plate culverts.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 68

SUBSURFACE DRAINS

Attention is directed to the provisions of Section 68, “Subsurface Drains,” of the Standard

Specifications and these Special Provisions for constructing subsurface drains.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 69

OVERSIDE DRAINS

Attention is directed to the provisions of Section 69, “Overside Drains,” of the Standard

Specifications and these Special Provisions for constructing overside drains.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 70

MISCELLANEOUS DRAINAGE FACILITIES

Attention is directed to the provisions of Section 70, “Miscellaneous Drainage Facilities,” of the

Standard Specifications and these Special Provisions for (1) installing miscellaneous drainage

facilities for water drainage and transmission and (2) constructing casings for bridges.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 71

EXISTING DRAINAGE FACILITIES

Attention is directed to the provisions of Section 71, “Existing Drainage Facilities,” of the

Standard Specifications and these Special Provisions for performing work on existing drainage

facilities, including culverts, inlets, headwalls, endwalls, aprons, drains, pipes, gutters, gutter

depressions, junction structures, spillways, and check dams.

Add to Section 71-2.01, “General”:

Removal of culvert includes removal of the existing headwall, grouted rock, and the rock slope

protection within the grading limits.

Page 143: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 137

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

END OF DIVISION VII

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 144: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 138

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION VIII MISCELLANEOUS CONSTRUCTION

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 72

SLOPE PROTECTION

Attention is directed to the provisions of Section 72, “Slope Protection,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to slope

protection.

Replace the 1st paragraph of Section 72-2.03A, “General” with:

Excavate for the rock slope protection, if required.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 73

CONCRETE CURBS AND SIDEWALK

Attention is directed to the provisions of Section 73, “Concrete Curbs and Sidewalk,” of the

Standard Specifications and these Special Provisions for the requirements and conditions related

to concrete curbs and sidewalk.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 74

PUMPING EQUIPMENT AND CONTROLS

Attention is directed to the provisions of Section 74, “Pumping Equipment and Controls,” of the

Standard Specifications and these Special Provisions for the requirements and conditions related

to pumping equipment and controls.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 75

MISCELLANEOUS METAL

Attention is directed to the provisions of Section 75, “Miscellaneous Metal,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

miscellaneous metal.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 145: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 139

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 76

WELLS

Attention is directed to the provisions of Section 76, “Wells,” of the Standard Specifications and

these Special Provisions for the requirements and conditions related to wells.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 77

LOCAL INFRASTRUCTURE

Attention is directed to the provisions of Section 77, “Local Infrastructure,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to local

infrastructure.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 78

INCIDENTAL CONSTRUCTION

Attention is directed to the provisions of Section 78, “Incidental Construction,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

incidental construction.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 79

RESERVED

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 80

FENCES

Attention is directed to the provisions of Section 80, “Fences,” of the Standard Specifications

and these Special Provisions for the requirements and conditions related to fences.

END OF DIVISION VIII

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 146: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 140

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION IX TRAFFIC CONTROL DEVICES

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 81

MISCELLANEOUS TRAFFIC CONTROL DEVICES

Attention is directed to the provisions of Section 81, “Miscellaneous Traffic Control Devices,” of

the Standard Specifications and these Special Provisions for the requirements and conditions

related to miscellaneous traffic control devices.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 82

SIGNS AND MARKERS

Attention is directed to the provisions of Section 82, “Signs and Markers,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to signs

and markers.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 83

RAILINGS AND BARRIERS

Attention is directed to the provisions of Section 83, “Railings and Barriers,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

railings and barriers.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 84

MARKINGS

Attention is directed to the provisions of Section 84, “Markings,” of the Standard Specifications

and these Special Provisions for the requirements and conditions related to markings.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 147: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 141

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 85

RESERVED

END OF DIVISION IX

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 148: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 142

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION X ELECRICAL WORK

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 86

GENERAL

Attention is directed to the provisions of Section 86, “General,” of the Revised Standard

Specifications RSS_A04-20-18_2015 and these Special Provisions for the requirements and

conditions related to the general specifications for furnishing electrical equipment and materials.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 87

ELECTRICAL SYSTEMS

Attention is directed to the provisions of Section 87, “Electrical Systems,” of the Revised

Standard Specifications RSS_A04-20-18_2015 and these Special Provisions for the requirements

and conditions related to the general specifications for constructing and installing electrical

systems.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 88

RESERVED

END OF DIVISION X

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 149: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 143

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION XI MATERIALS

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 89

AGGREGATE

Attention is directed to the provisions of Section 89, “Aggregate,” of the Standard Specifications

and these Special Provisions for the requirements and conditions related to aggregate.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 90

CONCRETE

Attention is directed to the provisions of Section 90, “Concrete,” of the Standard Specifications

and these Special Provisions for the requirements and conditions related to concrete.

Add to Section 90-1.02H, “Concrete in Corrosive Environments”:

For concrete at headwall of culvert, the ratio of the quantity of free water to the quantity of

cementitious material must not exceed 0.40.

Add to Section 90-1.02I(2)(a), “General”:

For all concrete at headwall of culvert, the mortar strength of the fine aggregate relative to the

mortar strength of Ottawa sand must be a minimum of 100 percent under California Test 515.

Add to Section 90-1.02I(2)(b), “Concrete Exposed to Deicing Chemicals”:

Concrete at headwall of culvert is exposed to deicing chemicals.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 91

PAINT

Attention is directed to the provisions of Section 91, “Paint,” of the Standard Specifications and

these Special Provisions for the requirements and conditions related to paint.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 150: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 144

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

SECTION 92

ASPHALT BINDERS

Attention is directed to the provisions of Section 92, “Asphalt Binders,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to asphalt

binders.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 93

RESERVED

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 94

ASPHALTIC EMULSIONS

Attention is directed to the provisions of Section 94, “Asphaltic Emulsions,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

asphaltic emulsions.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 95

EPOXY

Attention is directed to the provisions of Section 95, “Epoxy,” of the Standard Specifications and

these Special Provisions for the requirements and conditions related to epoxy.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 96

GEOSYNTHETICS

Attention is directed to the provisions of Section 96, “Geosynthetics,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

geosynthetics.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTIONS 97-98

RESERVED

END OF DIVISION XI

Page 151: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 145

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 152: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 146

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DIVISION XII BUILDING CONSTRUCTION

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

SECTION 99

BUILDING CONSTRUCTION

Attention is directed to the provisions of Section 99, “Building Construction,” of the Standard

Specifications and these Special Provisions for the requirements and conditions related to

building construction.

END OF DIVISION XII

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 153: 1715-12 Little Fuller Road Bid Book Website

Special Provisions 147

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

THIS PAGE INTENTIONALLY LEFT BLANK

Page 154: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 148

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

PROPOSAL

Emergency Storm Damage Repair for Construction on Little Fuller Road

Contract No. 1715-12

NAME OF BIDDER:

BUSINESS MAILING ADDRESS:

CITY, STATE, ZIP:

BUSINESS STREET ADDRESS:

CITY, STATE, ZIP:

TELEPHONE: ( ) FAX: ( )

E-mail address: Contractor License No.:

Year established DIR Registration Number

Estimated yearly contracts

The work to be done and referred to herein is for the Emergency Storm Damage Repair for

Construction on Little Fuller Road, Contract No. 1715-12 located in Tuolumne County, State of

California, and shall be constructed in accordance with the Contract Documents, which require the

payment of State of California General Prevailing Wage Rates and the Federal Minimum Wage

Rates, whichever are greater, including:

The Notice to Bidders, Special Provisions, Construction Plans and Contract entitled

“Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No.

1715-12”, including any addenda thereto annexed hereto, the Stage of California Department

of Transportation Standard Specifications and Standard Plans (Caltrans), dated 2015, and the

Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished.

Bids are to be submitted for the entire work. The amount of the bid, for comparison purposes, will

be the total of all items.

The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for

each lump sum item a total for the item, all in clearly legible figures in the respective spaces

provided for that purpose. In the case of unit basis items, the amount set forth under the “Item Total”

column shall be the product of the unit price bid and the estimated quantity for the item.

In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit

price shall prevail, except as provided in (a) or (b) as follows:

(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is

omitted, or is the same as the amount as the entry in the item total column,

then the amount set forth in the item total column for the item shall prevail

and shall be divided by the estimated quantity for the item and the price thus

obtained shall be the unit price;

Page 155: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 149

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

(b) (Decimal Errors) If the product of the entered unit price and the estimated

quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or

one hundredth, etc. from the entered total, the discrepancy will be resolved by

using the entered unit price or item total, whichever most closely

approximates percentage wise the unit price or item total in the County of

Tuolumne’s estimate of cost.

If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid

may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise

unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single

item and a clear, readable total bid is provided.

Symbols such as commas and dollar signs will be ignored and have no mathematical significance in

establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums

will be interpreted according to the number of digits and, if applicable, decimal placement. Cents

symbols also have no significance in establishing any unit price or item total since all figures are

assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items

shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from

the item total, the item total shall prevail.

The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as

to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any

situation not specifically provided for will be determined in the discretion of the County of

Tuolumne, and that discretion will be exercised in the manner deemed by the County of Tuolumne

to best protect the public interest in the prompt and economical completion of the work. The

decision of the County of Tuolumne respecting the amount of a bid, or the existence or treatment of

an irregularity in a bid, shall be final.

If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish

the bonds in the amounts required by the Contract Documents, with surety satisfactory to the County

of Tuolumne, within ten (10) days, not including Saturdays, Sundays and legal holidays, after the

bidder has received notice from the County of Tuolumne that the contract has been awarded, the

County of Tuolumne may, at its option, determine that the bidder has abandoned the contract, and

thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such

security accompanying this proposal shall operate and the same shall be the property of the County

of Tuolumne.

The undersigned, as bidder, declares that the only person or parties interested in this proposal as

principals are those named herein; that this proposal is made without collusion with any other

person, firm or corporation; that he has carefully examined the location of the proposed work, the

attached proposed form of contract, and the plans therein referred to; and he proposes, and agrees if

this proposal is accepted, that he will contract with the County of Tuolumne, in the form of the copy

of the contract attached hereto, to provide all necessary machinery, tools, apparatus and other means

of construction, and to do all the work and furnish all the materials specified in the contract, in the

manner and time therein prescribed, and according to the requirements of the Engineer as therein set

forth, and that he will take in full payment therefor the following prices, to wit:

Page 156: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 150

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

EXHIBIT A

BID SCHEDULE

Emergency Storm Damage Repair for Construction on Little Fuller Road

Contract No. 1715-12

(F)(P) BEES

ITEM Item ITEM TOTAL UNIT

NO. (Note 1) CODE DESCRIPTION QUANTITY UNIT COST AMOUNT

1

999990 Mobilization 1 LS

2

066999 Construction Staking 1 LS

3

120090 Construction Area Signs 1 LS

4

120100 Traffic Control System 1 LS

5

120120 Type III Barricade 9 EA

6

120182 Portable Delineator 6 EA

7

129000

Temporary Railing (Type

K) 40 LF

8

130100 Job Site Management 1 LS

9

130200

Prepare Water Pollution

Control Program 1 LS

10

130600

Temporary Diversion

System 1 LS

11

130710

Temporary Construction

Entrance 1 EA

12

130900

Temporary Concrete

Washout 1 LS

13

131103

Water Quality Sampling

and Analysis Day 8 EA

14

131104

Water Quality Monitoring

Report 3 EA

15

131105

Water Quality Annual

Report 1 EA

16

170103

Clearing and Grubbing

(LS) 1 LS

17

190101 Roadway Excavation 90 CY

18

190161 Rock Excavation 110 CY

19 F 192020

Structure Excavation (Type

D) 75 CY

20 F 192025

Structure Excavation

(Culvert) 1620 CY

21 F 193004 Structure Backfill (Culvert) 366 CY

22 F 193119 Lean Concrete Backfill 123 CY

23 198010 Imported Borrow (CY) 10 CY

24 210252 Bonded Fiber Matrix 6180 SF

Page 157: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 151

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

Award will be based on the lowest responsive bidder and will be made at the discretion of the County subject to the availability of

funds. Bids that are mathematically and/or materially unbalanced may be disqualified at the discretion of the County.

25 210350 Fiber Rolls 1100 LF

26 F 510092

Structural Concrete,

Headwall 80 CY

27 F 510502

Minor Concrete (Minor

Structure) 1 CY

28 F 520101 Bar Reinforcing Steel 8000 LB

29 F 520106

Bar Reinforcing Steel

(Epoxy Coated) 6196 LB

30

665012

12” Corrugated Steel Pipe

(0.79” Thick) 27 LF

31

665062

72” Corrugated Steel Pipe

(.138” Thick) 178 LF

32

700638

36” Corrugated Steel Pipe

Inlet (0.79” Thick) 10 LF

33

705007

12” Steel Flared End

Section 1 EA

34

710132 Remove Culvert 62 LF

35

710136 Remove Pipe 13 LF

36

723050

Rock Slope Protection (1/4

T, Class V, Method B) 86 CY

37

723080

Rock Slope Protection (60

lb, Class II, Method B) 43 CY

38

729011

Rock Slope Protection

Fabric (Class 8) 186 SY

39 F 750001

Miscellaneous Iron and

Steel 607 LB

40

260203 Class 2 Aggregate Base 103 CY

41

390132 Hot Mix Asphalt 101 TN

42

394073

Place Hot Mix Asphalt

Dike (Type A) 155 LF

43

394090

Place Hot Mix Asphalt

(Miscellaneous Area) 34 SY

44

820530 Reset Roadside Sign 1 EA

45

839765

Reset Midwest Guardrail

System 103 LF

46

Reset Alternative In-Line

Terminal System 1 EA

47 F 839521 Cable Railing 90 LF

48

840656

Det. 21 Centerline Striping,

4” Stripe 160 LF

TOTAL COST (BASE BID) (Note 1) P- Denotes Partial Pay; F- Denotes Final Pay;

Page 158: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 152

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

LIST OF SUBCONTRACTORS

Failure to list all subcontracts greater than 1/2 of 1% of the contract amount is subject to

penalties of up to 10% of the subcontract amount & may also be grounds for disciplinary action

by the Contractors State License Board. Any changes in subcontractors must be approved by the

Engineer in advance.

Name, Location &

Contractor’s License

Number D

IR

regis

trati

on

nu

mb

er

DB

E✓

Bid

Item

Number

Description of Work

Value of

Work

Note: DBE credit, if claimed, is based upon the amount actually paid to subcontractor or DBE.

See Section 2-1.12 of the Special Provisions for details.

Page 159: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 153

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

The bidder’s execution and endorsement on the signature portion of the proposal shall also constitute an endorsement and execution of

the following certifications which are a part of this document:

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION

The following certification is required by the Equal Opportunity Regulations of the Secretary of

Labor (41 CFR 60-1.7(b)(1)), and shall be submitted by bidders and proposed subcontractors only in

connection with contracts and subcontracts which are subject to the equal opportunity clause.

Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41

CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt).

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their

implementing regulations.

Proposed prime contractors and subcontractors who have participated in a previous contract or

subcontract subject to the Executive Orders and have not filed the required reports should note that

41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits

a report covering the delinquent period or such other period specified by the Federal Highway

Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of

Labor.

The bidder_________________________________________________________________,

proposed subcontractor _______________________________________________,

hereby certifies that he has ___ , has not , participated in a previous contract or

subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925,

11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee,

the Director of the Office of Federal Contract Compliance, a Federal Government contracting

or administering agency, or the former President’s Committee on Equal Employment

Opportunity, all reports due under the applicable filling requirements..

Date: Signature:

SMALL BUSINESS STATUS

This small business questionnaire is included for statistical reporting only, and your answer neither

affects your bid on this contract, nor will it be cause for penalty.

Are you certified as a “Small Business” by the Office of Small Business of the Department of

General Services of the State of California?

Please check one of the following: yes____ no____ unsure____

Page 160: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 154

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

PUBLIC CONTRACT CODE

These Statements and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also

constitute signature of these Statements and Questionnaire. Bidders are cautioned that making a false certification may subject the

certifier to criminal prosecution.

PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT

In conformance with Public Contract Code section 10285.1 (Chapter 376, Stats. 1985), the bidder

hereby declares under penalty of perjury that the bidder

has , has not ,

been convicted within the preceding three (3) years of any offenses referred to in that section,

including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any

state or federal antitrust law in connection with the bidding upon, award of, or performance of, any

public works contract, as defined in Public Contract Code section 1101, with any public entity, as

defined in Public Contract Code section 1100, including the Regents of the University of California

or the Trustees of the California State University. The term “bidder” is understood to include any

partner, member, officer, director, responsible managing officer, or responsible managing employee

thereof, as referred to in Section 10285.1.

The bidder shall place a check mark after “has” or “has not” in one of the blank spaces provided.

The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof

shall also constitute signature of this Statement. Bidders are cautioned that making false certification

may subject the certifier to criminal prosecution.

“I declare under penalty of perjury under the laws of the State of California that the statement made

in the foregoing statement is true and correct.”

Date Signature

PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE

In accordance with Public Contract Code section 10162, the bidder shall complete, under penalty of

perjury, the following questionnaire:

Has the bidder, any officer of the bidder, or any employee of the bidder who has a

proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented

from bidding on, or completing a federal, state, or local government project because of a

violation of law or a safety regulation?

Yes No

If the answer is yes, explain the circumstances in the following space:

Page 161: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 155

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

PUBLIC CONTRACT SECTION 10232 STATEMENT

In conformance with Public Contract Code section 10232, the Contractor, hereby states under

penalty of perjury, that no more than one final unappealable finding of contempt of court by a

federal court has been issued against the Contractor within the immediately preceding two year

period because of the Contractor’s failure to comply with an order of a federal court which orders

the Contractor to comply with an order of the National Labor Relations Board.

NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

(Title 23 United States Code Section 112 and Public Contract Code Section 7106)

This Noncollusion Declaration is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute

signature of this Noncollusion Declaration. Bidders are cautioned that making a false certification may subject the certifier to criminal

prosecution.

To the County of Tuolumne:

The undersigned declares:

I am the __________________________________ of __________________________________,

the party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,

association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder

has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The

bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or

anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company,

association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive

or sham bid, and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint

venture, limited liability company, limited liability partnership, or any other entity, hereby represents

that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true

and correct and that this declaration is executed on __________________________________ [date],

at __________________________________ [city], ________________________________ [state].

Signature

Page 162: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 156

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION

Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to

bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered

with the Department of Industrial Relations. See http://www.dir.ca.gov/Public-

Works/PublicWorks.html for additional information.

No contract will be entered into without proof of the contractor’s and subcontractors’ current

registration with the Department of Industrial Relations to perform public work.

Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code

sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of

Industrial Relations.

Name of Bidder:

DIR Registration Number:

Bidder further acknowledges:

1. Bidder shall maintain a current DIR registration for the duration of the project.

2. Bidder shall include the requirements of Labor Code sections 1725.5 and 1771.1 in its

contract with subcontractors and ensure that all subcontractors are registered at the time of bid

submittal and maintain registration status for the duration of the project.

3. Failure to submit this form or comply with any of the above requirements may result in a

finding that the bid is non-responsive.

Signature:

Name and Title:

Dated:

Page 163: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 157

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

NONLOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS

The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his

or her knowledge and belief, that:

(l) No federal appropriated funds have been paid or will be paid, by or on behalf of the

undersigned, to any person for influencing or attempting to influence an officer or employee

of any federal agency, a Member of Congress, an officer or employee of Congress, or an

employee of a Member of Congress in connection with the awarding of any federal contract,

the making of any federal grant, the making of any federal loan, the entering into of any

cooperative agreement, and the extension, continuation, renewal, amendment, or

modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to

any person for influencing or attempting to influence an officer or employee of any federal

agency, a Member of Congress, an officer or employee of Congress, or an employee of a

Member of Congress in connection with this federal contract, grant, loan, or cooperative

agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure of

Lobbying Activities,” in accordance with its instructions.

This certification is a material representation of fact upon which reliance was placed when this

transaction was made or entered into. Submission of this certification is a prerequisite for making or

entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to

file the required certification shall be subject to a civil penalty of not less than $10,000 and not more

than $100,000 for each such failure.

The prospective participant also agrees by submitting his or her bid or proposal that he or she shall

require that the language of this certification be included in all lower tier subcontracts, which exceed

$100,000 and that all such sub recipients shall certify and disclose accordingly.

Page 164: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 158

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

DISCLOSURE OF LOBBYING ACTIVITIES

COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352

Standard Form LLL Rev. 04-28-06

Page 165: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 159

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

INSTRUCTIONS FOR COMPLETION OF SF-LLL,

DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient, at the initiation or

receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form

is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or

employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in

connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate.

Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by

the Office of Management and Budget for additional information.

1. Identify the type of covered federal action for which lobbying activity is and/or has been secured to influence, the outcome

of a covered federal action.

2. Identify the status of the covered federal action.

3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the

information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously

submitted report by this reporting entity for this covered federal action.

4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District if known. Check

the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the

tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,

subgrants and contract awards under grants.

5. If the organization filing the report in Item 4 checks “Subawardee” then enter the full name, address, city, State and zip code

of the prime federal recipient. Include Congressional District, if known.

6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below

agency name, if known. For example, Department of Transportation, United States Coast Guard.

7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of

Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments.

8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request

for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number,

the application/proposal control number assigned by the federal agency). Include prefixes, e.g., “RFP-DE-90-001.”

9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal

amount of the award/loan commitments for the prime entity identified in item 4 or 5.

10. (a) Enter the full name, address, city, State and zip code of the lobbying entity engaged by the reporting entity identified in

item 4 to influenced the covered federal action.

(b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name,

First Name and Middle Initial (Ml).

11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying

entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is

a material change report, enter the cumulative amount of payment made or planned to be made.

12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the

nature and value of the in-kind payment.

13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.

14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and

the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal

officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were

contacted.

15. Check whether or not a continuation sheet(s) is attached.

16. The certifying official shall sign and date the form, print his/her name title and telephone number.

Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for

reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the

collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,

including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046),

Washington, D.C. 20503.

SF-LLL-Instructions Rev. 06-04-90

Page 166: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 160

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

ADDENDA ACKNOWLEDGMENT

This Proposal is submitted with respect to the changes to the contract included in addenda number/s:

Addendum No. _________________ Bidder’s Initials ___________

Addendum No. _________________ Bidder’s Initials ___________

Addendum No. _________________ Bidder’s Initials ___________

Fill in addenda numbers if addenda have been received and insert, in this proposal, any Engineer’s

Estimate sheets that were received as part of the addenda.

SECURITY

Accompanying this proposal is:

INSERT THE AMOUNT AND THE WORDS “CASH”, “CASHIER’S CHECK”, “CERTIFIED CHECK” OR

“BIDDER’S BOND”

in the amount equal to at least ten (10) percent of the total of the bid.

DEBARMENT AND SUSPENSION CERTIFICATION

Title 2, Code of Federal Regulations, Part 180

The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person

associated therewith in the capacity of owner, partner, director, officer, and manager:

• Is not currently under suspension, debarment, voluntarily exclusion. or determined

ineligibility by any federal agency;

• Has not been suspended, debarred, voluntarily excluded or determined ineligible by any

federal agency within the past 3 years;

• Does not have a proposed debarment pending; and

• Has not been indicted, convicted, or had a civil judgment rendered against it by a court of

competent jurisdiction in any matter involving fraud or official misconduct within the past 3

years.

If there are any exceptions to this certification, insert the exceptions in the following space.

Exceptions will not necessarily result in denial of award, but will be considered in determining

bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating

agency, and dates of action.

Notes: Providing false information may result in criminal prosecution or administrative sanctions.

The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof

shall also constitute signature of this Certification.

Page 167: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 161

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

LIST OF PRINCIPALS

The names of all persons interested in the foregoing proposal as principals are as follows:

IMPORTANT NOTICE. If bidder or other interested person is corporation, state legal name of corporation, also names of the

president, secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual copartners

composing firm; if bidder or other interested person is an individual, state first and last names in full.

By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing

questionnaire and statements of Public Contract Code sections 10162, 10232 and 102851.1 are true and correct and that the bidder has

complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of

the California Administrative Code). By my signature on this proposal I further certify, under the penalty of perjury under the laws of

the State of California and the United States of America, that the Noncollusion Declaration required by Title 23 United States Code,

Section 112 and Public Contract Code section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension

Certification are true and correct.

The Contractor’s license number and expiration date are stated under penalty of perjury.

Licensed in accordance with an act providing for the registration of contractors:

License No.: Exp. Date: Classifications:

Print Name and Title of Bidder

Date Signature of Bidder

Business Address Place of Business

Place of Residence

Page 168: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 162

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

COUNTY OF TUOLUMNE

BIDDER’S BOND

Bond No.

We, as Principal

and as Surety are bound unto the

County of Tuolumne, hereafter referred to as “Obligee”, in the penal sum of ten (10) percent of the

total amount of the bid of the Principal submitted to the Obligee for the work described below, for

the payment of which sum we bind ourselves, jointly and severally,

THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:

WHEREAS, the Principal is submitted to the Obligee, for:

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-

12

for which bids are to be opened at on .

NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner

required under the Specifications, after the prescribed forms are presented to him for signature,

enters into a written contract, in the prescribed form, in accordance with the bid, and files three

bonds with the Obligee, one to guarantee faithful performance of the contract, second to guarantee

payment for labor and materials as provided by law, and third to be a maintenance warranty bond,

then this obligation shall be null and void; otherwise, it shall remain in full force.

In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety

shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney’s fee to be

fixed by the court.

Date: , 20

Principal

Surety

Attorney-in-Fact

Page 169: 1715-12 Little Fuller Road Bid Book Website

NOT FOR BIDDIN

G

Proposal 163

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

CERTIFICATE OF ACKNOWLEDGEMENT

State of California

County of

On before me, ,

(here insert the name and title of the officer)

personally appeared

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within

instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by

his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the

instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and

correct.

WITNESS my hand and official seal.

Signature

(Seal)

A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the

document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

Page 170: 1715-12 Little Fuller Road Bid Book Website

Contract 164

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

COUNTY OF TUOLUMNE

DEPARTMENT OF PUBLIC WORKS

CONTRACT

Emergency Storm Damage Repair for Construction on Little Fuller Road

Contract No. 1715-12

This Contract (“Contract”) is made and entered into by and between the County of Tuolumne

(“County”) and _____________________________________________________________,

(“Contractor”) as of the date it is approved by the Board of Supervisors.

ARTICLE I. - WITNESSETH, that for and in consideration of the payments and agreements

hereinafter mentioned, to be made and performed by the County, and under the conditions expressed

in the three bonds, bearing even date with these presents, and hereunto annexed, the Contractor

agrees with the County, at his own proper cost and expense, to do all the work and furnish all the

materials, except such as may be mentioned in the specifications to be furnished by County,

necessary to construct and complete in good and workmanlike manner and to the satisfaction of the

County of Tuolumne, the work described in the Special Provisions and the project plans described

below, including any addenda thereto, and also in accordance with the State of California

Department of Transportation Standard Plans, dated 2015, the Standard Specifications, dated 2015,

and the Labor Surcharge and Equipment Rental Rates in effect on the date the work was

accomplished, which said Special Provisions, project plans, Standard Plans, Standard Specifications,

and Labor Surcharge and Equipment Rental Rates are hereby specially referred to and by such

reference made a part hereof.

The Special Provisions for the work to be done are titled:

State of California; County of Tuolumne; Department of Public Works

Notice to Bidders, Special Provisions, Proposal, and Contract (Bid Book)

Emergency Storm Damage Repair for Construction on Little Fuller Road

Contract No. 1715-12

The project plans for the work to be done are titled:

County of Tuolumne Department of Public Works

Emergency Storm Damage Repair for Construction on Little Fuller Road

Contract No. 1715-12

ARTICLE II. - The County hereby promises and agrees with the Contractor to employ and does

hereby employ, the Contractor to provide the materials and to do the work according to the terms

and conditions herein contained and referred to for the prices hereinafter set forth and hereby

contracts to pay the same at the time, in the manner and upon the conditions herein set forth; and the

said parties for themselves, their heirs, executors, administrators, successors, and assigns, do hereby

agree to the full performance of the covenants herein contained.

Page 171: 1715-12 Little Fuller Road Bid Book Website

Contract 165

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

ARTICLE III. - The State of California general prevailing wages appearing in the bid documents are

hereby made a part of this Contract. It is further expressly agreed by and between the parties hereto

that should there be any conflict between the terms of this instrument and the bid or proposal of the

Contractor, then this instrument shall control and nothing herein shall be considered as an

acceptance of the terms of the proposal conflicting herewith.

ARTICLE IV. - By my signature hereunder, as Contractor, I certify that I am aware of the provisions

of Section 3700 of the Labor Code, which require every employer to be insured against liability for

worker’s compensation or to undertake self-insurance in accordance with the provisions before

commencing the performance of the work of this Contract.

ARTICLE V. - The Contractor agrees to receive and accept the following prices as full

compensation for furnishing all materials and for doing all the work contemplated and embraced in

this Contract; also for all loss or damage, arising out of the nature of the work aforesaid, or from the

action of the elements, or from any unforeseen difficulties or obstructions which may arise or be

encountered in the prosecution of the work until its acceptance by the County of Tuolumne, and for

all risks of every description connected with the work, also for all expenses incurred by or in

consequence of the suspension or discontinuance of work and for well and faithfully completing the

work, and the whole thereof, in the manner and according to the plans and specifications, and the

requirements of the Engineer under them, to wit: See attached EXHIBIT “A”.

ARTICLE VI. – In the event of the legal action to enforce this Contract, venue shall be in Tuolumne

County.

ARTICLE VII. – In the event of the legal action to enforce this Contract, the prevailing party shall

be entitled to reasonable attorney’s fees.

//signatures follow on next page//

Page 172: 1715-12 Little Fuller Road Bid Book Website

Contract 166

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and

date first above written.

STATE OF CALIFORNIA

COUNTY OF TUOLUMNE

BOARD OF SUPERVISORS CONTRACTOR’S REPRESENTATIVES

Sherri Brennan, Chair Board of Supervisors Date Legal Name of Corporation

ATTEST:

______________________________________

Clerk of the Board

APPROVED AS TO FORM:

COUNTY OF TUOLUMNE President, Chairman or Vice-President Date

By

Deputy County Counsel Date Secretary, Treasurer or Chief Financial Officer Date

Licensed in accordance with an act providing for the

registration of Contractors, License No.

Federal Employer Identification Number

Note: Contract shall be signed by two officers of the

corporation as shown.

Page 173: 1715-12 Little Fuller Road Bid Book Website

Contract 167

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

THIS PAGE LEFT BLANK INTENTIONALLY

Page 174: 1715-12 Little Fuller Road Bid Book Website

Contract 168

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

COUNTY OF TUOLUMNE

DEPARTMENT OF PUBLIC WORKS

PERFORMANCE BOND

(To Accompany Contract)

Bond No.

WHEREAS, the County of Tuolumne, acting by and through the Department of Public Works, (“County”) has awarded to Contractor

_____________________________________________, (“Contractor”), a contract for the work described as follows:

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-

12

AND WHEREAS, the Contractor is required to furnish a bond in connection with said contract, guaranteeing the faithful performance

thereof:

NOW, THEREFORE, we the undersigned Contractor and _______________________________________, a corporation duly

authorized to do a general surety business in the State of California, (“Surety”) are held firmly bound to the County of Tuolumne in

the sum of ______________________________________________ dollars ($__________________), to be paid to the County or its

certain attorney, 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 presents.

THE CONDITION OF THIS OBLIGATION IS SUCH,

That if the above bound Contractor, its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by,

and well and truly keep and perform the covenants, conditions and agreements in the foregoing Contract and any alteration thereof

made as therein provided, on his or their part to be kept and performed at the time and in the manner therein specified, and in all

respects according to their intent and meaning, and shall indemnify and hold harmless the County of Tuolumne, its elected and

appointed officials, officers, employees, agents, and volunteers as therein stipulated, then this obligation shall become and be null and

void; otherwise it shall be and remain in full force and virtue. Whenever Contractor shall be, and is declared by the County to be, in

default under the Contract, and the County, having performed the County’s obligations thereunder, the Surety may promptly remedy

the default, or shall promptly:

(1) Complete the Contract in accordance with its terms and conditions; or

(2) Obtain a bid or bids for submission to the County for completing the Contract in accordance with its terms and conditions,

and upon determination by the County and Surety of the lowest responsible bidder, arrange for a contract between such

bidder and the County, and make available as work progresses (even though there should be a default or succession of

defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of

completion less the balance of the contract price. The term “balance of the contract price” as used in this paragraph shall

mean the total amount payable to Contractor by the County under the Contract and any modifications thereto, less the

amount previously properly paid by the County to the Contractor.

(3) Surety expressly agrees that the County may reject any contractor or subcontractor which may be proposed by Surety in

fulfillment of its obligations in the event of default by the Contractor.

(4) Surety shall not utilize Contractor in completing the Contract nor shall Surety accept a bid from Contractor for completion

of the work if the County, when declaring the Contractor in default, notifies Surety of the County’s objection to the

Contractor's further participation in the completion of the work.

The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the

Contract or to the work to be performed thereunder or 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, alteration or addition to the terms of

the Contract or to the work or to the Specifications.

In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to be fixed by the court. No right of action shall

accrue on this Bond for the use of any person or entity other than the County or its heirs, executors, administrators or successors.

IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ___ day of _________, 20___.

Correspondence or claims relating to this

bond should be sent to the Surety at the

following address:

Contractor

Name of Surety (SEAL)

By: Attorney-in-Fact

NOTE: Signatures of those executing for the Surety shall be properly acknowledged.

Page 175: 1715-12 Little Fuller Road Bid Book Website

Contract 169

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

CERTIFICATE OF ACKNOWLEDGEMENT

State of California

County of

On before me, ,

(here insert the name and title of the officer)

personally appeared

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within

instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by

his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the

instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and

correct.

WITNESS my hand and official seal.

Signature

(Seal)

A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the

document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

Page 176: 1715-12 Little Fuller Road Bid Book Website

Contract 170

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

COUNTY OF TUOLUMNE

DEPARTMENT OF PUBLIC WORKS

PAYMENT BOND

(Section 9550, Civil Code)

Bond No.

WHEREAS, The County Tuolumne , acting by and through the Department of Public Works, (“Obligee”), has awarded to Contractor

_______________________________________, (“Principal”), a contract for the work described as follows:

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-

12

AND WHEREAS, Principal is required to furnish a bond in connection with this Contract, to secure the payment of claims of

laborers, mechanics, materialmen and other persons as provided by law.

NOW, THEREFORE, we, the undersigned Principal _______________________________________, a corporation duly authorized

to do a general surety business in the State of California, (“Surety”) are held firmly bound to the Obligee in the sum of

______________________________________________ dollars ($__________________), to be paid to Obligee or its certain

attorney, 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 presents.

THE CONDITION OF THIS OBLIGATION IS SUCH,

That if Principal or its subcontractors shall fail to pay (1) any of the persons named in Civil Code section 9100, (2) amounts due under

the Unemployment Insurance Code with respect to work or labor performed by such claimant, or (3) any amounts required to be

deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and his

subcontractors pursuant to Unemployment Insurance Code section 13020 et seq., with respect to such work and labor, that the Surety

herein will pay for the same. In the event suit is brought upon this Bond by the Obligee and judgment is recovered, the Surety shall

pay all costs incurred by the Obligee in such suit, including a reasonable attorney’s fee to be fixed by the Court. The Surety hereby

waives the provisions of Sections 2819 and 2845 of the Civil Code.

This bond shall inure to the benefit of any of the persons named in Civil Code section 9100 as to give a right of action to such persons

or their assigns in any suit brought upon this bond.

PROVIDED, HOWEVER, that the Surety, for value received, hereby stipulates and agrees that no change, extension of time,

alteration, or addition to the terms of the Contract or to the work to be performed thereunder shall in any way affect its obligation on

this Bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract.

PROVIDED, FURTHER, that no final settlement between the Obligee and the Principal shall abridge the right of any beneficiary

hereunder, whose claim may be unsatisfied.

IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ___ day of _________, 20___.

Correspondence or claims relating to this bond

should be sent to the Surety at the following

address:

Contractor

Name of Surety (SEAL)

By: Attorney-in-Fact

NOTE: Signatures of those executing for the Surety shall be properly acknowledged.

Page 177: 1715-12 Little Fuller Road Bid Book Website

Contract 171

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

CERTIFICATE OF ACKNOWLEDGEMENT

State of California

County of

On before me, ,

(here insert the name and title of the officer)

personally appeared

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within

instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by

his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the

instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and

correct.

WITNESS my hand and official seal.

Signature

(Seal)

A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the

document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

Page 178: 1715-12 Little Fuller Road Bid Book Website

Contract 172

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

COUNTY OF TUOLUMNE

DEPARTMENT OF PUBLIC WORKS

MAINTENANCE WARRANTY BOND

(To Accompany Contract)

Bond No.

WHEREAS, the County of Tuolumne, acting by and through the Department of Public Works (“County”), has awarded to Contractor

_____________________________________________, (“Contractor”), a contract for the work described as follows:

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-

12

AND WHEREAS, the Contractor is required to furnish a one-year maintenance warranty bond in connection with this Contract.

NOW, THEREFORE, we the undersigned Contractor _______________________________________, a corporation duly

authorized to do a general surety business in the State of California, (“Surety”) are held firmly bound to the County of Tuolumne in

the sum of ______________________________________________ dollars ($__________________), to be paid to the County or its

certain attorney, 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 presents.

THE CONDITION OF THIS OBLIGATION IS SUCH,

That if the above bound Contractor, its heirs, executors, administrators, successors or assigns, shall repair or replace, in accordance

with the terms of the Contract and any alteration made thereto as therein provided, any defects or failures in the contract

improvements occurring within 1 year of acceptance of the contract then this obligation shall become and be null and void; otherwise

it shall be and remain in full force and virtue. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to

fixed by the court.

No right of action shall accrue on this Bond for the use of any person or entity other than the County or its heirs, executors,

administrators or successors.

IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ___ day of _________, 20___.

Correspondence or claims relating to this bond

should be sent to the Surety at the following

address:

Contractor

Name of Surety (SEAL)

By: Attorney-in-Fact

NOTE: Signatures of those executing for the Surety shall be properly acknowledged.

Page 179: 1715-12 Little Fuller Road Bid Book Website

Contract 173

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

CERTIFICATE OF ACKNOWLEDGEMENT

State of California

County of

On before me, ,

(here insert the name and title of the officer)

personally appeared

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within

instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by

his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the

instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and

correct.

WITNESS my hand and official seal.

Signature

(Seal)

A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the

document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

Page 180: 1715-12 Little Fuller Road Bid Book Website

Appendix A 174

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

APPENDIX A

CALTRANS REVISED STANDARD SPECIFICATIONS

Applicable to the 2015 Edition of the Standard Specifications

RSS_A07-21-17

is available at https://www.tuolumne.ca.gov/bids.aspx

Page 181: 1715-12 Little Fuller Road Bid Book Website

Appendix A 175

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

THIS PAGE INTENTIONALLY LEFT BLANK

Page 182: 1715-12 Little Fuller Road Bid Book Website

Appendix B 176

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

APPENDIX B

PROJECT PLANS

Page 183: 1715-12 Little Fuller Road Bid Book Website

Appendix B 177

Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12

THIS PAGE INTENTIONALLY LEFT BLANK