county of san diego


[PDF]county of san diego - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

22 downloads 480 Views 8MB Size

CONTRACT DOCUMENTS FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE PROJECT NO. 1012778 BID OPENING DATE: November 21, 2014 BID NO. 6673

SPECIAL NOTICES Disabled Veterans Business Enterprise (DVBE): Attention is directed to pages 1-7 through 1-9 of the contract documents concerning DVBE participation. These pages contain specific requirements for meeting an established participation requirement or a Good Faith Effort (GFE). GFE submittals must include required individual solicitations of DVBE firms and appropriate supporting documentation. Addenda and Interpretations: The Owner will not be responsible for any oral interpretation of the meaning of the plans, specifications, or other pre-bid documents. Every request for such interpretation shall be in writing and forwarded via email to [email protected] and [email protected] and to be given consideration must be received at least ten (10) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be posted on the County BuyNet website at https://buynet.sdcounty.ca.gov. It is the responsibility of all prospective bidders to check the County BuyNet website for any updates to contract documents. All addenda so issued shall become part of the Contract Documents. Plan Holders List: All interested parties who would like to be placed on the plan holders list, please submit your information (company name, contact person, general or sub, address, phone and fax) in its entirety to the points of contact above on or before the due date for all RFIs. Plan holders lists will be posted on BuyNet labeled “plan holders list” as a courtesy and is not a requirement of this solicitation. The County of San Diego makes no representation as to the accuracy or for the completeness of the plan holders list.

COUNTY OF SAN DIEGO DEPARTMENT OF PUBLIC WORKS 5500 OVERLAND AVENUE, SUITE 320 SAN DIEGO, CA 92123 COUNTY

CONTRACT DOCUMENTS FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE PROJECT NO. 1 012778 Any questions relative to this project, prior to execution of the Contract, should be directed to

BRAD NGUYEN, Civil Engineer Email: [email protected] AND KURT JOHNSON, Procurement Contracting Officer Email : Kurt. [email protected]

RECOMMENDED BY

/o/tr /^o,7 CHRIST ER HAN Project Manager Dep artment of Public Works

Date

RECOMMENDED BY

to/o/2"/,/ RAMIN ABlDl, LUEG Program Manager Department of Public Works

Date

APPROVED

lD TER L N Department of Public Works

7114

irector

START/COUNTY

TABLE OF CONTENTS FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE PROJECT NO. 1012778

PART I.

BIDDING INFORMATION ......................................................................................... 1-1

Notice to Contractors Inviting Bids ...................................................................................... 1-2 Information for Bidders ........................................................................................................ 1-3 General Information Regarding Compliance with Disabled Veterans Business Enterprise (DVBE) Program ...................................................................... 1-6 PART II.

DOCUMENTS TO BE EXECUTED BY BIDDER ..................................................... 2-1

Proposal to the Board .......................................................................................................... 2-2 Bid Schedule ....................................................................................................................... 2-3 Bid Comparison and Award.................................................................................................. 2-4 Prohibited Contracts ............................................................................................................ 2-5 Drug and Alcohol Policy ...................................................................................................... 2-5 Debarment and Suspension ................................................................................................. 2-5 Noncollusion Affidavit .......................................................................................................... 2-6 Representations and Certifications .................................................................................... 2-6a Designation of Subcontractors ............................................................................................ 2-7 Signature Page .................................................................................................................... 2-8 Bidder's Bond ...................................................................................................................... 2-9 Bidder DVBE Information (not required if County Estimate does not exceed $500,000) .. 2-10 PART IIA. DOCUMENTS REQUIRED TO BE EXECUTED AND SUBMITTED BY ALL BIDDERS WHO FAIL TO MEET DVBE PARTICIPATION FOR PUBLIC WORK PROJECTS ESTIMATED (BY THE COUNTY) TO BE BETWEEN $500,000 AND $1 MILLION. (SHALL BE SUBMITTED BY E-MAIL TO THE PROCUREMENT CONTRACTING OFFICER LISTED AS CONTACT FOR THIS RFB WITHIN TWO (2) BUSINESS DAYS OF THE BID OPENING.) ..................................................... 2-11 Documentation of Good Faith Effort – Cover Sheet .......................................................... 2-12 Documentation of Good Faith Effort .................................................................................. 2-13 PART III. DOCUMENTS TO BE EXECUTED BY THE SUCCESSFUL BIDDER ................... 3-1 Contract ............................................................................................................................... 3-2 Corporate Certificate ........................................................................................................... 3-5 Partnership Certificate ........................................................................................................ 3-6 Contractor's Certificate Regarding Worker's Compensation .............................................. 3-7 Performance Bond .............................................................................................................. 3-8 Payment Bond ..................................................................................................................... 3-9

7/14

i

START/COUNTY

TABLE OF CONTENTS (continued)

PART IV.

SPECIAL PROVISIONS - SPECIAL CONDITIONS ................................................ 4-1

1. Specifications and Plans ...................................................................................................... 4-2 2. Beginning of Work, Time of Completion and Liquidated Damages .................................... 4-2 3. Project Document Identification and Mailing Information .................................................... 4-2 4. Guarantee ............................................................................................................................ 4-2 5. Indemnification and Insurance ............................................................................................ 4-3 6. Permits and Licenses .......................................................................................................... 4-3 7. Existing Utilities and Non-Highway Facilities ...................................................................... 4-3 8. Subcontracting ..................................................................................................................... 4-4 9. Claims .................................................................................................................................. 4-5 10. Furnishing Materials ............................................................................................................ 4-6 11. Stockpiling and Equipment Storage .................................................................................... 4-7 12. Public Safety ........................................................................................................................ 4-7 13. Temporary Crash Cushion Module ...................................................................................... 4-8 14. Progress Schedule ............................................................................................................ 4-10 15. Survey Staking ................................................................................................................... 4-10 16. Trench Plating ................................................................................................................... 4-11 17. Tests of Materials .............................................................................................................. 4-13 18. Federal and State Environmental Compliance ................................................................. 4-13 19. Order of Work .................................................................................................................... 4-13 20. Dust Control ........................................................................................................................ 4-14 21. Maintaining Traffic ............................................................................................................. 4-14 22. Sound Control Requirements ............................................................................................ 4-17 23. Archaeological Site or Setting ........................................................................................... 4-18 24. Highway Construction Equipment ..................................................................................... 4-18 25. Payments ........................................................................................................................... 4-18 26. Disposal of Materials ......................................................................................................... 4-19 27. BMP Shared Maintenance ................................................................................................. 4-19 28. Trade Names and Alternatives .......................................................................................... 4-19 29. Subsurface Investigation ................................................................................................... 4-19 30. Cross Sections .................................................................................................................. 4-20 31. State Prevailing Wages ..................................................................................................... 4-20 32. (Blank) ................................................................................................................................ 4-20 33. (Blank) ................................................................................................................................ 4-20 34. (Blank) ................................................................................................................................ 4-20 35. Public Disclosure of Gifts and Campaign Contributions ................................................... 4-20 36. Prequalified and Tested Signing and Delineation Materials .............................................. 4-22 37. Relations with California Regional Water Quality Control Board ....................................... 4-28

7/14

ii

START/COUNTY

TABLE OF CONTENTS (continued)

PART V.

SPECIAL PROVISIONS - TECHNICAL PROVISIONS ............................................ 5-1 Table of Contents ...................................................................................................... 5-2

PART VI. SPECIAL PROVISIONS – AMENDMENTS TO STANDARD SPECIFICATIONS ... 6-1 PART VII. SPECIAL PROVISIONS - MODIFICATIONS TO SECTIONS 1 THROUGH 9 AND SECTION 12 OF THE STANDARD SPECIFICATIONS AND TO AMENDMENTS TO SECTIONS 1 THROUGH 9 AND SECTION 12 OF THE STANDARD SPECIFICATIONS........................................................................ 7-1 PART VIII. STANDARD DRAWINGS, STANDARD PLANS AND PROJECT PLANS .............. 8-1

7/14

iii

START/COUNTY

PART I

BIDDING INFORMATION

7/14

1-1

PART 1/COUNTY

NOTICE TO CONTRACTORS INVITING BIDS The County of San Diego, Owner, invites sealed bids for: BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE PROJECT NO. 1012778 Submit to the County of San Diego, Department of Purchasing and Contracting, Front Desk (where it will be time stamped to indicate time of receipt), 5560 Overland Avenue, Suite 270, San Diego, CA 92123 in a sealed envelope or package clearly marked on the exterior with “RFB 6673” and the name and address of the offeror prior to 2:00 PM, Local Time on November 21, 2014. Parking is limited, so be sure to deliver your bids early. Late submission cannot be considered unless there was mishandling on the part of the County of San Diego purchasing staff. Submittals must be received at the Purchasing and Contracting front counter by the identified date and time. If utilizing a courier service or USPS, be advised that all courier service deliveries, including USPS, might be delivered to the County’s central mail room, which may result in late submission and rejection of your bid. The Contractor shall possess, at the time of submitting the bid, a California contractor's license, Classification A, General Engineering Contractor. In accordance with Board of Supervisors Policy "B-39a", a Disabled Veterans Business Enterprise (DVBE) participation of three percent (3%) is required for a public work project that is estimated (by the County) to exceed $1 million. A good faith effort cannot be accepted in lieu of meeting the 3% requirement. Should the lowest prime contractor not meet the 3% requirement, the next lowest responsible and responsive bidder that complies with the DVBE requirement will be awarded the contract. For a public work project that is estimated (by the County) to be between $500,000 and $1 million, all bidders are required to make a good faith effort to meet-or-exceed a 3% DVBE subcontractor participation. The Good Faith Effort shall be documented demonstrating all participation was obtained prior to bid submittal. For a public work project estimated (by the County) to be less than $500,000, DVBE participation is encouraged, but not required. DVBE participation may be documented on page 2-10, but is not required at this estimate level. The County’s estimate for this public work project is from $ 735,000 to $ 775.000 Engineer's Estimate of the work is as follows: Item No. 1 2 3 4 5 6 7 8 9 10

7/14

Quantity Lump Sum Lump Sum 5 EA 1 EA 10 DAY 60 DAY Lump Sum 8,029 SY 3 EA 2,500 LF

Description Mobilization Prepare Storm Water Pollution Prevention Plan Rain Event Action Plan (REAP) Storm Water Annual Report Storm Water Sampling and Analysis BMP Maintenance Period (60 days) Construction Site Management Temporary Erosion Control Temporary Stabilized Construction Entrance Temporary Fiber Roll

1-2

PART 1/COUNTY

Engineer's Estimate (Continued) Item No. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43

Quantity 1 EA 1,110 EA 1.7 AC 3 EA Lump Sum 6 EA 2 EA 5.2 CY 120 DAY Lump Sum 3,400 CY 7.2 CY 1,880 CY 1,200 TON Lump Sum 106 LF 200 LF 2 EA 304 LB 8,500 LF 4,000 SY 70 CY 6,600 LF 128 SF 193 EA 70 CY Lump Sum 66 LF 68 LF 147 LF 24 LF 10,000 DLR 5,000 DLR

Description Temporary Concrete Washout Facility (Portable) Temporary Gravel Bag Erosion Control (Type D) Move In/Move Out (Erosion Control) Traffic Control Roadside Signs Project Identification Sign Concrete Minor Structures Resident Engineer's Office Clearing and Grubbing Roadway Excavation Rock Slope Protection Aggregate Base, Class 2 Asphalt Concrete, Type B Finishing Roadway Reinforced Concrete Pipe - 30" Place Asphalt Concrete Dike, Type E Overside Drain Reinforcement Remove Traffic Stripe and Pavement Marking - No Lead Remove Asphalt Concrete Disintegrated Granite (Stabilized) Paint Traffic Stripe Paint Pavement Marking Pavement Marker (Retroreflective) Amended Soil USFS Sign Relocated Reinforced Concrete Pipe - 36" Chain Link Fence (Type CL-6) Chain Link Fence (Type CL-4) Reinforced Concrete Pipe - 18" Field Orders BMP Shared Maintenance

Work to be Done consists in general of intersection, drainage and trail improvements. The project will also include, but not limited to Prepare Storm Water Pollution Prevention Plan, Erosion Control BMPs, Traffic Control, Signage, Resident Engineer’s Office, Earthwork, Rock Slope Protection, Asphalt Concrete Paving, Striping and Pavement Markings, Storm Drains, and Chain Link Fencing The project is located in the vicinity of the intersection of Buckman Springs Road and Oak Drive, in the County of San Diego, State of California. Contract Documents, including Plans, Specifications, and Proposal Forms are available to be downloaded, free of charge, from the Department of Purchasing and Contracting BuyNet website at: https://buynet.sdcounty.ca.gov. Full-size plans for this project are not available for purchase. Work schedules, if applicable for this project, are included in Part VIII of these Contract Documents.

7/14

1-2a

PART 1/COUNTY

The following report is available for review at and may be downloaded from the County of San Diego This report is provided for informational BuyNet website at https://buynet.sdcounty.ca.gov. purposes only, and is not part of this Contract. BUCKMAN SPRINGS / OAK DRIVE INTERSECTION IMPROVEMENT W.A.#1012778 DPW MATERIALS LAB JANUARY 7, 2011 3 PAGES A package of existing cross sections (10 sheets) used in the design of this project is available for review at and may be downloaded from the County of San Diego BuyNet website at https://buynet.sdcounty.ca.gov. These cross sections are provided for informational purposes only, and are not part of this Contract. Firms Associated with Project: The County of San Diego engaged the following ArchitectEngineering firm with its subcontractors, or other firms to provide the Plans, Specifications, and Engineers Estimate (PS&E) and other related supporting technical documents or services for this construction procurement. •

Name of Consultant Firm: Dokken Engineering Type of Work Performed: PS&E Address: 5675 Ruffin Road, Suite 250, San Diego, CA 92123 Phone No: (858) 514-8377 Contact Person: Josh Stone

The firms listed above have been associated with this project and are provided for informational purposes only. This list is not intended to be relied on for purposes of compliance with any conflict of interest rules or applicable laws or regulations affecting this project. The Contractor is solely responsible for due diligence in identifying and avoiding all potential conflicts of interest related to contracting for, and construction of, this project. The Standard Specifications for this project are the Standard Specifications of the State of California, Department of Transportation, dated May 2006, the Amendments to said Standard Specifications contained in Part VI of these Contract Documents and the modifications to said Standard Specifications and said Amendments contained in Part VII of these Contract Documents. The State Department of Transportation publication "Labor Surcharge and Equipment Rental Rates" in effect the date the work is accomplished, is incorporated by reference into these Contract Documents. Disabled Veterans Business Enterprise (DVBE) Participation: The Owner, as a matter of policy, encourages the participation of disabled veteran owned businesses. County of San Diego, Board of Supervisor DVBE policy is found at: http://www.sdcounty.ca.gov/cob/docs/policy/B-39a.pdf General information concerning the State of California DVBE program may be found at: http://www.pd.dgs.ca.gov/pd. County DVBE policy requirements shall prevail over the State of California DVBE program requirements.

7/14

1-2b

PART 1/COUNTY

Bid Security in the form of cash, or a certified or cashier's check, or a Bidder's Bond for at least ten percent of the bid amount executed by a corporation duly authorized to issue bonds in the State of California shall accompany the bid. Performance and Payment Bonds: The successful bidder will be required to furnish a Performance Bond for one hundred percent, and a Payment Bond for one hundred percent of the Contract amount. State Prevailing Wage Rates: This project is a "public work" in accordance with Labor Code § 1720, et seq. It is the sole responsibility of the Contractor to ensure that all workers employed in the execution of the contract are paid the correct prevailing wage rate of wages. The Owner has obtained from the Director of the Department of Industrial Relations said Director's General Prevailing Wage Determinations for the locality in which the work is to be performed. Said determinations are on file and available for review at the Department of Purchasing and Contracting, 5560 Overland Avenue, Suite 270, San Diego, California 92123-1204 and are available from the Department of Industrial Relations at: http://www.dir.ca.gov/DLSR/PWD Not less than these rates shall be paid to all workers employed on the project. Labor Code Compliance: Contractor shall comply with the provisions of the Labor Code requiring the payment of prevailing wages on public works, commencing with Section 1720. In accordance with Labor Code, Section 1775, the Contractor shall forfeit an amount, as determined by the Labor Commissioner, for each worker paid less than the applicable prevailing wage rate for the work or craft in which that worker is employed for any work done under Contract by Contractor or by any Subcontractor. Contractor agrees to pay the difference between the prevailing wage rate and amount paid to each worker in accordance with Labor Code, Section 1775 (a)(2)(E). Pursuant to Labor Code, Section 1770, the Director of the Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and a general prevailing rate for legal holiday and overtime work for each craft required for execution of the Contract. In accordance with Labor Code, Section 1773.2, copies of the prevailing rate of per diem wages are on file and can be viewed during normal business hours at the County Department of Purchasing and Contracting, located at 5560 Overland Avenue, Suite 270, San Diego, CA 92123-1294. Contractor shall post a copy of the applicable prevailing wage rates at the job site. Wage rates set forth are the minimum that may be paid by the Contractor. Nothing herein shall be construed as preventing the Contractor from paying more than the minimum rates set. No extra compensation whatsoever will be allowed by the County due to the inability of the Contractor to hire labor at minimum rates, nor for necessity for payment by the Contractor of subsistence, travel time, overtime, or other added compensations, all of which possibilities are elements to be considered and ascertained to the Contractor’s own satisfaction in preparing its Proposal. If it becomes necessary to employ crafts other than those listed in the General Prevailing Wage Rate, the Contractor shall obtain a wage rate determination. The rates thus determined shall be applicable as minimum from the time of initial employment. Contractor shall be responsible for paying the applicable rate.

7/14

1-2c

PART 1/COUNTY

The Contractor and each Subcontractor shall keep and make available accurate payroll record in accordance with Labor Code, Section 1776. The record shall contain the names, addresses, social security numbers, work classifications, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Contractor and/or Subcontractor in connection with the Work. Payroll records shall be certified and shall be on forms provided by the Division of Labor Standards Enforcement, or shall contain the same information as those forms. A copy of all payrolls shall be submitted weekly to the Engineer in accordance with Section 7-1.01A(3) “Payroll Records” of the Standard Specifications. The Contractor’s and Subcontractor's certified payroll records shall be available for inspection at the principal office of the Contractor, or at the job site should the principal office be located outside of San Diego County. Apprentices: The Contractor and each Subcontractor shall comply with the requirements of Labor Code, Section 1777.5, and any related regulations regarding the employment of registered apprentices. Properly registered apprentices shall be employed in the execution of the Work at the ratios required, but in no case shall the ratio be less than one hour of apprentice work for every five hours of journeyman work. Every apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade at which the apprentice is employed, and shall be employed only at the work of the craft or trade to which the apprentice is registered. The Contractor shall be responsible for compliance to Labor Code, Section 1777.5 for all apprenticeable occupations. More information available at: http://www.dir.ca.gov/DAS/DASApprenticesOnPublicWorksSummaryOfRequirements.htm Contractors Licensing Laws: Attention is directed to the Contractors License Law, Section 7000 and following of the Business and Professions Code concerning the licensing of contractors. Any bidder or contractor not properly licensed may be subject to the penalties provided and will not be considered for award of this Contract. Contractors are required by law to be licensed and are regulated by the Contractors State License Board. Any questions concerning a contractor may be referred to the Registrar, Contractors State License Board, 9821 Business Park Drive, Sacramento, CA, 95827. Contractors are required to be properly licensed in California on the date bids are submitted (Bus. & Prof. Code, § 7028.15), unless federal funds are involved. If federal funds are involved, the bidder shall be properly licensed in California at the time the contract is awarded (Pub. Contract Code, § 20103.5). In this case, failure of the bidder to obtain proper and adequate licensing for an award of this Contract shall constitute a failure to execute the Contract and shall result in the forfeiture of the security of the bidder. Bid Submittal Envelope - Each Bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, bidder's address, the name of the project for which the bid is submitted, and the appropriate State Contractor's License designation held by the bidder. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to: County of San Diego, Department of Purchasing and Contracting RFB 6673 – Buckman Spring Road at Oak Drive Intersection Improvement Project 5560 Overland Avenue, Suite 270 San Diego, CA 92123-1294 It is the responsibility of the bidder to ensure the bid is submitted in proper time. The Board reserves the right to reject any or all bids and to waive any informality or irregularity in the bids or bidding. Withdrawal of bids shall not be permitted for a period of seventy-five (75) days after the date set for the opening thereof. 7/14

1-2d

PART 1/COUNTY

Monies withheld by the Owner to ensure performance under the Contract may be released in accordance with Public Contract Code Section 22300 and these Contract Documents. Electrician Certification and Labor Compliance: It is the sole responsibility of the contractor, if applicable, to ensure compliance with CA Labor Code 108-108.5 regarding electrician certification requirements. All General Electricians and Fire/Life Safety Technicians in the employ of C-10 contractors must be certified in order to perform electrical work in CA. Information on the electrician certification program may be obtained at the Division of Apprenticeship Standards (DAS) at: http://www.dir.ca.gov/DAS/ElectricalTrade.htm Preliminary Notices and Stop Notices: Preliminary (Public Work) Notices and Stop Notices shall be filed, if applicable, in accordance with California Civil Code Sections 3098, 3111, 3158, 3181, 3183, 3184, 3241 and 3252. For the Department of Public Works construction contracts notices shall be delivered to: County of San Diego Operations Center Department of Public Works Construction Engineering, MS 0384 5500 Overland Avenue, Suite 310 San Diego, CA 92123-1248 Air Pollution Compliance: The Contractor shall be in compliance with all federal, state, and local laws and regulations applicable to the Contractor.

JOHN M. PELLEGRINO, Director Department of Purchasing and Contracting

7/14

1-2e

PART 1/COUNTY

INFORMATION FOR BIDDERS

The bidder's attention is directed to Section 2, "Proposal Requirements and Conditions,” of the Standard Specifications and the modifications to said Section 2 contained in Part VII of these Contract Documents. The prospective bidder shall prepare the Proposal and Bond as provided therein, and failure to do so may be cause for rejection. PREPARATION OF PROPOSAL FORMS Preparation: The Owner invites proposals, on the forms posted on the Department of Purchasing and Contracting's BuyNet website under "Documents to be Executed by Bidder,” to be submitted on or before the time and place set for the opening of bids in the published "Notice to Contractors Inviting Bids.” Proposals not presented on forms so furnished will be disregarded. All downloaded and printed forms must be consistent and conform to the P&C official posted documents. These Contract Documents on the Department of Purchasing and Contracting BuyNet website contain the Proposal forms (Part II), together with the Notice to Contractors, Contract and Special Provisions. Part II of these Contract Documents shall be returned in a sealed envelope bearing on the outside the name of the bidder, bidder’s address, the name of the project for which the bid is submitted, and the appropriate State Contractor’s License designation held by the bidder. The Proposal must be executed in accordance with the instructions contained on the forms provided. If the bidder is an individual or a partner, the signature on the Proposal and the Bidder's Bond must be the same as the name of the bidder shown on other parts of these forms, (showing the name as "J. E. Doe" and the signature as "John E. Doe" may be considered as an irregularity). Modifications on the Submitted Proposal: Modifications, changes or additions to the Proposal may be considered an irregularity. Erasures or corrections in preparing the bids must be initialed by the person(s) signing the Proposal. Alternate proposals will not be considered unless called for. Competency of Bidders: No award will be made to a Contractor who, in accordance with Chapter 9, Division 3, Business and Professions Code, is not properly licensed to do the described work. Prospective bidders may be required to file with the Owner answers to questions contained in a questionnaire and a financial statement including a complete statement of their financial ability and experience in performing previous public works of a similar nature.

7/14

1-3

PART 1/COUNTY

DOCUMENTS SUPPLEMENTING THE PROPOSAL Bid Security: Each bid shall be accompanied by cash, a certified or cashier's check, or a bidder's bond executed by a corporation duly authorized to issue bonds in the State of California. Cash, check or bond shall be in the amount of not less than ten (10) percent of the maximum amount of the bid. Check or bond shall be made payable to the order of the Owner designated in the Notice to Contractors Inviting Bids. Said cash, check or bond shall be given as a guarantee that the bidder will, within the period specified after being requested to do so by the Owner, enter into a contract and provide the required bonds if awarded the work; if the bidder to whom the work has been awarded and to whom the request has been made refuses or fails to enter into said contract and provide the required bonds within the specified time, the cash or check shall be forfeited to the Owner or the principal and surety on the bond shall be liable to the Owner for the principal amount thereof in accordance with its terms. If the lowest responsible bid is not accepted by the Owner within the period specified following the date set for the opening of bids, or for such further period of time as may be agreed upon in writing between the Owner and the bidder concerned, or if the bidder to whom the contract is awarded executes and delivers to the Owner the required Contract Documents, the amount of the cash or certified or cashier's check will be returned to the bidder. Attention is directed to the requirement noted on the contract bonds that the Attorney-in-Fact shall attach a certified copy of the Power of Attorney. Designation of Subcontractor: The Business Name and Address, the Portion of Work, and License Number that will be done by each subcontractor are required at the time of bid submittal. An inadvertent error in listing the California contractor license number must be corrected by the prime contractor within 24 hours after bid opening by email to the Procurement Contracting Officer listed as contact for this RFB, provided the corrected contractor’s license number corresponds to the submitted name and location for that subcontractor, or else the bid may be determined nonresponsive. The remainder of the information shall be submitted by all bidders within two business days of bid opening by e-mail to said Procurement Contracting Officer. If no subcontractors are to be designated, enter the word “NONE.” The attention of the bidder is directed to Section 8-1.01, "Subcontracting,” of the Standard Specifications which requires the Contractor to perform with its own forces contracting work amounting to at least fifty percent (50%) of the total contract price, unless said percentage is changed in the Special Provisions of these Contract Documents.

AMENDMENTS AND INTERPRETATION OF CONTRACT UNIT Addenda and Interpretations: The Owner will not be responsible for any oral interpretation of the meaning of the plans, specifications, or other pre-bid documents. Every request for such interpretation shall be in writing forwarded via email to [email protected] and [email protected], and must be received at least ten (10) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be posted on the County BuyNet website at https://buynet.sdcounty.ca.gov. It is the responsibility of all prospective bidders to check the County BuyNet website for any updates to contract documents. All addenda so issued shall become part of the Contract Documents. Interpretation of Estimated Quantities: An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the Proposal, Special Provisions, or shown on the construction plans. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication guarantee that the actual quantities involved will correspond exactly therewith. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. 7/14

1-4

PART 1/COUNTY

Rejection of Proposals: The Owner reserves the right to reject any or all proposals and the right to waive technicalities if such waiver is in its best interest and conforms to local laws and ordinances pertaining to the letting of construction contracts. Bids in which the prices are obviously unbalanced may be rejected.

AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to Section 3, "Award and Execution of Contract,” of the Standard Specifications, the modifications to said Section 3 contained in Part VII of these Contract Documents and to Part III of these Contract Documents which contains all the documents the successful bidder shall execute. Notice of Intent: For purposes of clarification regarding Board of Supervisors Policy A-97, “Protest Procedures for Award of Contracts” the posting of the bid abstract is equivalent to the posting of the Notice of Intent (NOI). Award of the Contract: The proposals will be compared on the basis of the total of all contract bid items, including those bid items listed in alternate bid schedules and additive bid items, if any, in combinations as stipulated in the Proposal which may be selected by the Owner. Cancellation of Award: The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a Contract has been fully executed by all parties and is approved by the Owner.

PROTEST PROCEDURES Protest of contract award must be made in writing and shall be filed with the Contracting Officer identified in the Contract Document. Protests must be filed within five (5) business days after a Notice of Intent to award the contract has been posted in a public place in the County’s Contracting Office or County Internet website. Protests must conform to the requirements of Board of Supervisors Policy “A-97 Protest Procedures for Award of Contracts”. The policy is available for review at: http://www.sdcounty.ca.gov/cob/docs/policy/A-97.pdf For purposes of clarification regarding Board of Supervisors Policy “A-97, Protest Procedures for Award of Contracts” the posting of the bid abstract on BuyNet (https://buynet.sdcounty.ca.gov) is equivalent to the posting of the Notice of Intent (NOI) to award.

7/14

1-5

PART 1/COUNTY

TAX INFORMATION In compliance with California Revenue and Taxation code section 18662, if you are a non resident of California (out-of-state invoices) who receives California source income, the County will pay California Use Tax directly to the State of California per permit no. SR FH 25-632384. Fifteen (15) business days prior to the first payment, new suppliers or suppliers with expired forms or forms with incorrect information, must submit new forms to the County (forms are available from the Franchise Tax Board website listed below). Under certain circumstances you may be eligible for reduced or waived nonresident withholding. If you have already received a waiver or a reduced withholding response from the State of California and the response is still valid, submit the response to the County in lieu of the forms. Failure to submit the required forms will result in withholding of payments. Refer to the Franchise Tax Board websites (listed below) for tax forms and information on nonresident withholding, including waivers or reductions. The County will not give you any tax advice. It is recommended you speak with your tax adviser and/or the State of California for guidance. Franchise Tax Board Websites: http://www.ftb.ca.gov http://www.ftb.ca.gov/individuals/Withholding_Definitions.shtml http://www.ftb.ca.gov/individuals/wsc/Processing_Changes_for_2010.shtml http://www.ftb.ca.gov/individuals/wsc/forms_and_publications.shtml http://www.ftb.ca.gov/individuals/wsc/decision_chart.shtml Submit forms to the Auditor & Controller via fax at (858) 694-2060 or mail originals to: County of San Diego, 5530 Overland Avenue, Suite 410, San Diego, CA 92123. The P.O. Number or Contract Number (if available) and “California Revenue and Taxation Code Section 18662” must appear on fax cover sheet and/or the outside of the mailing envelope.

7/14

1-6

PART 1/COUNTY/DVBE

GENERAL INFORMATION REGARDING COMPLIANCE WITH DISABLED VETERANS BUSINESS ENTERPRISE (DVBE) PROGRAM 1.

Disabled Veterans Business Enterprises will be afforded full opportunity to submit bids in response to this invitation. DVBE firms bidding as prime contractors will automatically meet the stated Disabled Veterans Business Enterprise (DVBE) participation.

2.

Certified DVBE Information is available at the California State Department of General Services (DGS), Procurement Division (PD), Office of Small Business and DVBE Services (OSDS) website: Information can be viewed or downloaded from: http://www.dgs.ca.gov/pd/Programs/OSDS.aspx

COUNTY DISABLED VETERANS BUSINESS ENTERPRISE PROGRAM 1.

Board of Supervisors Policy B-39a Board of Supervisors Policy B-39a states that Disabled Veterans Business Enterprises (DVBEs) will be afforded maximum opportunity to compete for all County contracts; provides for the establishment of DVBE participation goals; and requires that potential contractors demonstrate a "good faith effort" if the goals are not achieved on a particular contract. The policy can be downloaded at: http://www.sdcounty.ca.gov/cob/docs/policy/B-39a.pdf.

2.

Objectives The following DVBE participation is imposed to recognize the service of disabled veterans to our country.

3.

DVBE Participation for the Project DVBE participation of three percent (3%) of Bid amount is required for a public work project estimated (by the County) to exceed $1 million. A good faith effort cannot be accepted in lieu of meeting the 3% requirement. A bidder who fails to meet this requirement shall be declared non-responsive and the next lowest responsible and responsive bidder that complies with this requirement will be awarded the contract. For a public work project that is estimated (by the County) to be between $500,000 and $1 million, the prime contractor shall make a good faith effort to meet-or-exceed 3% DVBE subcontractor participation requirement. The Good Faith Effort shall be documented in accordance with this bid document or the bidder may be deemed non-responsive. For a public work project estimated (by the County) to be less than $500,000, DVBE participation is encouraged, but not required. DVBE participation may be documented on page 2-10, but is not required at this estimate level.

7/14

1-7

PART 1/COUNTY/DVBE

4.

DVBE Subcontractor Documentation The bidder shall designate all licensed subcontractors in accordance with the instructions on the form titled DESIGNATION OF SUBCONTRACTORS contained in Part II of these Contract Documents. Designation of Subcontractors is due at the time of bid. In addition, the bidder shall include information regarding DVBE prime contractors, subcontractors, and vendors (material suppliers and service providers) on the BIDDER DVBE INFORMATION form (page 2-10), which is due within 2 business days of the Bid opening. "Good Faith Effort Documentation" shall be submitted in accordance with Item 7 below.

5.

Credit Toward Participation for DVBE Prime Contractors, Subcontractors and Vendors A DVBE prime contractor automatically meets a DVBE participation for a project. If the Prime is not a DVBE, compliance with 3% DVBE participation shall be calculated by taking the aggregate value of all DVBE subcontracts to be used on the project as a percentage of the total value of each such County contract. Participation amounts to a DVBE must be for a commercially useful function, as that term is defined in California Military and Veterans Code § 999(b)(5(B).

6.

Good Faith Effort Defined a.

A bidder who fails to meet the stated DVBE participation requirement for this project shall have made a good faith effort to meet it prior to the time bids are submitted.

b.

In evaluating the good faith effort of a bidder, the Owner shall consider the following criteria: 1)

The bidder solicited certified DVBEs to perform work or provide supplies or services for the project. Good faith effort shall include direct solicitation of individual certified DVBEs. Record of firms solicited shall be included in the Documentation of Good Faith Effort submittal. Solicitations conducted must be documented in the Documentation of Good Faith Effort. DVBE firms solicited must be licensed for appropriate work on this project, and must be physically located within the County of San Diego, or have indicated they would consider work in San Diego Service Region 11. Good Faith Efforts not adequately documented shall be considered nonresponsive.

7/14

2)

Where DVBE bids were rejected, the bidder provided the reasons for the rejections. If no bids received from DVBEs, the bidder shall so indicate in the Documentation of Good Faith Effort submittal.

3)

Contact with local DVBE organizations to identify DVBE firms is encouraged but is not a requirement for the Documentation of Good Faith Effort submitted to the Owner.

4)

Due to relatively short project solicitation periods, the Owner does not require advertising in trade and focus publications as a condition of satisfying the good faith effort for the DVBE participation. Advertising alone without direct solicitation of DVBE firms as required in paragraph 1) above does not satisfy the Good Faith Effort. 1-8

PART 1/COUNTY/DVBE

7.

Good Faith Effort Documentation For public work projects estimated (by the County) to be between $500,000 and $1 million where DVBE requirement has not been established, all bidders, are required to submit the Documentation of Good Faith Effort (pages 2-12 through 2-14; and supporting documentation) in addition to the BIDDER DVBE INFORMATION for (page 2-10), within 2 business days of the bid opening. When the stated DVBE participation is met, only the BIDDER DVBE INFORMATION form (page 2-10), contained in these Contract Documents, is required within two business days of the bid opening. Bidders are cautioned that even if their BIDDER DVBE INFORMATION form (page 2-10) indicates the stated DVBE participation is met, all bidders should still consider submitting Documentation of Good Faith Effort. Submittal of satisfactory Documentation of Good Faith Effort will protect eligibility for award for those public work projects estimated (by the County) between $500,000 and $1 million in the event the County, in its review, finds that the stated DVBE participation has not been met. The DVBE Good Faith Effort must be submitted on the DOCUMENTATION OF GOOD FAITH EFFORT forms (pages 2-12 through 2-14) contained in these Contract Documents, or on equivalent formats acceptable to the County, and shall include sufficient supporting documentation to validate the solicitations conducted.

8.

Protest Procedure for DVBE A bidder who does not attain the stated project DVBE participation or has not made a "good faith effort" in accordance with these bid document instructions may be declared non-responsive. A bidder so declared may file a protest in writing with the Director, Department of Purchasing and Contracting within five (5) business days of the notification of the declaration, in accordance with Board of Supervisor Policy A-97 “Protest Procedures for Award of Contract” located at: http://www.sdcounty.ca.gov/cob/docs/policy/A-97.pdf

9.

DVBE Certification Eligible contractors, subcontractors and vendors wishing to participate as DVBEs on this project must be certified by the California State Department of General Services (DGS), Procurement Division (PD), Office of Small Business and DVBE Services (OSDS), and have a current certification on the date bids are opened. Information regarding certification and certified DVBEs can be obtained by visiting the Department of General Services site at: http://www.pd.dgs.ca.gov/pd

10.

DVBE Reporting Contractors, regardless of DVBE participation, shall report DVBE utilization in “Final Report – Utilization of Disabled Veterans Business Enterprises (DVBE)” contained in Part VIII of these Contract Documents.

7/14

1-9

PART 1/COUNTY/DVBE

PART II

DOCUMENTS TO BE EXECUTED BY BIDDER

7/14

2-1

PART 2/COUNTY

STATE OF CALIFORNIA COUNTY OF SAN DIEGO PROPOSAL TO THE BOARD FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE PROJECT NO. 1012778 RFB NO. 6673

Name of Bidder _________________________________________________________________ Business Address ________________________________________________________________ Place of Residence _______________________________________________________________ LOCATION The work to be performed under this Contract is located in the vicinity of the intersection of Buckman Springs Road and Oak Drive, in the County of San Diego, State of California. Said work is to be performed in accordance with the Contract and the Special Provisions annexed hereto and including Addenda Nos.________, and ___, and also in accordance with the Standard Specifications of the State of California, Department of Transportation, dated May 2006, the Amendments to said Standard Specifications contained in Part VI of these Contract Documents and the modifications to said Standard Specifications and said Amendments contained in Part VII of these Contract Documents.

The work to be done is shown on plans entitled:

PLANS FOR CONSTRUCTION OF BUCKMAN SPRINGS ROAD/OAK DRIVE INTERSECTION IMPROVEMENTS In the Vicinity of: Morena Village Net Length: 0.39 Miles

Approved: August 11, 2014.

7/14

2-2

PART 2/COUNTY

By signing this proposal on the signature portion hereof, the undersigned, as bidder, under penalty of perjury deposes and says: that the only persons or parties interested in this Proposal as Principals are those named herein; that the bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with said proposal; that the undersigned has carefully examined the location of the proposed work, the annexed proposed form of Contract, and the Plans, Special Provisions and Specifications therein referred to; and the undersigned proposes, and agrees if this Proposal is accepted, that the undersigned will furnish the required Bonds and Contract with the Owner, in the form and copy of the Contract annexed 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 set forth, and that the undersigned will take in full payment therefor the following unit and lump sum prices, to wit: The County may deem non-responsive any bids that contain any mathematical errors. BID SCHEDULE

(SharpeSoft #1012778) ESTIMATED QUANTITY

UNIT OF MEASURE

UNIT PRICE (IN FIGURES)

Mobilization

LS

LS

LS

LS

LS

LS

3

Prepare Storm Water Pollution Prevention Plan Rain Event Action Plan (REAP)

5

EA

$500.00

$2,500.00

4

Storm Water Annual Report

1

EA

$2,000.00

$2,000.00

5

10

DAY

60

DAY

7

Storm Water Sampling and Analysis BMP Maintenance Period (60 days) Construction Site Management

LS

LS

8

Temporary Erosion Control

8,029

SY

9

Temporary Stabilized Construction Entrance Temporary Fiber Roll

3

EA

2,500

LF

1

EA

1,110

EA

1.7

AC

3

EA

ITEM NO. 1 2

6

10 11

DESCRIPTION

12

Temporary Concrete Washout Facility (Portable) Temporary Gravel Bag

13

Erosion Control (Type D)

14

Move In/Move Out (Erosion Control)

Name of Bidder_____________________________ 7/14 2-3

TOTAL (IN FIGURES)

LS

PART 2/COUNTY

BID SCHEDULE (Continued)

(SharpeSoft #1012778) ITEM NO. 15

ESTIMATED QUANTITY LS

UNIT OF MEASURE LS

DESCRIPTION Traffic Control

16

Roadside Signs

6

EA

17

Project Identification Sign

2

EA

18

Concrete Minor Structures

5.2

CY

19

Resident Engineer's Office

120

DAY

20

Clearing and Grubbing

LS

LS

21

Roadway Excavation

3,400

CY

22

Rock Slope Protection

7.2

CY

23

Aggregate Base, Class 2

1,880

CY

24

Asphalt Concrete, Type B

1,200

TON

25

Finishing Roadway

LS

LS

26

Reinforced Concrete Pipe - 30"

106

LF

27

200

LF

28

Place Asphalt Concrete Dike, Type E Overside Drain

2

EA

29

Reinforcement

304

LB

30

Remove Traffic Stripe and Pavement Marking - No Lead Remove Asphalt Concrete

8,500

LF

4,000

SY

70

CY

6,600

LF

31 32 33

Disintegrated Granite (Stabilized) Paint Traffic Stripe

34

Paint Pavement Marking

128

SF

35

193

EA

36

Pavement Marker (Retroreflective) Amended Soil

70

CY

37

USFS Sign Relocated

LS

LS

UNIT PRICE (IN FIGURES) LS

TOTAL (IN FIGURES)

LS

LS

LS

Name of Bidder_____________________________ 7/14

2-3a

PART 2/COUNTY

BID SCHEDULE (Continued)

(SharpeSoft #1012778) ITEM NO. 38

ESTIMATED QUANTITY 66

UNIT OF MEASURE LF

DESCRIPTION Reinforced Concrete Pipe - 36"

39

UNIT PRICE (IN FIGURES)

TOTAL (IN FIGURES)

Chain Link Fence (Type CL-6)

68

LF

40

Chain Link Fence (Type CL-4)

147

LF

41

Reinforced Concrete Pipe - 18"

24

LF

42

Field Orders

10,000

DLR

$1.00

$10,000.00

43

BMP Shared Maintenance

5,000

DLR

$1.00

$5,000.00

TOTAL BID

Name of Bidder_____________________________ 7/14

2-3b

PART 2/COUNTY

BID COMPARISON AND AWARD If this Proposal shall be accepted and the undersigned shall fail to contract as aforesaid and to give in sums as stated in the Notice to Contractors Inviting Bids, both a faithful Performance Bond, and a Payment Bond as required by Chapter 5 (commencing at Section 3225) and Chapter 7 (commencing at Section 3247), Title 15, Part 4, Division 3, of the California Civil Code, with surety satisfactory to the Owner within the time specified in Section 3-1.03 of the Standard Specifications after the undersigned has received notice of the award of the Contract from the Owner and that the Contract is ready for signature, the Owner 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 the security accompanying this Proposal shall operate and the same shall be the property of the Owner. Bids are required for the entire work. The amount of the bid for comparison purposes will be the Total Bid. The bidder shall set forth for each item of work, in clearly legible figures, a unit price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the unit price bid on the basis of the estimated quantity for the item. The quantities listed in the Proposal are approximate only. Payment for work done will be made at the contract unit prices bid as applied to the quantities actually constructed or installed. Award of the Contract, if awarded, will be to the lowest responsible bidder, for the Total Bid, subject to the Owner's right to reject any or all bids and to waive any informality or irregularity in the bids or bidding. Bids in which the prices are obviously unbalanced may be rejected. The County may deem non-responsive any bids that contain any mathematical errors. Award of the Contract, if awarded, will be made within seventy-five (75) calendar days from the date specified for the opening of bids.

7/14

2-4

PART 2/COUNTY

PROHIBITED CONTRACTS Section 67 of the San Diego County Administrative Code provides that the County shall not contract with, and shall reject any bid or proposal submitted by, the person or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: (a) (b) (c)

(d)

Persons employed by the County or of public agencies for which the Board of Supervisors is the governing body; Profit-making firms or businesses in which employees described in subsection (a) serve as officers, principals, partners, or major shareholders; Persons who, within the immediately preceding twelve (12) months came within the provisions of subsection (a) and who (1) were employed in positions of substantial responsibility in the area of service to be performed by the contract, or (2) participated in any way in developing the contract or its service specifications; and Profit-making firms or businesses in which the former employees described in subsection (c) serve as officers, principals, partners, or major shareholders.

With the affixing of a signature to your response to this solicitation, officer certifies that the above provisions of the Code have been complied with, and that any exception will cause any ensuing contract to be invalid. DRUG AND ALCOHOL POLICY It is the policy of the Board of Supervisors that in order to attain or maintain a contract with the County, each contractor shall agree that while any contractor or the contractor’s employees are performing services for the County, or using County equipment, that the contractor or the contractor’s employees: 1. Shall not in any way be impaired because of being under the influence of alcohol or a drug. 2. Shall not possess, consume, or be under the influence of alcohol and/or an illegal drug. 3. Shall not sell, offer, or provide alcohol or a drug to another person. DEBARMENT AND SUSPENSION Contractor certifies that it, its principals, its employees and its subcontractors: 1. 2.

3.

4.

7/14

Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any State or Federal Department or agency. Have not within a 3-year period preceding this Contract been convicted of, or had a civil judgment rendered against them for, the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, State. or local) transaction; violation of Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. Are not presently indicted or otherwise criminally or civilly charged by a government entity (federal, State, or local) with commission of any of the offenses enumerated in the paragraph above; and Have not within a 3-year period preceding this Contract had one or more public transactions (federal, State, or local) terminated for cause or default. 2-5

PART 2/COUNTY

NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Title 23 United States Code Section 112 and Public Contract Code Section 7106)

State of California

County of San Diego

) ) ) )

ss

In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106, , being first duly sworn, deposes and says that he or she (Name) is (Title) of (Company) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I hereby certify, under penalty of perjury, that the foregoing statement is true and correct.

SIGNATURE OF BIDDER________________________________ DATE _______________________________________________

3/13

2-6

PART 2/COUNTY

County of San Diego Department of Purchasing and Contracting

REPRESENTATIONS AND CERTIFICATIONS The following representations and certifications are to be completed, signed and returned with the offer. 1.

BUSINESS TYPE For-profit Non-profit Government Attach proof of status for Non-profit.

2.

INTERLOCKING DIRECTORATE In accordance with Board of Supervisors Policy A-79, if Offeror is a non-profit as indicated in paragraph 1 above, Offeror is required to identify any related for-profit subcontractors in which an interlocking directorate, management or ownership relationship exists. By submission of this offer, Offeror certifies it will not enter into a subcontract relationship with a related for-profit entity if Offeror is a non-profit entity. If Offeror is a non-profit and will be subcontracting with a related for-profit entity, Offeror must list the entity(ies) on an attached separate sheet listing them all and the contract must be approved by the Board of Supervisors

3.

BUSINESS REPRESENTATION Offeror represents as a part of this offer that the ownership, operation, and control of the business are: 3.1. Are you a small business with: 100 or fewer employees and average annual gross receipts of $14 million or less or; a manufacturer with 100 Yes No or fewer employees? 3.2. Are you a local business with a physical address within the County of San Diego? Yes No 3.3. Are you certified by the State of California as a: Disabled Veteran Business Enterprise (DVBE) Certification #: Small Business Enterprise (SBE) Certification #: See the State of California, Department of General Services website for details on “Certified Small Business” and “Certified DVBE” requirements. http://www.dgs.ca.gov/pd/Programs/OSDS.aspx. 3.4. Estimated percentage of work in this offer to be performed or fulfilled locally (within the geographic boundaries of the County of San Diego): %

4.

4.3 Are presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with the commission of any of the offenses enumerated in paragraph 4.2 of this certification; and 4.4 Have within a three (3) year period preceding this agreement had one or more public transactions (Federal, State or local) terminated for cause or default. 4.5 Are presently the target or subject of any investigation, accusation or charges by any Federal, State or local law enforcement, licensing or certification body and if they are, the appropriate information is disclosed and included in the offer. 4.6 Offeror will report in writing to the County Department of Purchasing and Contracting within five business days of knowing or have any reason to know any change in status as certified in the preceding paragraphs 4.1 through 4.5, and that occur prior to award (in the case of bids) and contract execution (in the case of negotiated procurements). 4.7 Offeror and its proposed subcontractors, agents and consultants have not previously contracted with the County to perform work on or related to this project (e.g. preparing components of the statement of work or plans and specifications for this project). If Offeror or any of its subcontractors, agents or consultants, have previously contracted with the County to perform work on this project, Offeror shall identify those previous agreement(s) and submit that list along with the proposal. 5.

6.

CERTIFICATE OF INDEPENDENT PRICING By submission of this offer, each Offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in relation to this procurement: 6.1. The prices in this offer have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with other Offeror; with any competitor; or with any County employee(s) or consultant(s) involved in this or related procurements; and 6.2. Unless otherwise required by law, the prices which have been quoted in this offer have not been knowingly disclosed by the Offeror and will not knowingly be disclosed by the Offeror prior to opening, in the case of a bid, or prior to award, in the case of a proposal, directly or indirectly to any other Offeror or to any competitor; and 6.3. No attempt has been made or will be made by the Offeror to induce any other person or firm to submit or not to submit an offer for the purpose of restricting competition.

CERTIFICATE REGARDING DEBARMENT, SUSPENSION AND RELATED MATTERS Offeror hereby certifies to the best of its knowledge that neither it nor any of its officers: 4.1. Are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; and 4.2. Have within a three (3) year period preceding this agreement been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; and

CERTIFICATE OF CURRENT COST OR PRICING This is to certify that, to the best of the Offeror’s knowledge and belief cost and/or pricing data submitted with this offer, or specifically identified by reference if actual submission of the data is impracticable, is/are accurate, complete, and current as of the date signed below.

7.

The Offeror understands that prior to receiving a contract award from the County, the Offeror must submit a completed IRS W-9 form to provide a Federal Tax ID number, or if not available, to provide a Social Security Number (SSN).

CERTIFICATION The information furnished in Paragraphs 1 through 7 is certified to be factual and correct as of the date submitted and this certification is made under penalty of perjury under the laws of the State of California.

Name: Title: Company/Organization:

Signature: Date:

SUBMIT THIS FORM AS DIRECTED IN THE REQUEST FOR SOLICITATION DOCUMENTS OR WITH THE OFFER Revised 07-09-14

2-6a

PART2/COUNTY

DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and the location of the place of business of each Subcontractor whom the Bidder proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, or, in the case of construction of streets or highways, including bridges, in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work which will be done by each Subcontractor for each subcontract. The Bidder's attention is directed to the provision titled "Subcontracting" of the Special Provisions contained in these Contract Documents. NOTE: The Bidder understands that if the Bidder fails to specify a Subcontractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, or, in the case of construction of streets or highways, including bridges, in excess of one-half of one percent of the bid or $10,000, whichever is greater, the Bidder shall be deemed to have agreed to perform such portion, and that the Bidder shall not be permitted to sublet or subcontract that portion of the work except in cases of public emergency or necessity, and then only after a finding, reduced to writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provision of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). Unless changed in the Special Provisions, at least 50 percent of the original contract price shall be performed by the Contractor's own organization. The “Business Name and Address”, the “Portion of Work to be Contracted” and the “License No.” that will be done by each subcontractor are required at the time of bid submittal. An inadvertent error in listing the California contractor license number must be corrected by the prime contractor within 24 hours after bid opening by email to the Procurement Contracting Officer listed as contact for this RFB, provided the corrected contractor’s license number corresponds to the submitted name and location for that subcontractor, or else the bid may be determined nonresponsive. The remainder of the information shall be submitted by all bidders within two business days of bid opening by e-mail to said Procurement Contracting Officer. If no Subcontractors are to be employed on the project, enter the word "NONE.”

7/14

2-7

PART 2/COUNTY

DESIGNATION OF SUBCONTRACTORS DESIGNATION OF SUBCONTRACTORS

PORTION OF WORK TO BE SUBCONTRACTED

BUSINESS NAME AND ADDRESS

PERCENTAGE OF TOTAL CONTRACT

LICENSE NO.

BID SCHED & ITEM NO.

DESCRIPTION OF WORK (Indicate if work includes only a “portion” of the bid item)

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

______

_________________________

________________________

_________________

TOTAL % SUBCONTRACTED _____________ Name of Bidder__________________________ 7/14

2-7a

PART 2/COUNTY

FOR: BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT; ORACLE NO. 1012778______ Accompanying this proposal is ________________________________________________________________________ in amount equal to at least ten percent of total of the bid. (NOTICE: Insert the words "cash ($_______)," "cashier's check," "certified check," or "bidder's bond," as the case may be.) The names of all persons interested in the foregoing proposal as principals are as follows:

IMPORTANT NOTICE If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer and manager thereof; if a copartnership, 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.

Licensed in accordance with an act providing for the registration of Contractors, License No.

Classification (s)

Exp. Date _______________

Warning - If an addendum or addenda have been issued by the Department and not noted in the Proposal to the Board on page 2-2 as being received by the bidder, this Proposal may be rejected. 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 10285.1 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 penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit 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. I hereby certify, under penalty of perjury, that the foregoing proposal to the Board is true and correct. ( (_______________________________________________________________________________ ( Legal Name of Bidder

SIGN

( (

HERE

( by (SEAL) ( Signature ( ( (________________________________________________________________________________ Title

NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a copartnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the copartnership; and if bidder is an individual, his signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a Power of Attorney must be submitted with the bid; otherwise, the bid may be disregarded as irregular and unauthorized. Business address

____________________________________________________________________

Telephone (_______)_____________________________ Fax (_______)_____________________________________________ E-Mail address _______________________________________________________________________________________ Dated 7/14

, 20

, at

, California.

2-8

SIGNATURE PAGE/COUNTY

BOND NO.___________________

BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS: That we ..................... ………………………………………………………………………………………………………………….. ............................................................................................................................................................................................................. as Principal, and ............................................................................................................................................................................................................. as Surety, are held and firmly bound unto the County of San Diego, a political subdivision of the State of California, hereinafter called the County, in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the County for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the Surety hereunder exceed the sum of .............................................................................. ............................................................................................................................................................................................................. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-mentioned bid to the County of San Diego for certain construction specifically described as follows, for which bids are to be opened on ______________ for DATE BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT; ORACLE NO. 1012778 NOW THEREFORE, if the aforesaid principal shall not withdraw said bid within the period specified therein after the opening of the same, or, if no period be specified, within sixty (60) days after said opening, and shall within the period specified therefor, or, if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the County, in the prescribed form, in accordance with the bid as accepted, and file the two bonds with the County, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. In the event suit is brought upon this bond by the County and judgement is recovered, the Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ......... day of ....……….................. A.D. 20....... ………………………………………………………………………(SEAL).……………….................................................................... (SEAL) ………………………………………………………………………(SEAL)......……………….............................................................. (SEAL) ………………………………………………………………………(SEAL)........………………............................................................ (SEAL) Surety Principal ATTORNEY-IN-FACT ACKNOWLEDGEMENT OF SURETY STATE OF ......................................................................... ) ) ss COUNTY OF ..................................................................... ) On this .................................... day of................................................................................. in the year 20................ before me ...............................................................................................................a notary public in and for said County and State personally appeared .................................................................................. known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the attorney-in-fact of the................................................ the corporation named as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation thereto as Surety, and his own name as attorney-in-fact. NOTE: (a) Signature of those executing for Surety must be properly acknowledged. (b) The Attorney-in-fact must attach a certified copy of Power of Attorney.

7/14

........................................................................................................... Notary Public In and for the County of ..................................................................................... State of California

2-9

COUNTY/BIDDER'S BOND - PAGE 1

DATE: ______________________

ORACLE PROJECT NO. 1012778

COUNTY OF SAN DIEGO BIDDER DVBE INFORMATION (Due within 2 business days of bid opening) PROJECT TITLE: BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT BIDDER: ___________________________________ BID SCHED & ITEM NO.

DESCRIPTION OF WORK, SERVICE OR MATERIAL If not entire item indicate as portions of.

BIDDER REPRESENTATIVE: _________________________

NAME OF CERTIFIED DVBE TO BE USED DOLLAR AMOUNT TO BE PAID THIS DVBE

(PRIME, SUBCONTRACTOR OR VENDOR) AND ADDRESS, TELEPHONE, AND CERTIFICATION NUMBER

TOTAL DOLLARS TO CERTIFIED DVBE (PRIME, SUBCONTRACTOR OR VENDOR)

$

COMPUTATION OF UTILIZATION AND COMPARISON WITH THE DVBE PARTICIPATION

Disabled Veterans

Total Amount to DVBE Total Bid

x 100 = Percent of Utilization

x 100 = 7/14

%

2-10

3% *See DVBE and DVBE Participation information sections to determine if goal required for this solicitation DVBE Program

PART IIA DOCUMENTS TO BE EXECUTED AND SUBMITTED BY ALL BIDDERS WHO FAIL TO MEET DVBE PARTICIPATION FOR PUBLIC WORK PROJECTS ESTIMATED (BY THE COUNTY) TO BE BETWEEN $500,000 AND $1 MILLION

(SHALL BE SUBMITTED BY E-MAIL TO THE PROCUREMENT CONTRACTING OFFICER LISTED AS CONTACT FOR THIS RFB WITHIN TWO (2) BUSINESS DAYS OF THE BID OPENING)

(Bidders are cautioned that even if their BIDDER DVBE INFORMATION form (page 2-10) indicates the stated DVBE participation has been met, all bidders should still consider submitting Documentation of Good Faith Effort. Submittal of satisfactory Documentation of Good Faith Effort will protect eligibility for award of a contract in the event the County, in its review, finds that the stated DVBE participation has not been met.) These documents cannot be submitted in lieu of page 2-10, but may supplement page 2-10.

7/14

2-11

DVBE Program

COUNTY OF SAN DIEGO

Disabled Veteran Business Enterprise (DVBE) “Good Faith Effort” Package

Documentation of Good Faith Effort (Due within 2 business days of bid opening)

The DVBE Cover Sheet is to be attached for the required certified DVBE documentation of “Good Faith Effort” for public works projects estimated by the County to be between $500,000 and $1 million.

Project Title: BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT Oracle Project No. : 1012778 Bid No.: 6673 Bid Date: ______________________________________ Name of Contractor Submitting Bid: _____________________________________________________________________

Please check off the following to insure you have included them in your documentation:

____ Documentation of “Good Faith Effort” (3 pages, including this page)

____ Attachment of Any Additional Supporting Documentation

7/14

2-12

DVBE Program

Page 1 of 2 DOCUMENTATION OF GOOD FAITH EFFORT List potential DVBEs that the bidder solicited prior to prime contractor bid submittal for participation in this contract along with dates.

A.

Certified DVBE Firm Name and Certification No.

Date and Method of Contact (Mail, Fax, Telephone, etc.)

Responded (Yes/No)

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.

Solicitations DVBE Solicitation Sample: Bidder must attach a sample of the solicitation sent to certified DVBE firms. If phone contact was made, document conversation: date, time, contact person, and business opportunities discussed.

7/14

2-13

DVBE Program

Page 2 of 2 DOCUMENTATION OF GOOD FAITH EFFORT Identification of (1) all DVBEs who submitted bids or quotations on prime contractor bid submittal. (2) Item of work, supplies or services offered which are not accepted, (3) dollar amounts of the DVBEs bids not accepted, (4) subcontractors and/or vendors who will be used instead of the DVBEs, (5) dollar amounts of these subcontractors and/or suppliers’ bids, and (6) the reason for the bidder not accepting the DVBE's bid. Use additional sheets if necessary. DVBE Name, address and Phone No. (1)

7/14

Item of Work, Supplies or Services (2)

DVBE Bid Amount (3)

Name of Subcontractor/ Vendor to be used (4)

2-14

Bid Amount Accepted (5)

Reason DVBE Bid Not Accepted (6)

DVBE Program

PART III DOCUMENTS TO BE EXECUTED BY THE SUCCESSFUL BIDDER (AFTER AWARD OF CONTRACT)

7/14

3-1

PART 3/COUNTY

STATE OF CALIFORNIA COUNTY OF SAN DIEGO CONTRACT FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE PROJECT NO. 1012778 RFB NO. 6673

THIS CONTRACT, made and concluded, in duplicate, this ______ day of __________________, Two Thousand and _______________, between County of San Diego, Owner, by the Director, Department of Purchasing and Contracting, and Contractor, ARTICLE I. WITNESSETH, that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Owner, the Contractor agrees with the Owner, at the Contractor's own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by the Owner, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the Owner, the project titled: BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE PROJECT NO. 1012778 Said work is to be performed in accordance with the Contract and the Special Provisions annexed hereto and including Addenda Nos. ______, and ___, and also in accordance with the Standard Specifications of the State of California, Department of Transportation, dated May 2006, the Amendments to said Standard Specifications contained in Part VI of these Contract Documents and the modifications to said Standard Specifications and said Amendments contained in Part VII of these Contract Documents. The work to be done is shown on plans entitled: PLANS FOR CONSTRUCTION OF BUCKMAN SPRINGS ROAD/OAK DRIVE INTERSECTION IMPROVEMENTS In the Vicinity of: Morena Village Net Length: 0.39 Miles approved August 11, 2014, which said plans are hereby made a part of this Contract.

7/14

3-2

PART 3/COUNTY

ARTICLE II. And the Contractor agrees to receive and accept the unit and/or lump sum prices shown in the Bid Schedule for the items and quantities actually constructed or installed as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; 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 Owner, and for all risks of every description connected with the work; and 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. ARTICLE III. The Owner 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 aforesaid, and hereby contracts to pay the same at the time, and in the manner and upon the conditions hereinafter set forth, and the Owner and the Contractor for themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE IV. 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 V. The Owner has obtained from the Director of the Department of Industrial Relations said Director's determinations of the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for the locality in which the project is to be performed. Said determinations are on file and are available in the Office of the Department of Purchasing and Contracting, 5560 Overland Avenue, Suite 270, San Diego, California 92123-1204 and are available from the Department of Industrial Relations at www.dir.ca.gov/DLSR/PWD. Not less than these rates shall be paid to all workers employed on the project. ARTICLE VI. The Contract entered into consists of the following contract documents, all of which are component parts of the Contract as if herein set out in full, or attached hereto: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.

7/14

Notice to Contractors Inviting Bids Information for Bidders Proposal to the Board Designation of Subcontractors Contract Corporate Certificate Partnership Certificate Contractor's Certificate Regarding Worker's Compensation Performance Bond Payment Bond Special Provisions Addenda Nos.___, ___, and ___, as issued Project Plans, Standard Plans and Standard Drawings Equipment Rental Rates Standard Specifications

3-3

PART 3/COUNTY

16. 17. 18.

General Information Regarding Compliance with Disabled Veterans Business Enterprise Program Bidder DVBE Information Representation and Certifications

All of the above named contract documents are intended to be complementary. Work required by one of the above named documents and not by others shall be performed as if required by all. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the day, month and year first above written.

BASIS OF AWARD: TOTAL BID

By__________________________________ ________ JOHN M. PELLEGRINO, Director Date Department of Purchasing and Contracting

___________________________________

________________________________

Contractor Name

Signature of Authorized Official

___________________________________

________________________________

Contractor Address

Printed Name / Title

___________________________________

________________________________

City, State, Zip

Contractor License Number

________________________________ Federal Tax ID / SSN

7/14

3-4

PART 3/COUNTY

CORPORATE CERTIFICATE

I, _____________________________________________________________ certify that I am the Secretary of the Corporation named as Contractor in the foregoing Contract; that ____________________________, who signed said Contract on behalf of the Contractor, was then ________________________________________________________of said Corporation; that said Contract was duly signed for and in behalf of said Corporation by authority of its governing body and is within the scope of its corporate powers.

Corporate Name: _____________________________

Signature: __________________________________(Corporate Seal) Secretary

7/14

3-5

PART 3/COUNTY

PARTNERSHIP CERTIFICATE

STATE OF ___________________________________ ) ) ss COUNTY OF __________________________________ )

On this _________________ day of _______________________, in the year 20_____, before me __________________________________________, a Notary Public in and for said County and State, personally appeared _________________________________, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person that executed this instrument, on behalf of the partnership and acknowledged to me that the partnership executed it.

Notary's Signature: ________________________________________ Notary's Name: ___________________________________________ (Type or Print) My Commission Expires: ___________________________________

(Notary Seal)

7/14

3-6

PART 3/COUNTY

CONTRACTOR'S CERTIFICATE REGARDING WORKER'S COMPENSATION

Section 3700 of the Labor Code provides in part as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a)

By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State.

(b)

By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees..."

I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract.

SIGNATURE: _________________________________________

BIDDER'S NAME:______________________________________

ADDRESS: __________________________________________

(In accordance with Article 5, commencing at Section 1860, Chapter 1, Part 7, Division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this Contract.)

7/14

3-7

PART 3/COUNTY

BOND NO. ___________________

PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS:

That

WHEREAS, the County of San Diego, a political subdivision of the State of California (hereinafter designated as Owner) on ...............................20.................awarded to ............................................................................................................................................... .......................................................................................................... (hereinafter designated as the Principal) a contract for the work described as follows: BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT; ORACLE NO. 1012778

WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract,

NOW THEREFORE, We, the Principal and ............................................................................................................................ ..................................................................................................................................................................................................................... as Surety, are held and firmly bound unto the Owner in the penal sum of .................................................................................................. ................................................................................................................... Dollars ($ ................................ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the above bounden Principal, his or 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 said 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 true intent and meaning, and shall indemnify and save harmless the Owner, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. And the said 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 of the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension to time, alteration or additions to the terms of the contract or to the work or to the specifications. In the event suit is brought upon this bond by the Owner and judgement is recovered, the Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney’s fee to be fixed by the Court.

IN WITNESS WHEREOF .............................. identical counterparts of this instrument, each of whom shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above named, on the ................................................... day of .............................................. 20 ................. ........................................................................................ (SEAL) ......................................................................... (SEAL) ........................................................................................ (SEAL) ......................................................................... (SEAL) ........................................................................................ (SEAL) ......................................................................... (SEAL) Surety

Principal

ATTORNEY-IN-FACT ACKNOWLEDGEMENT OF SURETY STATE OF ..........................................................................

) ) ss COUNTY OF ...................................................................... ) On this ............................................................ day of ............................................................... in the year 20 .............. before me ……………………………………………………………………. a notary public in and for said County and State personally appeared ………………………………………… known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney in fact of …………………….. the corporation named as Surety in said instrument, and acknowledged to me that he (she) subscribed the name of said corporation thereto as Surety, and his (her) own name as attorney in fact. NOTE:

7/14

(a) Signature of those executing for Surety must be properly acknowledged. (b) The Attorney-in-fact must attach a certified copy of Power of Attorney.

................................................................................................................. Notary Public In and for the County of ..................................................................................... State of California

3-8

COUNTY/PERFORMANCE BOND – PAGE 1

BOND NO. ___________________

PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS:

That

WHEREAS, the County of San Diego, a political subdivision of the State of California (hereinafter designated as Owner) on ...................................20.................awarded to ........................................................................................................................................... .......................................................................................................... (hereinafter designated as the Principal) a contract for the work described as follows: BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT; ORACLE NO. 1012778

WHEREAS, said Principal is required pursuant to Chapter 5 (commencing at Section 9550), Title 3, Part 6, Division 4, of the California Civil Code to furnish a bond in connection with said contract. NOW THEREFORE, We, the Principal and ............................................................................................................................ as Surety, are held and firmly bound unto the Owner in the penal sum of .................................................................................................. ........................................................................................................................................................ Dollars ($ ............................) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if said Principal, hers/his/its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any of the persons named in Section 9100 of the California Civil Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor the Surety or Sureties will pay for the same, in an amount not exceeding the sum hereinabove specified, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court. This Bond shall inure to the benefit of any of the persons named in Section 9100 of the California Civil Code, so as to give a right of action to such persons or their assigns in any suit brought upon this bond. It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released from the obligation of this bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement pertaining or relating to any scheme or work of improvement hereinabove described or pertaining or relating to the furnishing of labor, materials or equipment therefor, nor by any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or work of improvement hereinabove described, nor by any rescission or attempted rescission of the contract, agreement or bond, nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond, nor by any fraud practiced by any person other than the claimant seeking to recover on the bond and that this bond be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the Owner or Public Entity and original contractor or on the part of any obligee named in such bond, but the sole conditions of recovery shall be that claimant is a person described in Section 9100 of the California Civil Code, and has not been paid the full amount of his claim and that Surety does hereby waive notice of any such change, extension of time, addition, alteration or modification herein mentioned.

IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the …………………… day of …………………………… 20……. ....................................................................................................... (SEAL) Principal By ....................................................................................................... (SEAL) NOTE: (a) Signature of those executing for Surety must be properly acknowledged. (b) The Attorney-in-fact must attach a certified copy of Power of Attorney.

..................................................................................................... (SEAL) By ....................................................................................................... (SEAL) Attorney-in-Fact

(Attach required acknowledgements)

10/14

3-9

COUNTY/PAYMENT BOND – PAGE 1

PART IV SPECIAL PROVISIONS - SPECIAL CONDITIONS

1/08

4-1

PART 4/COUNTY

COUNTY OF SAN DIEGO SPECIAL PROVISIONS FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE NO. 1012778 PART IV. SPECIAL CONDITIONS 1. Specifications and Plans The work embraced herein shall conform to the provisions in the Standard Specifications of the State of California, Department of Transportation, dated May 2006, as amended and modified herein, the Standard Plans of the State of California, Department of Transportation, dated May 2006 and the San Diego Area Regional Standard Drawings, dated August 2006 and September 2012 insofar as the same may apply and these Special Provisions. 2. Beginning of Work, Time of Completion and Liquidated Damages The Contractor's attention is directed to Section 8-1.06, "Time of Completion,” and Section 8-1.07, "Liquidated Damages,” of the Standard Specifications, defining responsibility with regard to completing the work within the time specified. The Contractor shall begin work within fifteen (15) calendar days after receiving the Notice to Proceed and shall diligently prosecute this Contract to completion before expiration of One Hundred Twenty (120) working days starting on the 15th day after receipt of said notice by the Contractor. In case all the work called for and all the conditions and requirements of the Contract are not completed within the number of working days specified above, liquidated damages of One Thousand Two Hundred Dollars ($1,200) for each and every calendar day required to finish the work in excess of the specified number of working days shall be paid to the Owner. 3. Project Document Identification and Mailing Information All correspondence and all other documents submitted to the Owner for this project shall contain the project title and the number as shown at the top of this page. Documents referred to include, but are not limited to: payrolls, separate payroll certification sheets, Certificates of Insurance, other required forms and submittals. Documents which are not properly identified will be returned to the Contractor. After award of the Contract ALL correspondence, submittals, etc. for this project are to be addressed to: DEPARTMENT OF PUBLIC WORKS 5500 OVERLAND AVENUE, SUITE 310 SAN DIEGO, CA 92123-1249 ATTN: CONSTRUCTION ENGINEERING MAIL STATION O384 4. Guarantee All work shall be guaranteed by the Contractor for a period of one (1) year from the date of 1/08 4-2 PART 4/COUNTY

acceptance of the work, against defective workmanship and materials furnished by the Contractor. The Contractor shall promptly replace or repair in a manner satisfactory to the Owner, any such defective work, after notice to do so from the Owner, and upon the Contractor’s failure to make such replacement or repairs promptly, the Owner may perform this work and the Contractor and its sureties shall be liable for the cost thereof. 5. Indemnification and Insurance Attention is directed to Section 7-1.12, "Indemnification and Insurance,” of the Standard Specifications, including the "Modifications..." in Part VII of these Contract Documents. 6. Permits and Licenses Attention is directed to Section 7-1.04, "Permits and Licenses,” of the Standard Specifications and these Special Provisions. The Contractor is required to obtain a traffic control permit from the Traffic Engineering Section of the County of San Diego. There is no fee for this permit. The County of San Diego has obtained permits for this project from the following Resource Agencies: 1. 2. 3. 4.

California Department of Fish and Game California Regional Water Quality Control Board Department of the Army Corps of Engineers Department of Agriculture Forest Service

Copies of the permits and requirements are included in Part VIII of these Contract Documents. 7. Existing Utilities and Non-Highway Facilities Attention is directed to Section 8-1.10, "Utility and Non-Highway Facilities,” of the Standard Specifications and these Special Provisions. The Contractor's attention is directed to underground facilities marked on the plans. The Contractor shall take special care to avoid either damage or interruption of service during construction. The Contractor shall ascertain the exact location of underground facilities and improvements within the construction area before using equipment that may damage such facilities or interfere with their service. At least 48 hours before starting excavation, the Contractor shall verify the location of existing underground facilities by contacting Underground Service Alert (1-800-422-4133) and by individually contacting operators of gravity sewer systems and certain other utilities which are not members of Underground Service Alert. In accordance with Section 4215 of the Government Code, if the Contractor while performing the contract discovers any existing main or trunkline utility facilities not identified by the public agency in the Contract Plans or Specifications, the Contractor shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a 1/08

4-3

PART 4/COUNTY

reasonable price. An appropriate time extension will be allowed and the Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. The Contractor shall be compensated for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the Plans and Specifications with reasonable accuracy and for equipment on the project necessarily idled during such work. Such compensation shall be at force account in accordance with the extra work provisions of the Contract. Full compensation for conforming to the requirements of this provision, not otherwise provided for, shall be considered as included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor. 8. Subcontracting Attention is directed to Section 8-1.01, "Subcontracting,” of the Standard Specifications, the modifications to said Section 8-1.01 contained in Part VII of these Contract Documents, and these Special Provisions. The following definitions and requirements shall apply to any subcontract, supplier and equipment rental agreements entered into by the prime contractor relating to this project: a. Definitions "Subcontractor": A person, firm or corporation supplying labor and materials or equipment, or labor only, for work at the project for and under separate contract or agreement with, the Contractor. Each Subcontractor shall be properly licensed by the State of California to perform the contemplated subcontract work. "Work at the Project": Work to be performed at the location of the project, and any offsite work performed exclusively for the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor or any Subcontractor. "Owner-Operator": A person who has legal or equitable title to equipment and operates the equipment on work at the project; operates only that equipment to which said person has legal or equitable title, has no employees (except where necessary to assist in operating the equipment) and has only one piece of equipment at the project at any one time. For the purpose of this Contract, owner-operators are considered to be employees of the Contractor or the Subcontractor who engaged their services. "Incorporated Owner-Operator": A corporation which owns, operates, and maintains one or more items of equipment and rents out the equipment, operated and maintained, for work at the project. For the purpose of this Contract, an incorporated owner-operator is considered to be an equipment rental firm. "Equipment Rental Firm": A person (other than owner-operator), firm or corporation which rents out equipment, operated and maintained, for work at the project. 1/08

4-4

PART 4/COUNTY

For the purpose of this Contract, an equipment rental firm is considered to be a Subcontractor with regard to labor provision only. "Supplier": A person, firm, or corporation which furnishes materials and supplies to the project from a commercial or industrial source. "Labor Provisions": Any requirement regarding wage rates, hours of work, travel and subsistence payments, records, apprentices, safety and health, affirmative action requirements and equal employment opportunity, as set forth in the Contract Documents, or as required by law, rules and regulations. b. Requirements All workers at the project shall come under the applicable labor provisions. Workers include, but are not limited to, employees of the Contractor, Subcontractors and their employees, equipment rental firm employees, and owner-operators. Workers do not include employees of suppliers solely involved in transporting materials and supplies to or from the location of the project. The Contractor shall notify the Engineer of the name and address of each equipment rental firm which the Contractor has employed to work at the project. Such notice shall be given not later than one working day after the equipment rental firm has begun work at the project. The Contractor shall bind, by written agreement, each equipment rental firm employed on the project to the conditions of the contract with the Owner regarding labor provisions. Where the contract provides that the Contractor's organization shall perform contract work amounting to a specified percent of the original total contract price, the following items will be considered: "Contractor's organization" shall be construed to include only workers employed and paid directly by the Contractor and equipment owned or rented by the Contractor, with or without operators. The Contract amount upon which the specified percent requirement is computed includes the cost of materials and manufactured products which are to be purchased or produced by the Contractor under the Contract provisions. Any clause relating to attorney’s fees contained in a subcontract shall not give rise to a cause of action by Contractor against County for indemnity as a result of Contractor’s liability to pay such fees, and Contractor waives any right to seek indemnity from County for payment of attorney’s fees to or on behalf of a subcontractor. 9. Claims All claims must comply with the False Claims Act. Any unresolved claims (demands for monetary compensation or damages) arising or related to the performance of this contract shall be resolved by first submitting such claims to mediation, prior to their being taken to formal arbitration or litigation by any party. Any claim which is not resolved by mediation shall be resolved by arbitration pursuant to Section 9-1.10, "Arbitration,” of the Standard Specifications. Mediation shall be initiated by filing a written notice requesting mediation. All such 1/08

4-5

PART 4/COUNTY

claims shall be filed and documented in conformance with Section 9-1.07B "Final Payment and Claims,” of the Standard Specifications. All mediation shall terminate not later than 180 days after the date of service in person or by mail on the Contractor of the final written decision by the Department on the claim. Mediation of any claim shall not relieve the Contractor of the requirement to file a Complaint in Arbitration within the time period specified in Section 9-1.10, "Arbitration,” of the Standard Specifications, as modified in Part VII of these Contract Documents. The County shall have the right to terminate the contract for cause or convenience at any time without regard to mediation. Mediation shall be conducted utilizing the American Arbitration Association, or by any other neutral organization agreed to by the parties. The organization conducting the mediation shall hereinafter be known as "Administrator.” a.

Costs The costs for all mediation, including the administrative fees and Mediator compensation, shall be shared equally by all parties. Fees shall be jointly negotiated by all parties directly with the Administrator. The expenses of witnesses for any party shall be paid by the party producing such witnesses.

b.

Selection of Mediator A single mediator, acceptable to all parties, shall be used to mediate the dispute. The mediator will be knowledgeable in construction aspects and will be selected from lists furnished by the Administrator. The initial mediation session shall commence within 30 days of filing, unless otherwise agreed by the parties, or at the direction of the mediator.

c.

Conduct of Mediation Sessions All mediation sessions shall be conducted after the project is field complete unless a claim exceeds $25,000 and the project has in excess of four months remaining until field completion, or unless all parties agree to immediate mediation. Mediation hearings will be conducted in an informal manner and discovery will not be allowed unless agreed to by all parties. All discussions, statements or admissions will be confidential to the proceedings and may not be used for any other purpose as it relates to the party's legal position. Spokesperson shall be limited to owner, contractor, subcontractor and supplier personnel and their consultants. The contractor, subcontractor or supplier may have an attorney present and shall advise the other parties no less than five (5) working days before the mediation so that the other parties may also have their attorneys present. Any resultant agreements from mediation shall be documented in writing, as agreed upon during the mediation, and may be used as the basis for a change order or other directive as appropriate. All mediation results and documentation shall be non-binding and inadmissible for any purpose in any legal proceeding, unless such admission is otherwise agreed in writing by all parties. Mediators shall not be subject to any subpoena or liability and their actions shall not be subject to discovery.

10. Furnishing Materials The Contractor's attention is directed to Section 6-1.01, "Source of Supply and Quality of Materials,” 1/08

4-6

PART 4/COUNTY

of the Standard Specifications and these Special Provisions. Materials to be furnished by the Owner are None. California Public Contract Code prohibits surface mining operations which are subject to the Surface Mining and Reclamation Act of 1975 (SMARA) from selling California mined construction material to a local agency unless the operation is identified in a list referred to as the 3098 List. Contractor shall provide to the Engineer, satisfactory evidence that all California surface mined minerals (including but not limited to aggregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral materials) furnished by Contractor for this project are from operations appearing on the 3098 List. The list can be viewed at the Department of Conservation's Office of Mine Reclamation (OMR) website at www.conservation.ca.gov/OMR/ab_3098_list/index.htm. 11. Stockpiling and Equipment Storage Stockpile and equipment storage locations shall be selected by the Contractor, subject to written approval by the Engineer. When any material or equipment is to be stored outside the highway or street right of way, or other County property, the Contractor shall first obtain a written permit from the property owner on whose property the storage is to be made; and the Contractor shall file with the Engineer said permit, or a certified true copy thereof, together with a written release from the property owner absolving the County from any and all responsibility in connection with the storage of materials or equipment on said property. The Contractor shall leave all storage areas in a neat and clean condition, satisfactory to the Engineer, and in accordance with the provisions of the storage permits. Full compensation for conforming to the requirements of this provision shall be considered as included in the contract price paid for the various items of work, and no additional compensation will be allowed therefor. 12. Public Safety The Contractor shall provide for the safety of traffic and the public in conformance with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications and these special provisions. The Contractor shall install temporary railing (Type K) between a lane open to public traffic and an excavation, obstacle or storage area when the following conditions exist: A. Excavations-The near edge of the excavation is 12 feet or less from the edge of the lane, except: 1. 2. 3. 4. 5. 6. 1/08

Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. Excavations less than one foot deep. Trenches less than one foot wide for irrigation pipe or electrical conduit, or excavations less than one foot in diameter. Excavations parallel to the lane for the purpose of pavement widening or reconstruction. Excavations in side slopes, where the slope is not steeper than 4:1 (horizontal:vertical). Excavations protected by existing barrier or railing. 4-7

PART 4/COUNTY

B. Temporarily Unprotected Permanent Obstacles-The work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or the Contractor, for the Contractor's convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. C. Storage Areas-Material or equipment is stored within 12 feet of the lane and the storage is not otherwise prohibited by the provisions of the Standard Specifications and these special provisions. The approach end of temporary railing (Type K), installed in conformance with the provisions in this section "Public Safety" and in Section 7-1.09, "Public Safety," of the Standard Specifications, shall be offset a minimum of 15 feet from the edge of the traffic lane open to public traffic. The temporary railing shall be installed on a skew toward the edge of the traffic lane of not more than one foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15-foot minimum offset cannot be achieved, the temporary railing shall be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules shall be installed at the approach end of the temporary railing. The lane closure provisions of this section shall not apply if the work area is protected by permanent or temporary railing or barrier. When traffic cones or delineators are used to delineate a temporary edge of a traffic lane, the line of cones or delineators shall be considered to be the edge of the traffic lane, however, the Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer. When work is not in progress on a trench or other excavation that required closure of an adjacent lane, the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for conforming to the provisions in this section "Public Safety," including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefor. 13. Temporary Crash Cushion Module This work shall consist of furnishing, installing, and maintaining sand filled temporary crash cushion modules in groupings or arrays at each location shown on the plans, as specified in these special provisions or where designated by the Engineer. The grouping or array of sand filled modules shall form a complete sand filled temporary crash cushion in conformance with the details shown on the plans and these special provisions. Attention is directed to "Public Safety", "Order of Work", and "Temporary Railing" of these special provisions. 1/08

4-8

PART 4/COUNTY

Whenever the work or the Contractor's operations establishes a fixed obstacle, the exposed fixed obstacle shall be protected with a sand filled temporary crash cushion. The sand filled temporary crash cushion shall be in place prior to opening the lanes adjacent to the fixed obstacle to public traffic. Sand filled temporary crash cushions shall be maintained in place at each location, including times when work is not actively in progress. Sand filled temporary crash cushions may be removed during a work period for access to the work provided that the exposed fixed obstacle is 15 feet or more from a lane carrying public traffic and the temporary crash cushion is reset to protect the obstacle prior to the end of the work period in which the fixed obstacle was exposed. When no longer required, as determined by the Engineer, sand filled temporary crash cushions shall be removed from the site of the work. At the Contractor's option, the modules for use in sand filled temporary crash cushions shall be either Energite III Inertial Modules, Fitch Inertial Modules or TrafFix Sand Barrels manufactured after March 31, 1997, or equal: 1. Energite III and Fitch Inertial Modules, manufactured by Energy Absorption Systems, Inc., 35 East Wacker Drive, Suite 1100, Chicago, IL 60601: 1.1.

Northern California: Traffic Control Service, Inc., 8585 Thys Court, Sacramento, CA 95828, telephone (800) 884-8274, FAX (916) 387-9734 1.2. Southern California: Traffic Control Service, Inc., 1818 E. Orangethorpe, Fullerton, CA 92831-5324, telephone (800) 222-8274, FAX (714) 526-9501 2. TrafFix Sand Barrels, manufactured by TrafFix Devices, Inc., 220 Calle Pintoresco, San Clemente, CA 92672, telephone (949) 361-5663, FAX (949) 361-9205 2.1.

Northern California: United Rentals, Inc., 1533 Berger Drive, San Jose, CA 95112, telephone (408) 287-4303, FAX (408) 287-1929 2.2. Southern California: Statewide Safety & Sign, Inc., P.O. Box 1440, Pismo Beach, CA 93448, telephone (800) 559-7080, FAX (805) 929-5786 Modules contained in each temporary crash cushion shall be of the same type at each location. The color of the modules shall be the standard yellow color, as furnished by the vendor, with black lids. The modules shall exhibit good workmanship free from structural flaws and objectionable surface defects. The modules need not be new. Good used undamaged modules conforming to color and quality of the types specified herein may be utilized. If used Fitch modules requiring a seal are furnished, the top edge of the seal shall be securely fastened to the wall of the module by a continuous strip of heavy duty tape. Modules shall be filled with sand in conformance with the manufacturer's directions, and to the sand capacity in pounds for each module shown on the plans. Sand for filling the modules shall be clean washed concrete sand of commercial quality. At the time of placing in the modules, the sand shall contain not more than 7 percent water as determined by California Test 226. Modules damaged due to the Contractor's operations shall be repaired immediately by the Contractor at the Contractor's expense. Modules damaged beyond repair, as determined by the Engineer, due to the Contractor's operations shall be removed and replaced by the Contractor at the Contractor's expense. 1/08

4-9

PART 4/COUNTY

Temporary crash cushion modules shall be placed on movable pallets or frames conforming to the dimensions shown on the plans. The pallets or frames shall provide a full bearing base beneath the modules. The modules and supporting pallets or frames shall not be moved by sliding or skidding along the pavement or bridge deck. A Type R or P marker panel shall be attached to the front of the crash cushion as shown on the plans, when the closest point of the crash cushion array is within 12 feet of the traveled way. The marker panel, when required, shall be firmly fastened to the crash cushion with commercial quality hardware or by other methods determined by the Engineer. At the completion of the project, temporary crash cushion modules, sand filling, pallets or frames, and marker panels shall become the property of the Contractor and shall be removed from the site of the work. Temporary crash cushion modules shall not be installed in the permanent work. Temporary crash cushion modules placed in conformance with the provisions in "Public Safety" of these special provisions will not be measured nor paid for. 14. Progress Schedule Attention is directed to Section 8-1.04, "Progress Schedule,” of the Standard Specifications and these Special Provisions. The Contractor shall within seven (7) working days after receiving the Notice to Proceed and prior to starting work, submit a schedule of proposed operations to the Engineer for approval. The schedule shall outline the Contractor's proposed Order of Work, including start and completion dates of each salient feature of the work in procurement of plant, materials, and equipment. Upon approval of this schedule by the Engineer, the Contractor may begin work. The progress schedule submitted shall be consistent in all respects with the time and order of work requirements of the Contract. As the work progresses and upon written request by the Engineer, the Contractor shall submit within five (5) working days of the date of the written request a supplementary schedule consistent with the actual progress of the work. Subsequent to the time that submittal of a progress schedule is required in accordance with these specifications, no progress payments will be made for any work until a satisfactory schedule has been submitted to the Engineer. If any change in the progress schedule is to be made or becomes necessary due to unforeseen circumstances, the Contractor shall so notify the Engineer immediately in writing and may, upon approval by the Engineer, change the Order of Work and/or schedule of operations. Normal work hours are from 7:00 a.m. to 4:00 p.m. Monday through Friday. Work scheduled on Saturdays must receive prior approval from the Engineer. 15. Survey Staking Setting stakes shall be in accordance with Section 5-1.07, "Lines and Grades,” of the Standard Specifications and these Special Provisions. 1/08

4-10

PART 4/COUNTY

All survey staking will be performed by the Owner. The Contractor shall give the Engineer written notice two (2) working days before the day on which services of the Engineer will be required for laying out any portion of the work. The Contractor shall dig all holes necessary for the line and grade stakes, and shall preserve all stakes set for line, grade, or measurement of the work in their proper places until authorized to remove them by the Engineer. The expense incurred in replacing said stakes, which the Contractor may have failed to preserve, including travel time, shall be borne by the Contractor. The Contractor is required to examine carefully all construction stakes and by visual inspection of stakes and string lines, forms, and headers set therefrom, interpret and confirm that the line and grade information is in accordance with the Plans. If there is an apparent error or lack of understanding as to what is meant by the staking, the Contractor shall request an interpretation of staking from the Engineer before doing any work. 16. Trench Plating All unrestored voids, trenches, holes, excavations, etc., that are in the pedestrian or traveled way shall be protected through the use of adequately designed barricades and structural steel plates that will support legal vehicle loads. All plates shall provide complete coverage to prevent any person, bicycle, motorcycle or motor vehicle from being endangered due to plate movement causing separations or gaps. Plates shall be installed with anchors, with the plate surfaces reasonably smooth and all vertical edges transitioned with cold-mix. Structural steel plates shall have a non-skid surface. All structural steel plates placed over surface voids, such as trenches and other areas to be protected in the public right-of-way shall conform to the following: a.

Owner’s name shall be legible and permanently affixed on each plate.

b.

When steel plates are placed within the public right-of-way, the Contractor shall erect sign(s) in the immediate area of the trench plate(s) identifying its name with a 24-hour number. Minimum height of letters and numbers shall be two inches.

c.

The Contractor will immediately mobilize necessary personnel and equipment after being notified by the Engineer or the Owner’s emergency services section of a repair need. This includes, but is not limited to, plate anchors, cold-mix, asphalt concrete to transition/ramp from the existing roadway or sidewalk to the plate surface and back down.

d.

Failure to respond to the emergency request within two hours will be grounds for Owner repairs that will be invoiced at double the actual cost including overhead or $500 per incident, whichever is greater.

e.

Steel plates used for bridging must extend a minimum of 300 mm (12") beyond the edges of the trench.

f.

Steel plate bridging shall be installed to operate with minimum noise.

1/08

4-11

PART 4/COUNTY

g.

The trench shall be adequately shored to support the bridging and traffic loads.

h.

Temporary paving with cold asphalt concrete shall be used to feather the edges of the plates, if Method (2) is used.

i.

Bridging shall be secured against displacement by using adjustable cleats, shims or other devices.

Transverse or longitudinal cuts in the right-of-way that cannot be properly completed within a work day shall be protected by structural steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. As required by the Owner, structural steel plate bridging and shoring shall be installed using either Method (1) or (2): Method (1) (For posted speeds greater than 45 mph): The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. An alternate method may be used as approved by the Engineer. Method (2) (For posted speeds equal to or less than 45 mph): Approach plate(s) and ending plate(s) (if longitudinal placement) shall be attached to the roadway by a minimum of 2 dowels pre-drilled into the corners of the plate and 2" into the pavement. Subsequent plates are to be butted evenly (both horizontally and vertically) to each other(s). Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 12" taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry or an equivalent slurry satisfactory to the Engineer. The Contractor shall be responsible for the maintenance of the structural steel bridging plates, shoring and asphalt concrete ramps. Unless specifically noted, structural steel plate bridging should not exceed 4 consecutive working days in any given week, unless otherwise approved by the Engineer. Backfilling of excavations shall be covered with a minimum 3" temporary layer of cold asphalt concrete. The following table shows the required minimal thickness of steel plate bridging required for a given trench width: Trench Width (Feet) 1.0 1.5 2.0 3.0 4.0

Minimum Plate Thickness (Inch) 1/2 3/4 7/8 1 1-1/4

Note: For spans greater than 4 feet, a structural design shall be prepared by a Registered Civil Engineer and approved by the Owner. Structural steel plate bridging shall be designed for HL-93 truck loading per AASHTO LRFD 4-12 PART 4/COUNTY

1/08

BRIDGE DESIGN SPECIFICATIONS. The Contractor shall maintain on the steel plate a non-skid surface having a minimum coefficient of friction equivalent to 0.35 as determined by either California Test Method 342 ANSI/ASTM 3-274. A “ROUGH ROAD” sign (W33) with black lettering on an orange background may be used in advance of structural steel plate bridging. Full compensation for conforming to the requirements of this provision shall be considered as included in the contract price paid for the various items of work and no additional compensation will be allowed therefor. 17. Tests of Materials The following conditions and materials, as related to this Contract, will be tested by the Owner in addition to the required manufacturer's or other tests specified: structural concrete, bituminous paving materials, base materials, and relative compaction. The Contractor shall give the Engineer written notice two (2) working days before the day on which testing services will be required. Tests will be made by the Owner in such number and at such locations as deemed necessary by the Engineer to insure compliance with the specifications; however, the costs of retesting any portion of the work which has failed the initial tests taken by the Owner shall be borne by the Contractor. 18. Federal and State Environmental Compliance The Owner reserves the right to terminate, amend, or modify at any time, any item or items of work as necessary to comply with either State or Federal environmental requirements enacted after the Contract has been awarded. If the Contract is amended or modified by contract change order as herein provided and such changes result in additional or new items of work, the Contractor shall receive compensation for direct costs incurred in accordance with either Section 4-1.03, "Changes,” or Section 9-1.03, "Force Account Payment,” of the Standard Specifications. The Owner reserves the right to terminate all work under this Contract, if in the opinion of the Engineer such termination is necessary in order to comply with either State or Federal environmental requirements. In the event all work is terminated as a result of such a determination by the Engineer, the Contractor shall receive compensation for the total actual and direct costs incurred to the date of said termination, and in addition a markup of twenty percent (20%) will be paid. Such payment shall constitute full compensation for all work embraced by this Contract, and no additional compensation will be allowed therefor. 19. Order of Work Order of work shall conform to Section 5-1.05, "Order of Work," of the Standard Specifications and these Special Provisions. Prior to commencement of any work on the project, a Pre-Construction Conference will be held at the County Engineer's office for the purpose of review and discussion of the project, progress schedule and construction procedures. At the discretion of the Engineer, periodic meetings, involving project personnel (Contractor, Utility Company and County), will be held for the purpose of 1/08

4-13

PART 4/COUNTY

coordinating project activities. 20. Dust Control Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning or sweeping, and sprinkling with water or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for cleaning, sweeping, or other methods. Full compensation for furnishing and applying water for dust control, including that caused by public traffic, shall be considered as included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor. 21. Maintaining Traffic Attention is directed to Section 7-1.08, "Public Convenience"; Section 7-1.09, "Public Safety"; and Section 12, "Construction Area Traffic Control Devices,” of the Standard Specifications; and these Special Provisions. The Contractor shall provide traffic control and warning signs and safety devices in accordance with “Part 6 - Temporary Traffic Control” of the “California Manual on Uniform Traffic Control Devices for Streets and Highways”, dated September 26, 2006 and said Section 12 of the Standard Specifications. Warning signs and safety devices shall be supplied by the Contractor. The abovereferenced manual is available from the State Department of Transportation. Whenever construction activity will disrupt or impede access to any business, the Contractor shall, by written notice, inform each affected business of the nature and expected duration of the disruptive construction activity. Such written notice shall be delivered to each affected business a minimum of two weeks prior to the start of the disruptive construction activity. Contractor shall make application to the Traffic Engineering Section of the Department of Public Works (Roads Division, 5510 Overland Ave, Suite 410, Rm 470, San Diego, CA, 92123-1239, Mail Station O334) for a traffic control permit, a minimum of three (3) weeks prior to commencement of work. There is no fee for this permit. The closure of Buckman Springs Rd & Oak Dr will not be permitted at any time. Work hours shall be from 7:00 AM to 4:00 PM, Monday thru Friday. Traffic control shall be in accordance with San Diego Regional Standard Drawings TCP-4, TCP-7C and TCP-9. The Contractor shall be responsible for identifying the locations of schools that will be affected in the area of the impending work. Due to peak volumes of pedestrian and vehicular traffic associated with schools, the Contractor may be required to delay the start of construction operations until after school is in session and complete construction operations before school is out of session. During non-working hours, the Contractor shall provide the full road width, which existed prior to the start of construction.

1/08

4-14

PART 4/COUNTY

When the work zone is confined to the road shoulder with minimal or no road encroachment, refer to Chapter 6H “Typical Applications” of the “California Manual on Uniform Traffic Control Devices” (CA MUTCD), latest edition. NOTIFICATION Permittee agrees to indemnify, hold harmless and defend the County and each of its officers and employees from any liability or responsibility for accident, loss or damaged to persons or property arising by reason of the work done by permittee, or permittee’s agents, employees or representatives. Whenever construction activity will disrupt or impede access to any residence/business, the contractor shall inform each affected residence/business by written notice the nature and expected duration of the disruptive construction activity. Such written notice shall be delivered to each affected residence/business a minimum of two (2) weeks prior to the start of the disruptive construction activity. The Contractor shall notify all adjacent residence/business, which will be affected in the area of the impending work, five (5) days in advance, by using doorknob-type notices. The Contractor shall include its business telephone number on the notices. The Contractor’s business telephone number shall be toll free or local to San Diego County. Doorknob type notices will be furnished by the Contractor. SIGNING All signs shall conform to the specification set forth in the latest edition of Part 6, “Temporary Traffic Control” of the “California Manual on Uniform Traffic Control Devices for Streets and Highways” (CA MUTCD), latest edition. The Contractor shall place “Tow-Away/No Parking” signs along the street 24 hours prior to the impending work. “Tow-Away/No Parking” signs shall be furnished by the Contractor and shall contain a space in which the contractor shall enter the day(s) during which parking will be prohibited. Remove these signs immediately when they are no longer needed for use in the respective area of the project. If work is delayed or rescheduled for any reason after placement of “Tow-Away/No Parking” signs, remove the signs and place redated signs two (2) days in advance of the impending work. All signs shall be in place prior to start of construction. All advance warning signs shall be 48” x 48”. All other signs shall be standard size unless otherwise noted. For continuous work lasting more than two weeks, all W20-1 or C23, and curve warning signs shall be mounted on 4”x 4” wooden posts at standard height and equipped with type “B” high-intensity flashers, unless otherwise noted. For work of less than two weeks, all W20-1 signs can be either post-mounted on 4” x 4” wooden posts at standard height or on a portable type installation. Post-mounted signs shall remain in place at all times until construction is completed. Other signs required for traffic control shall be laid down or covered during non-working hours. All other signs may be mounted on a portable type installation as per Section 12-3.06B of Caltrans Standard Specifications unless otherwise noted. 1/08 4-15 PART 4/COUNTY

Placement of all signs shall not interfere with sight distance at driveways and intersections. Position of post-mounted signs may be adjusted as necessary to optimize visibility or sign and/or obtain suitable placement area. W20-1 signs and all other yellow or orange signs shall have a reflective background constructed of at least high-intensity (Type III) retroreflective sheeting. DEVICES Actual work area shall be protected with either orange reflectorized post delineators or by barricades equipped with type “A” flashers sufficient in number to prevent entry of both vehicles and pedestrians except as may be noted elsewhere. At no time shall a continuous row of flashers be used adjacent to a lane of traffic. Only steady-burn type “C” lamps shall be used under these circumstances. All cones and/or post delineators shall be fitted with reflective sleeves (for night time use) of the appropriate color. All barricades except those supporting C27 signs shall be equipped with type “A” flashers unless otherwise noted. All type “B” flashers shall operate 24 hours a day. FLAGGING Flagging operation shall use alternate one-way movement to pass traffic through the construction area. Traffic shall be controlled at all times by flaggers. Flaggers shall be in constant communication with each other during the flagging operation. Advance flaggers shall be positioned upstream to warn traffic when queues develop. Additional flaggers may be required at intersections. Where the one-lane section is short enough so that each end is visible from the other end, traffic will be controlled by means of a flagger at each end of the section. They should be able to communicate with each other verbally or by means of signals. These signals should not be such as to be mistaken for flagging signals. Where the end of one-way section is not visible from the other end, the flaggers shall maintain contact by means of radio or field telephones so that a flagger may know when to allow traffic to proceed into the section. Flaggers shall be positioned near crest of hill allowing flaggers sufficient visibility of approaching traffic. Flaggers shall be positioned so that they are easily visible to approaching traffic. Flagger stations for work at night shall be illuminated as referenced in Part 6 of the “California Manual on Uniform Traffic Control Devices for Streets and Highways” (CA MUTCD), latest edition. ACCESS Emergency vehicle access shall be maintained at all times. Contractor shall maintain access to all private driveways within the construction area. If continuous access cannot be maintained, access must be provided as needed. Adequate provisions shall be made for pedestrian traffic. 1/08 4-16

PART 4/COUNTY

Adequate sight distance shall be maintained at all intersections in the vicinity of the work zone. If sight distance is affected by the traffic control, the contractor shall provide adequate distance per the County of San Diego Public Road Standards. The use of mirrors, or such devices, is not acceptable as an alternative to providing adequate sight distance. GENERAL Contractor shall be responsible for supplying and maintaining all traffic control devices for both the construction area and the detour. The Contractor shall be responsible for supplying, installing and maintaining all traffic control devices as shown on the plan along with additional traffic control devices that may be required to ensure safe movement of traffic and pedestrians through work area. The provisions of this section may be modified or altered if, in the opinion of the engineer, public traffic will be better served and the work expedited. Said modifications or alterations shall not be adopted until approved in writing by the engineer. All dirt and debris shall be removed from the roadway each day before completion of work. Street must be maintained in drivable condition at all times. All advance warning signs, delineators, and barricades shall be removed from the roadway at the end of work each day (except W20-1 signs, if plate-bridging overnight.) The Contractor is to replace roadway and all signing to normal conditions at the completion of work. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time, including any section closed to public traffic. Lane closures shall conform to the provisions of the Standard Specifications. The lane or lanes to be closed shall be as approved by the Engineer. The use of reflective traffic delineators to direct traffic away from excavations shall be considered as a lane closure. The provisions in this section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. Full compensation for conforming to the requirements of these Special Provisions, and said Sections 7-1.08, 7-1.09 and 12 of the Standard Specifications, shall be considered as included in the contact lump sum price paid for traffic control, and no additional compensation will be allowed therefor. 22. Sound Control Requirements Sound control shall conform to the provisions in Section 7-1.01I, "Sound Control Requirements," of the Standard Specifications and these Special Provisions. The noise level from the Contractor's operations shall conform to Chapter 4 of Division 6 of Title 3 (commencing with Section 36.410) of San Diego County Code relating to noise as added by Ordinance No. 6212 (New Series). Full compensation for conforming to the requirements of this section shall be considered as included 1/08

4-17

PART 4/COUNTY

in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor. 23. Archaeological Site or Setting During excavation or at any other time that evidence of any archaeological artifacts, human burial remains, or unique paleontology is found, the Contractor shall immediately cease work and notify the Engineer verbally and in writing. The Contractor shall grant the Owner forty-eight (48) hours to evaluate the archaeological evidence. The Contractor will be granted an extension of time and will not be assessed with liquidated damages or any other penalties for the forty-eight (48) hour period of this provision. The Contractor shall have no claim for any additional damage or compensation due to this delay. For additional time, beyond the forty-eight (48) hours, required by the Owner to pursue any action relative to the archaeological aspects of the site, the Contractor will be granted an appropriate time extension and shall receive additional compensation as provided in Section 8-1.09, "Right of Way Delays,” of the Standard Specifications. 24. Highway Construction Equipment Attention is directed to Section 7-1.01D, "Vehicle Code,” and Section 7-1.02, "Load Limitations,” of the Standard Specifications. 25. Payments Attention is directed to Section 9-1.06, "Partial Payments" and Section 9-1.07, "Payment After Acceptance,” of the Standard Specifications and these Special Provisions. In determining the partial payments to be made to the Contractor, only the following listed materials will be considered for inclusion in the payment as materials furnished but not incorporated in the work: • Road Side Signs • Project Identification Sign • Reinforced Concrete Pipe – 30” • Reinforced Concrete Pipe – 36” • Chain Link Fence (Type CL-6) • Chain Link Fence (Type CL-4) • Reinforced Concrete Pipe – 18” The cutoff date for preparation of monthly estimates shall be at the close of work on the 20th day of the month; or if the 20th day of the month falls on a non-working day, at the close of work on the last working day prior to the 20th day of the month; or on a date mutually agreed upon by the Contractor and the Engineer. The Department shall make monthly payments to the Contractor within 30 calendar days after the monthly estimate cutoff date. When requested by the Engineer, the Contractor shall prepare and submit for approval a breakdown estimate covering each lump sum item. The sum of the items listed in the breakdown estimate shall equal the contract lump sum price or prices. An unbalanced breakdown estimate, providing for overpayment to the Contractor on items of work which would be performed first, will not be accepted. The breakdown estimate shall be approved by the Engineer before any partial payment estimate is prepared. 1/08

4-18

PART 4/COUNTY

For the purpose of making partial payments pursuant to Section 9-1.06, "Partial 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: 1. Prepare Storm Water Pollution Prevention Plan…..$ 6,000.00 2. Construction Site Management……………………...$12,000.00 3. Clearing and Grubbing………………………………..$24,000.00 After acceptance of the contract pursuant to Section 7-1.17, "Acceptance of Contract,” of the Standard Specifications, 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. 26. Disposal of Materials The Contractor shall be responsible for disposal of brush, trash, debris, and surplus materials in a safe and legal manner. Unless otherwise specified, said materials shall be disposed of outside the project limits in accordance with Section 7-1.13, "Disposal of Material Outside the Highway Right of Way,” of the Standard Specifications. 27. BMP Shared Maintenance The Contractor will be compensated for the shared maintenance costs of water pollution control best management practices (BMP) under the contract item “BMP Shared Maintenance.” The cost of BMP maintenance shall be borne equally by the County and the Contractor in accordance with the technical provisions for temporary water pollution control practices elsewhere in these Special Provisions. Payment will be made in accordance with Section 9-1.03, "Force Account Payment," of the Standard Specifications. 28. Trade Names and Alternatives Attention is directed to Section 6-1.05, "Trade Names and Alternatives,” of the Standard Specifications and these Special Provisions. Whenever any material, article, or process is indicated or specified by trade, patent, or proprietary name or name of manufacturer or specified by a list of trade, patent, or proprietary names or names of manufacturers, such specifications for material, article or process, unless marked "no substitution,” shall be deemed to be followed by the words "or equal.” 29. Subsurface Investigation Attention is directed to Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work,” of the Standard Specifications. The following report is available for review at and may be downloaded from the County of San Diego This report is provided for informational BuyNet website at https://buynet.sdcounty.ca.gov. purposes only, and is not part of this Contract.

1/08

BUCKMAN SPRINGS / OAK DRIVE INTERSECTION IMPROVEMENT W.A.#1012778 4-19 PART 4/COUNTY

DPW MATERIALS LAB JANUARY 7, 2011 3 PAGES 30. Cross Sections Attention is directed to Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work,” of the Standard Specifications. A package of existing cross sections (10 sheets) used in the design of this project is available for review at and may be downloaded from the County of San Diego BuyNet website at https://buynet.sdcounty.ca.gov. These cross sections are provided for informational purposes only, and are not part of this Contract. 31. State Prevailing Wages Attention is directed to Section 7-1.01A(2), "Prevailing Wage,” of the Standard Specifications and also to the modification of said Section contained in Part VII of these Contract Documents. This project is a "public work" in accordance with Labor Code § 1720, et seq. It is the sole responsibility of the Contractor to ensure that all workers employed in the execution of the contract are paid the correct prevailing wage rate of wages. The Owner has obtained from the Director of the Department of Industrial Relations said Director's determinations of the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for the locality in which the project is to be performed. Said determinations are on file and are available at the Department of Purchasing and Contracting, 10089 Willow Creek Road, Suite 150, San Diego, California 92131 and are available from the Department of Industrial Relations on the INTERNET at: www.dir.ca.gov/DLSR/statistics_research.html. Not less than these rates shall be paid to all workers employed on the project. Any Contractor who is awarded a public works project and intends to use a craft or classification not shown on the general prevailing wage determinations, shall be required to pay the wage rate of that craft or classification most closely related to it as shown in the general determinations effective at the time of the call for bids. 32. Blank 33. Blank 34. Blank 35. Public Disclosure of Gifts and Campaign Contributions NOTE: This Special Condition does not apply to the initial contract for the project. It only applies to Contract Change Orders that require Board of Supervisor approval. a. San Diego County Charter Section 1000.1 requires that when a service contract is to be considered by the Board of Supervisors for approval, amendment, or extension, the Contractor 1/08

4-20

PART 4/COUNTY

and the registered lobbyists of the Contractor shall make the following disclosures: 1) All gifts reportable pursuant to the provisions of the Political Reform Act to any member of the Board of Supervisors or to the immediate family of such member during the year preceding the date of the disclosure. 2) All federal, State and local campaign contributions made to any member of the Board of Supervisors or his or her controlled committees during the year preceding the date of the disclosure. 3) Or a disclosure that there are no gifts or campaign contributions to disclose. b. The Contractor’s disclosure shall include gifts and campaign contributions from any natural person or entity constituting the Contractor and from any principal owner and principal officer of the Contractor. c. Contractor shall submit a written certification that the disclosure requirements have been complied with. d. This Clause does not apply to contracts between the County of San Diego and other governmental entities. a. The disclosure shall be made at least four (4) calendar days prior to the date of the meeting of the Board of Supervisors at which the approval, amendment, or extension is to be considered by the Board. b. The required written disclosure shall be filed with the Clerk of the Board of Supervisors, on a form prescribed by the Clerk. The Clerk of the Board shall make all disclosures available to the public on the County’s Internet site after they are filed with the Clerk and prior to the day on which the Board acts on the service contract. c. Supplemental Disclosures. Gifts or campaign contributions made subsequent to the required written disclosure, but prior to the Board’s decision, and any gift or campaign contribution inadvertently not included in the written disclosure, shall be disclosed in writing at the meeting of the Board of Supervisors prior to the Board’s decision to approve, amend or extend the service contract. d. Failure to Comply. If subsequent to Board approval of an amendment or extension of the service contract, the disclosure is found to be incomplete or inaccurate due to intentional misconduct or gross negligence, the service contract may be voided at the discretion of the Board of Supervisors. e. Contract Voidable. If subsequent to approval, amendment or extension of this contract by the Board of Supervisors, the Board finds that the disclosure required by San Diego County Charter Section 1000.1 is substantially incomplete or inaccurate due to intentional misconduct or gross negligence of the Contractor or the Contractor’s registered lobbyist, the contract may be voided at the sole discretion of the Board of Supervisors. All terms and conditions of the contract, including the County’s obligation to pay for services received, shall remain in effect until the effective date of the Board’s action to void the contract, and all contractual provisions set forth in the contract that by their terms survive the expiration or termination of the contract shall continue to remain in effect. f. 1/08

Cost of Implementation. The County of San Diego’s cost for implementing the disclosures 4-21 PART 4/COUNTY

required by this clause shall be paid by the Contractor at the time the initial disclosure is filed with the Clerk of the Board. g. Disclosure Forms are available at the Clerk of the Board’s office at the County Administration Center, 1600 Pacific Highway, Room 402, San Diego, CA and on the Clerk of the Board’s Internet Site (http://www.sdcounty.ca.gov/cob/index.html). Original copies of the Disclosure Forms are to be filed at the Clerk of the Board’s office. 36. Prequalified and Tested Signing and Delineation Materials The County will utilize the California Department of Transportation list of Prequalified and Tested Signing and Delineation Materials. The Engineer shall not be precluded from sampling and testing products on the list of Prequalified and Tested Signing and Delineation Materials. The manufacturer of products on the list of Prequalified and Tested Signing and Delineation Materials shall furnish the Engineer a Certificate of Compliance in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications for each type of traffic product supplied. For those categories of materials included on the list of Prequalified and Tested Signing and Delineation Materials, only those products shown within the listing may be used in the work. Other categories of products, not included on the list of Prequalified and Tested Signing and Delineation Materials, may be used in the work provided they conform to the requirements of the Standard Specifications. Materials and products may be added to the list of Prequalified and Tested Signing and Delineation Materials if the manufacturer submits a New Product Information Form to the New Product Coordinator at the Transportation Laboratory. Upon a Departmental request for samples, sufficient samples shall be submitted to permit performance of required tests. Approval of materials or products will depend upon compliance with the specifications and tests the Department may elect to perform. PAVEMENT MARKERS, PERMANENT TYPE Retroreflective With Abrasion Resistant Surface (ARS) 1. Apex, Model 921AR (4" x 4") 2. Ennis Paint, Models C88 (4" x 4"), 911 (4" x 4") and 953 (2.75" x 4.5") 3. Ray-O-Lite, Model "AA" ARS (4" x 4") 4. 3M Series 290 (3.5" x 4") 5. 3M Series 290 PSA, with pressure sensitive adhesive pad (3.5" x 4") Retroreflective With Abrasion Resistant Surface (ARS) (for recessed applications only) 1. Ennis Paint, Model 948 (2.3" x 4.7") 2. Ennis Paint, Model 944SB (2" x 4")* 3. Ray-O-Lite, Model 2002 (2" x 4.6") 4. Ray-O-Lite, Model 2004 ARS (2" x 4")* *For use only in 4.5 inch wide (older) recessed slots

1/08

4-22

PART 4/COUNTY

Non-Reflective, 4-inch Round 1. Apex Universal (Ceramic) 2. Apex Universal, Models 929 (ABS) and 929PP (Polypropylene) 3. Glowlite, Inc. (Ceramic) 4. Hi-Way Safety, Inc., Models P20-2000W and 2001Y (ABS) 5. Interstate Sales, "Diamond Back" (Polypropylene) 6. Novabrite Models Cdot (White) Cdot-y (Yellow), Ceramic 7. Novabrite Models Pdot-w (White) Pdot-y (Yellow), Polypropylene 8. Three D Traffic Works TD10000 (ABS), TD10500 (Polypropylene) PAVEMENT MARKERS, TEMPORARY TYPE Temporary Markers For Long Term Day/Night Use (180 days or less) 1. Vega Molded Products "Temporary Road Marker" (3" x 4") Temporary Markers For Short Term Day/Night Use (14 days or less) (For seal coat or chip seal applications, clear protective covers are required) 1. Apex Universal, Model 932 2. Filtrona Extrusion, Models T.O.M., T.R.P.M., and "HH" (High Heat) 3. Hi-Way Safety, Inc., Model 1280/1281 4. Glowlite, Inc., Model 932 STRIPING AND PAVEMENT MARKING MATERIAL Permanent Traffic Striping and Pavement Marking Tape 1. Advanced Traffic Marking, Series 300 and 400 2. Brite-Line, Series 1000 3. Brite-Line, "DeltaLine XRP" 4. Swarco Industries, "Director 35" (For transverse application only) 5. Swarco Industries, "Director 60" 6. 3M, "Stamark" Series 380 and 5730 7. 3M, "Stamark" Series 420 (For transverse application only) Temporary (Removable) Striping and Pavement Marking Tape (180 days or less) 1. Advanced Traffic Marking, Series 200 2. Brite-Line, Series 100 3. Garlock Rubber Technologies, Series 2000 4. P.B. Laminations, Aztec, Grade 102 5. Swarco Industries, "Director-2" 6. Trelleborg Industries, R140 Series 7. 3M Series 620 "CR", and Series A750 8. 3M Series A145, Removable Black Line Mask (Black Tape: for use only on Asphalt Concrete Surfaces) 9. Advanced Traffic Marking Black "Hide-A-Line" (Black Tape: for use only on Asphalt Concrete Surfaces) 10. Brite-Line "BTR" Black Removable Tape (Black Tape: for use only on Asphalt Concrete Surfaces) 11. Trelleborg Industries, RB-140 (Black Tape: for use only on Asphalt Concrete Surfaces)

1/08

4-23

PART 4/COUNTY

Preformed Thermoplastic (Heated in place) 1. Flint Trading Inc., "Hot Tape" 2. Flint Trading Inc., "Premark Plus" 3. Ennis Paint Inc., "Flametape" Ceramic Surfacing Laminate, 6" x 6" 1. Highway Ceramics, Inc. CLASS 1 DELINEATORS One Piece Driveable Flexible Type, 66-inch 1. Filtrona Extrusion, "Flexi-Guide Models 400 and 566" 2. Carsonite, Curve-Flex CFRM-400 3. Carsonite, Roadmarker CRM-375 4. FlexStake, Model 654 TM 5. GreenLine Model CGD1-66 Special Use Type, 66-inch 1. Filtrona Extrusion, Model FG 560 (with 18-inch U-Channel base) 2. Carsonite, "Survivor" (with 18-inch U-Channel base) 3. Carsonite, Roadmarker CRM-375 (with 18-inch U-Channel base) 4. FlexStake, Model 604 5. GreenLine Model CGD (with 18-inch U-Channel base) 6. Impact Recovery Model D36, with #105 Driveable Base 7. Safe-Hit with 8-inch pavement anchor (SH248-GP1) 8. Safe-Hit with 15-inch soil anchor (SH248-GP2) and with 18-inch soil anchor (SH248-GP3) Surface Mount Type, 48-inch 1. Bent Manufacturing Company, Masterflex Model MF-180EX-48 2. Carsonite, "Channelizer" 3. FlexStake, Models 704, 754 TM, and EB4 4. Impact Recovery Model D48, with #101 Fixed (Surface-Mount) Base 5. Three D Traffic Works "Channelflex" ID No. 522248W CHANNELIZERS Surface Mount Type, 36-inch 1. Bent Manufacturing Company, Masterflex Models MF-360-36 (Round) and MF-180-36 (Flat) 2. Filtrona Extrusion, Flexi-Guide Models FG300PE, FG300UR, and FG300EFX 3. Carsonite, "Super Duck" (Round SDR-336) 4. Carsonite, Model SDCF03601MB "Channelizer" 5. FlexStake, Models 703, 753 TM, and EB3 6. GreenLine, Model SMD-36 7. Hi-way Safety, Inc. "Channel Guide Channelizer" Model CGC36 8. Impact Recovery Model D36, with #101 Fixed (Surface-Mount) Base 9. Safe-Hit, Guide Post, Model SH236SMA 10. Three D Traffic Works "Boomerang" ID No. 522053W Lane Separation System 1. Filtrona Extrusion, "Flexi-Guide (FG) 300 Curb System" 1/08

4-24

PART 4/COUNTY

2. Qwick Kurb, "Klemmfix Guide System" 3. Dura-Curb System CONICAL DELINEATORS, 42-inch (For 28-inch Traffic Cones, see Standard Specifications) 1. Bent Manufacturing Company "T-Top" 2. Plastic Safety Systems "Navigator-42" 3. TrafFix Devices "Grabber" 4. Three D Traffic Works "Ringtop" TD7000, ID No. 742143 5. Three D Traffic Works, TD7500 OBJECT MARKERS Type "K", 18-inch 1. Filtrona Extrusion, Model FG318PE 2. Carsonite, Model SMD 615 3. FlexStake, Model 701 KM 4. Safe-Hit, Model SH718SMA Type "K-4" / "Q" Object Markers, 24-inch 1. Bent Manufacturing "Masterflex" Model MF-360-24 2. Filtrona Extrusion, Model FG324PE 3. Carsonite, "Channelizer" 4. FlexStake, Model 701KM 5. Safe-Hit, Models SH824SMA_WA and SH824GP3_WA 6. Three D Traffic Works ID No. 531702W and TD 5200 7. Three D Traffic Works ID No. 520896W CONCRETE BARRIER MARKERS AND TEMPORARY RAILING (TYPE K) REFLECTORS Impactable Type 1. ARTUK, "FB" 2. Filtrona Extrusion, Models PCBM-12 and PCBM-T12 3. Duraflex Corp., "Flexx 2020" and "Electriflexx" 4. Hi-Way Safety, Inc., Model GMKRM100 5. Plastic Safety Systems "BAM" Models OM-BARR and OM-BWAR 6. Three D Traffic Works "Roadguide" Model TD 9304 Non-Impactable Type 1. ARTUK, JD Series 2. Plastic Safety Systems "BAM" Models OM-BITARW and OM-BITARA 3. Vega Molded Products, Models GBM and JD 4. Plastic Vacuum Forming, "Cap-It C400" METAL BEAM GUARD RAIL POST MARKERS (For use to the left of traffic) 1. Filtrona Extrusion, "Mini" (3" x 10") 2. Creative Building Products, "Dura-Bull, Model 11201" 3. Duraflex Corp., "Railrider" 1/08

4-25

PART 4/COUNTY

4. Plastic Vacuum Forming, "Cap-It C300" CONCRETE BARRIER DELINEATORS, 16-inch (For use to the right of traffic) 1. Filtrona Extrusion, Model PCBM T-16 2. Safe-Hit, Model SH216RBM CONCRETE BARRIER-MOUNTED MINI-DRUM (10" x 14" x 22") 1. Stinson Equipment Company "SaddleMarker" GUARD RAILING DELINEATOR (Place top of reflective element at 48 inches above plane of roadway) Wood Post Type, 27-inch 1. Filtrona Extrusion, FG 427 and FG 527 2. Carsonite, Model 427 3. FlexStake, Model 102 GR 4. GreenLine GRD 27 5. Safe-Hit, Model SH227GRD 6. Three D Traffic Works "Guardflex" TD9100 7. New Directions Mfg, NDM27 Steel Post Type 1. Carsonite, Model CFGR-327 RETROREFLECTIVE SHEETING Channelizers, Barrier Markers, and Delineators 1. Avery Dennison T-6500 Series (For rigid substrate devices only) 2. Avery Dennison WR-7100 Series 3. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 4. Reflexite, PC-1000 Metalized Polycarbonate 5. Reflexite, AC-1000 Acrylic 6. Reflexite, AP-1000 Metalized Polyester 7. Reflexite, Conformalight, AR-1000 Abrasion Resistant Coating 8. 3M, High Intensity Traffic Cones, 4-inch and 6-inch Sleeves 1. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 2. Reflexite, Vinyl, "TR" (Semi-transparent) or "Conformalight" 3. 3M Series 3840 4. Avery Dennison S-9000C Drums 1. Avery Dennison WR-6100 2. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 3. Reflexite, "Conformalight", "Super High Intensity" or "High Impact Drum Sheeting" 4. 3M Series 3810

1/08

4-26

PART 4/COUNTY

Barricades: Type I, Medium-Intensity (Typically Enclosed Lens, Glass-Bead Element) 1. Nippon Carbide Industries, CN8117 2. Avery Dennison, W 1100 series 3. 3M Series CW 44 Barricades: Type II, Medium-High-Intensity (Typically Enclosed Lens, Glass-Bead Element) 1. Avery Dennison, W-2100 Series Signs: Type II, Medium-High-Intensity (Typically Enclosed Lens, Glass-Bead Element) 1. Avery Dennison, T-2500 Series 2. Nippon Carbide Industries, Nikkalite 18000 Signs: Type III, High-Intensity (Typically Encapsulated Glass-Bead Element) 1. Avery Dennison, T-5500A and T-6500 Series 2. Nippon Carbide Industries, Nikkalite Brand Ultralite Grade II 3. 3M 3870 and 3930 Series Signs: Type IV, High-Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-6500 Series 2. Nippon Carbide Industries, Crystal Grade, 94000 Series 3. Nippon Carbide Industries, Model No. 94847 Fluorescent Orange 4. 3M Series 3930 and Series 3924S Signs: Type VI, Elastomeric (Roll-Up) High-Intensity, without Adhesive 1. Avery Dennison, WU-6014 2. Novabrite LLC, "Econobrite" 3. Reflexite "Vinyl" 4. Reflexite "SuperBright" 5. Reflexite "Marathon" 6. 3M Series RS20 Signs: Type VII, Super-High-Intensity (Typically Unmetallized Microprismatic Element) 1. 3M Series 3924S, Fluorescent Orange 2. 3M LDP Series 3970 Signs: Type VIII, Super-High-Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-7500 Series 2. Avery Dennison, T-7511 Fluorescent Yellow 3. Avery Dennison, T-7513 Fluorescent Yellow Green 4. Avery Dennison, W-7514 Fluorescent Orange 5. Nippon Carbide Industries, Nikkalite Crystal Grade Series 92800 6. Nippon Carbide Industries, Nikkalite Crystal Grade Model 92847 Fluorescent Orange Signs: Type IX, Very-High-Intensity (Typically Unmetallized Microprismatic Element) 1. 3M VIP Series 3981 Diamond Grade Fluorescent Yellow 2. 3M VIP Series 3983 Diamond Grade Fluorescent Yellow/Green 3. 3M VIP Series 3990 Diamond Grade 4. Avery Dennison T-9500 Series 1/08

4-27

PART 4/COUNTY

5. Avery Dennison, T9513, Fluorescent Yellow Green 6. Avery Dennison, W9514, Fluorescent Orange SPECIALTY SIGNS 1. Reflexite "Endurance" Work Zone Sign (with Semi-Rigid Plastic Substrate) ALTERNATIVE SIGN SUBSTRATES Fiberglass Reinforced Plastic (FRP) and Expanded Foam PVC 1. Fiber-Brite (FRP) 2. Sequentia, "Polyplate" (FRP) 3. Inteplast Group "InteCel" (0.5 inch for Post-Mounted CZ Signs, 48-inch or less)(PVC) Aluminum Composite, Temporary Construction Signs Only 1. Alcan Composites "Dibond Material, 80 mils" 2. Mitsubishi Chemical America, Alpolic 350 37. Relations with California Regional Water Quality Control Board This project lies within the boundaries of the San Diego Regional Water Quality Control Board (RWQCB). The California Regional Water Quality Control Board San Diego Region has issued to the County a permit that governs storm water and non-storm water discharges from the County’s properties, facilities, and activities. The County's Permit is entitled: “California Regional Water Quality Control Board San Diego Region Order No. R9-2007-0001, NPDES No. CAS0108758, Waste Discharge Requirements for Discharges of Urban Runoff from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds of the County of San Diego, the Incorporated Cities of San Diego County, the San Diego Unified Port District, and the San Diego County Regional Airport Authority.” Copies of the County’s Permit are available for review from the regional board at 9174 Sky Park Court, Suite 100, San Diego, CA 92123-4340, and may also be obtained from the SDRWQCB internet website at: http://www.swrcb.ca.gov/sandiego/water_issues/programs/stormwater/sd_stormwater.shtml The State Water Resources Control Board (SWRCB) adopted a new statewide general construction permit on September 2, 2009 entitled "National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities, Order No. 2009-0009-DWQ, NPDES No. CAS000002" and any amendments thereof. This permit regulates discharges of storm water and non-storm water from construction activities disturbing one acre or more of soil in a common plan of development. Copies of the statewide permit and modifications thereto are available for review from the SWRCB, Division of Water Quality, 1001 "I" Street, P.O. Box 100, Sacramento, California 95812-0100, Telephone fax: (916) 341-5463 and may also be obtained at: http://www.waterboards.ca.gov/water_issues/programs/stormwater/construction.shtml This project shall conform to the permits and modifications thereto. The Contractor shall maintain copies of the permits at the project site and shall make them available during construction. This project qualifies for the Environmental Protection Agency (EPA) Small Construction Erosivity Waiver since the site is between one and five acres in size and the R-factor is less than five (5). 1/08

4-28

PART 4/COUNTY

Small Construction Erosivity Waiver is allowed under the current statewide general permit issued by the SWRCB entitled, "National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities, Order No. 2009-0009-DWQ, NPDES No. CAS000002" and any amendments thereof. Copies of the statewide permit and modifications thereto are available for review from the SWRCB, Division of Water Quality, 1001 "I" Street, P.O. Box 100, Sacramento, California 95812-0100, Telephone fax: (916) 341-5463 and may also be obtained at: http://www.waterboards.ca.gov/water_issues/programs/stormwater/ The Contractor shall know and comply with provisions of Federal, State, and local regulations and requirements that govern the Contractor's operations and storm water and non-storm water discharges from the project site and areas of disturbance outside the project limits during construction. Attention is directed to Sections 7-1.01 "Laws to be Observed", 7-1.11, "Preservation of Property", and 7-1.12 "Indemnification and Insurance" of the Standard Specifications, as modified by the County. Water pollution control requirements shall apply to storm water and non-storm water discharges from areas outside the project site which are directly and exclusively related to construction activities for this contract including, but not limited to, material borrow areas, staging areas, storage yards and access roads. The Contractor shall implement, inspect and maintain the required BMPs for those areas. Installing, inspecting and maintaining BMPs on areas outside the County right of way not specifically arranged and provided for by the County for the execution of this contract, will not be paid for. Unless arrangements for disturbance of areas outside the project limits are made by the Department of Public Works and made part of this contract, it is expressly agreed that the County of San Diego assumes no responsibility whatsoever to the Contractor or property owner with respect to any arrangements made between the Contractor and property owner to allow disturbance of areas outside the project limits. The Contractor shall be responsible for penalties assessed on the Contractor or the County as a result of the Contractor's failure to comply with the provisions in "Water Pollution Control" of these special provisions or with the applicable provisions of the Federal, State, and local regulations and requirements. Penalties as used in this section shall include fines, penalties, and damages, whether proposed, assessed, or levied against the County or the Contractor, including those levied under the Federal Clean Water Act and the State Porter-Cologne Water Quality Control Act, by governmental agencies or as a result of citizen suits. Penalties shall also include payments made or costs incurred in settlement for alleged violations of applicable laws, regulations, or requirements. Costs incurred could include sums spent instead of penalties, in mitigation or to remediate or correct violations. WITHHOLDS The County will withhold money due the Contractor, in an amount estimated by the County, to include the full amount of penalties and mitigation costs proposed, assessed, or levied as a result of the Contractor's violation of the permits, or Federal or State law, regulations, or requirements. Funds will be withheld by the County until final disposition of these costs has been made. The Contractor shall remain liable for the full amount until the potential liability is finally resolved with the entity seeking the penalties. Instead of the withhold, the Contractor may provide a suitable bond in favor of the County to cover the highest estimated liability for any disputed penalties proposed as a result of the Contractor's violation of the permits, law, regulations, or requirements. 1/08

4-29

PART 4/COUNTY

If a regulatory agency identifies a failure to comply with the permits and modifications thereto, or other Federal, State, or local requirements, the County will withhold money due the Contractor, subject to the following: A. The County will give the Contractor 30 days notice of the County’s intention to withhold funds from payments which may become due to the Contractor before acceptance of the contract. Funds withheld after acceptance of the contract will be made without prior notice to the Contractor. B. No withholds of additional amounts out of payments will be made if the amount to be withheld does not exceed the amount being withheld from partial payments in accordance with Section 9-1.06, "Partial Payments," of the Standard Specifications. C. If the County has withheld funds and it is subsequently determined that the County is not subject to the entire amount of the costs and liabilities assessed or proposed in connection with the matter for which the withhold was made, the County will return the excess amount withheld to the Contractor in the progress payment following the determination. If the matter is resolved for less than the amount withheld, the County will pay interest at a rate of 6 percent per year on the excess withhold. The Contractor shall notify the Engineer immediately upon request from the regulatory agencies to enter, inspect, sample, monitor, or otherwise access the project site or the Contractor's records pertaining to water pollution control work. The Contractor and the County shall provide copies of correspondence, notices of violation, enforcement actions, or proposed fines by regulatory agencies to the requesting regulatory agency.

1/08

4-30

PART 4/COUNTY

PART V

SPECIAL PROVISIONS - TECHNICAL PROVISIONS

7/14

5-1

PART 5/COUNTY

COUNTY OF SAN DIEGO SPECIAL PROVISIONS FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE NO. 1012778 PART V. TECHNICAL PROVISIONS TABLE OF CONTENTS 1

WATER POLLUTION CONTROL ................................................................................... 4

2

CONSTRUCTION SITE MANAGEMENT .......................................................................22

3

TEMPORARY EROSION CONTROL .............................................................................37

4

TEMPORARY STABILIZED CONSTRUCTION ENTRANCE .........................................39

5

TEMPORARY FIBER ROLL ..........................................................................................40

6

TEMPORARY CONCRETE WASHOUT FACILITY (PORTABLE) .................................41

7

TEMPORARY GRAVEL BAG ........................................................................................42

8

MOBILIZATION .............................................................................................................44

9

TRAFFIC CONTROL .....................................................................................................44

10

ROADSIDE SIGNS ........................................................................................................44

11

PROJECT IDENTIFICATION SIGN ...............................................................................45

12

FIELD ORDERS.............................................................................................................45

13

CONCRETE MINOR STRUCTURES .............................................................................45

14

RESIDENT ENGINEER’S OFFICE ................................................................................46

15

CLEARING AND GRUBBING ........................................................................................47

16

EARTHWORK................................................................................................................49

17

EROSION CONTROL (TYPE D) ....................................................................................50

18

MOVE-IN/MOVE-OUT (EROSION CONTROL) ..............................................................53

19

ROCK SLOPE PROTECTION .......................................................................................54

20

AGGREGATE BASE .....................................................................................................54

21

ASPHALT CONCRETE TYPE B ....................................................................................55

22

FINISHING ROADWAY .................................................................................................58

23

REINFORCED CONCRETE PIPE ..................................................................................58

24

PLACE ASPHALT CONCRETE DIKE, TYPE E.............................................................59

25

OVERSIDE DRAIN ........................................................................................................60

5-2

PART 5/COUNTY

TABLE OF CONTENTS (Continued) 26

REINFORCEMENT ........................................................................................................60

27

REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING ...........................................60

28

REMOVE ASPHALT CONCRETE .................................................................................61

29

DISINTEGRATED GRANITE (STABILIZED) .................................................................61

30

PAINT TRAFFIC STRIPE AND PAINT PAVEMENT MARKING ....................................63

31

PAVEMENT MARKERS ................................................................................................65

32

AMENDED SOIL ............................................................................................................66

33

USFS SIGN RELOCATE ...............................................................................................67

34

CHAIN LINK FENCE......................................................................................................67

5-3

PART 5/COUNTY

COUNTY OF SAN DIEGO SPECIAL PROVISIONS FOR BUCKMAN SPRINGS ROAD AT OAK DRIVE INTERSECTION IMPROVEMENT PROJECT ORACLE NO. 1012778 PART V. TECHNICAL PROVISIONS

1

WATER POLLUTION CONTROL

GENERAL Summary Water pollution control work shall conform to the provisions in Section 7-1.01G, “Water Pollution”, of the Standard Specifications. Water pollution control work activities allow for discharges of stormwater from a project to be in compliance with “National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities, Order No. 2009-009-DWQ, NPDES No. CAS000002” and “California Regional Water Quality Control Board San Diego Region Order No. R9-2007-0001, NPDES No. CAS0108758, Waste Discharge Requirements for Discharges of Urban Runoff from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds of the County of San Diego, the Incorporated Cities of San Diego County, the San Diego Unified Port District, and the San Diego County Regional Airport Authority”. The Contractor shall manage construction activities to reduce the discharge of pollutants to surface waters, groundwater, or municipal separate storm sewer systems including: 1. Prepare a Storm Water Pollution Prevention Plan (SWPPP) including obtaining SWPPP acceptance, amending SWPPP, preparing a Construction Site Monitoring Program (CSMP) and a Sampling and Analysis Plan (SAP), monitoring and inspecting BMPs at the job site. 2. Stormwater Sampling and Analysis including reporting of stormwater quality per qualifying rain event. If specified for risk level, work includes preparation, collection, analysis, and reporting of stormwater samples for turbidity, pH, and other constituents. 3. Prepare Stormwater Annual Report including certifications, monitoring and inspection results, and obtaining Annual Report acceptance 4. If specified for risk level, prepare a Rain Event Action Plan (REAP) which includes preparing and submitting REAP forms and monitoring weather forecasts. The Contractor shall not begin work until: 1. SWPPP is accepted, and 2. Waste Discharge Identification Number (WDID) is issued THIS JOB IS RISK LEVEL: 1

5-4

PART 5/COUNTY

Definitions Active and Inactive Areas: 1. Active areas have soil disturbing work activities occurring at least once within 10 calendar days 2. Inactive areas have not been disturbed for at least 11 calendar days BMPs: Best Management Practices are water pollution control practices Construction Phase: These are: 1. Highway Construction including work activities for building or maintaining roads and structures 2. Plant Establishment including maintenance on vegetation installed for final stabilization 3. Suspension where work activities are suspended and areas are inactive CSMP: Construction Site Monitoring Program. NAL: Numeric Action Level NEL: Numeric Effluent Limit SWPPP Template: The County’s "Storm Water Pollution Prevention Plan” Template in effect at the time of bid opening. QSD: Qualified SWPPP Developer QSP: Qualified SWPPP Practitioner REAP: Rain Event Action Plan. RWQCB: Regional Water Quality Control Board. SAP: Sampling and Analysis Plan SWRCB: State Water Resources Control Board. SWPPP: Storm Water Pollution Prevention Plan. WPC: Water Pollution Control WPC Manager: Water Pollution Control Manager. The WPC manager implements water pollution control work described in the SWPPP and oversees revisions and amendments to the SWPPP. Submittals Within14 working days after Notice to Proceed (NTP) is issued, the Contractor shall follow this process for SWPPP acceptance: 1. Submit 3 copies of the SWPPP and allow 10 working days for the Engineer's review. If revisions are required, the Engineer provides comments and specifies the date that the review stopped 2. Change and resubmit the SWPPP within 5 working days of receipt of the Engineer's comments. The Engineer's review resumes when the complete SWPPP is resubmitted 3. When the Engineer accepts the SWPPP, submit an electronic and 4 printed copies of the accepted SWPPP. Electronic copy shall be in PDF format and include all signed signature pages, Water Pollution Control Drawings, etc. 4. Once the Engineer receives the copies of the accepted SWPPP, the Engineer shall have 10 working days for enrollment of the project. If the Engineer fails to complete the review and enroll the project within the time allowed and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer’s delay, the Contractor will be granted a non-compensable extension of time, as provided for in Section 8-1.09, “Right of Way Delays,” of the Standard Specifications. 5. If the Engineer requests changes to the SWPPP based on RWQCB comments, amend the SWPPP within 5 working days

5-5

PART 5/COUNTY

The Contractor shall submit stormwater training records as follows: 1. Include training dates and subject for employees and subcontractors. Include dates and subject for ongoing training, including tailgate meetings. 2. Employee training records: 2.1. Within 5 working days of SWPPP acceptance for existing employees 2.2. Within 5 working days of training for new employees 2.3. At least 5 working days before subcontractors start work for subcontractor's employees The Contractor shall prepare a Stormwater Annual Report for the reporting period of July 1 to June 30: 1. If construction occurs from July 1 through June 30, submit to Engineer no later than July 15 for the prior reporting period 2. If construction ends before June 30, then submit to Engineer within 15 calendar days after completion of all work on the contract. The Contractor shall follow this process for Stormwater Annual Report submittal: 1. Submit 2 copies of the Stormwater Annual Report and allow 10 working days for the Engineer's review. If revisions are required, the Engineer provides comments and specifies the date that the review stopped. 2. Change and resubmit the Stormwater Annual Report within 5 working days of receipt of the Engineer's comments. The Engineer's review resumes when the complete Stormwater Annual Report is resubmitted. 3. When the Engineer accepts the Stormwater Annual Report, insert the WPC manager’s signed certification and the Engineer’s signed certification. The contractor shall submit an electronic and 2 printed copies of the accepted Stormwater Annual Report. Electronic copy shall be in PDF format. The Contractor shall submit as required: 1. NAL Exceedance Reports 2. NEL Exceedance Reports 3. Visual Monitoring Reports 4. Inspection Reports 5. BMP Status Report At least 5 working days before operating a construction support facility, the Contractor shall submit: 1. A plan showing the location and quantity of BMPs associated with the construction support facility 2. If the Contractor operates a batch plant or crushing plant under the General Industrial Permit, submit a copy of: 2.1. Notice of Intent (NOI) approved by the RWQCB 2.2. Storm Water Pollution Prevention Plan (SWPPP) approved by the RWQCB

5-6

PART 5/COUNTY

Quality Control and Assurance Training The Contractor shall provide storm water training for: 1. Project managers 2. Supervisory personnel 3. Employees involved with WPC work Before the start of job activities, the Contractor shall train all employees, including subcontractor’s employees, in the following subjects: 1. WPC rules and regulations 2. Implementation and maintenance for: 2.1. Temporary Soil Stabilization 2.2. Temporary Sediment Control 2.3. Tracking Control 2.4. Wind Erosion Control 2.5. Material pollution prevention and control 2.6. Waste management 2.7. Non-storm water management 2.8. Identifying and handling hazardous substances 2.9. Potential dangers to humans and the environment from spills and leaks or exposure to toxic or hazardous substances Employees of the Contractor shall receive initial WPC training prior to working on the job. The Contractor shall conduct weekly training meetings covering: 1. WPC best management practices (BMPs) deficiencies and corrective actions 2. BMPs that are required for work activities during the week 3. Spill prevention and control 4. Material delivery, storage, use, and disposal 5. Waste management 6. Non-storm water management procedures Training for personnel to collect water quality samples must include: 1. SAP review 2. Health and safety review 3. Sampling simulations If the Contractor operates construction support facilities, then the Contractor must protect storm water systems or receiving waters from the discharge of potential pollutants by using BMPs. Construction support facilities include: 1. Staging areas 2. Storage yards for equipment and materials 3. Mobile operations 4. Batch plants for PCC, AC and HMA 5. Crushing plants for rock and aggregate 6. Other facilities installed for the Contractor’s convenience such as haul roads If the Contractor operates a batch plant to manufacture PCC, AC, HMA, or other material; or a crushing plant to produce rock or aggregate; then the Contractor must obtain coverage under

5-7

PART 5/COUNTY

the Industrial General Permit. The Contractor must be covered under the General Industrial Permit for batch plants and crushing plants located: 1. Outside of the jobsite 2. Within the jobsite that serve one or more contracts Discharges from manufacturing facilities such as batch plants must comply with the general waste discharge requirements for “California Regional Water Quality Control Board San Diego Region Order No. R9-2007-0001, NPDES No. CAS0108758, Waste Discharge Requirements for Discharges of Urban Runoff from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds of the County of San Diego, the Incorporated Cities of San Diego County, the San Diego Unified Port District, and the San Diego County Regional Airport Authority” and “State Water Resources Control Board Water Quality Order No. 97-03-DWQ, NPDES General Permit No. CAS000001”, issued by the State Water Resources Control Board (SWRCB) for "Discharges of Storm Water Associated With Industrial Activities Excluding Construction Activities". Permits are available at: http://www.waterboards.ca.gov/ The SWPPP Template is available at: http://www.sandiegocounty.gov/content/sdc/dpw/engineering/swppp/swppp.html Water Pollution Control Manager The Contractor shall designate one WPC manager to implement the SWPPP. The WPC manager must comply with the Permit (Order No. 2009-009-DWQ, NPDES No. CAS000002) qualifications for QSP and/or QSD. The Contractor shall make the designation in writing and submit a statement of qualifications describing the training, work history, and expertise of the proposed WPC manager. The Contractor may assign a different QSD to prepare the SWPPP and SWPPP amendments. The Qualified SWPPP Developer (QSD) and Qualified SWPPP Practitioner (QSP) must meet the qualifications required by the Permit (Order No. 2009-0009-DWQ, NPDES No. CAS000002). At the job site, the WPC manager must: 1. Be responsible for WPC work 2. Be primary contact for WPC work 3. Oversee the maintenance of BMPs 4. Oversee and enforce hazardous waste management practices 5. Have authority to mobilize crews to make immediate repairs to BMPs 6. Ensure that all employees have current water pollution control training 7. Implement the accepted SWPPP and amend the SWPPP when required. 8. Comply with all elements of Order No. 2009-009-DWQ, NPDES No. CAS000002, and any amendments thereof. The WPC manager must oversee: 1. Inspections of BMPs identified in the SWPPP 2. Inspections for visual monitoring 3. Preparation and implementation of REAPs 4. Sampling and analysis 5. NAL exceedance reports 6. NEL exceedance reports

5-8

PART 5/COUNTY

7. SWPPP annual certification 8. Annual reports 9. BMP status reports The Contractor shall be responsible for penalties assessed on the Contractor or the County as a result of the Contractor’s failure to comply with the provisions herein or with applicable provisions of Federal, State,and local regulations and requirements. The County reserves the right to have the WPC manager or QSP removed for failure to comply with these provisions, regulations and requirements. STORM WATER POLLUTION PREVENTION PLAN This work includes preparing SWPPP including CSMP, obtaining SWPPP acceptance, amending SWPPP, inspecting and reporting on BMPs at the job site. If specified by risk level, work includes preparing REAP. The SWPPP must substantially comply with the SWPPP Template and Regional and General Construction permits and these special provisions. The SWPPP must be submitted in place of the water pollution control program required by the provisions in Section 7-1.01G, "Water Pollution," of the Standard Specifications. The SWPPP must include a site map. The site map must include: a. the project’s surrounding area (vicinity) b. Site layout c. Construction site boundaries d. Drainage areas e. Discharge locations f. Sampling locations g. Areas of soil disturbance (temporary or permanent) h. Active areas of soil disturbance (cut or fill) i. Locations of all runoff BMPs j. Locations of all erosion control BMPs k. Locations of all sediment control BMPs l. ATS location (if applicable) m. Locations of sensitive habitats, watercourses, or other features which are not to be disturbed n. Locations of all post-construction BMPs o. Locations of storage areas for waste, vehicles, service, loading/unloading of materials, access (entrance/exits) points to construction site, fueling, and water storage, water transfer for dust control and compaction practices. The Contractor shall update the site map on a continuous basis to reflect the current BMP status present at the job site. A copy of the updated site map shall be submitted to the Engineer on the 1st of every month. A water pollution control plan has been prepared for this project by the County and is included with the construction project plans. The water pollution control plan provided is a conceptual plan. This conceptual plan may be used by the Contractor for developing the SWPPP. The conceptual plan prepared by County does not include details for phases or stages of construction. The Contractor shall prepare and include in the Contractor’s SWPPP separate details for each phase or stage of construction, if any, shown or described in the contract documents, and any additional details, phases or stages planned by Contractor.

5-9

PART 5/COUNTY

The Contractor may request or the Engineer may order changes to the WPC work. Changes may include addition of new BMPs not included in the original contract. Additional WPC work approved by the Engineer will be paid for as extra work in accordance with Section 4-1.03, "Extra work," of the Standard Specifications. The SWPPP includes sections as specified for risk level: 1. Risk level 1: 1.1. Schedule 1.2. CSMP 1.3 REAP (during October 1-April 30) 2. Risk level 2: 2.1. Schedule 2.2. CSMP 2.3. Adherence to Effluent Standards: 2.3.1. NALs 2.4. REAP 3. Risk level 3: 3.1. Schedule 3.2. CSMP 3.3. Adherence to Effluent Standards: 3.3.1. NALs 3.3.2. NELs 3.4. REAP The SWPPP must include BMPs: 1. For storm water and non-storm water from areas outside of the job site related to project work activities such as: 1.1. Staging areas. 1.2. Storage yards. 1.3. Access roads. 2. For activities or mobile operations related to contractor obtained NPDES permits. 3. Construction support facilities The SWPPP must include a copy of permits obtained by the County such as Fish & Game permits, US Army Corps of Engineers permits, RWQCB 401 Certifications, and RWQCB Waste Discharge Requirements for Aerially Deposited Lead Reuse, or any other related permits. The Contractor must amend the SWPPP and submit to the Engineer for acceptance when: 1. Changes in work activities that may affect the discharge of pollutants 2. BMPs are added by change order work 3. BMPs are added at the Contractor’s discretion 4. Changes in the amount of disturbed soil are substantial 5. Objectives for reducing or eliminating pollutants in stormwater discharges have not been achieved 6. There is a Permit violation When the Contractor amends the SWPPP, the same submittal process specified for SWPPP acceptance shall be followed.

5-10

PART 5/COUNTY

The Contractor shall maintain a printed copy of the approved SWPPP and approved amendments at the job site. Copies of the approved SWPPP and approved amendments shall be made available when requested by a representative of the Regional Water Quality Control Board, State Water Resources Control Board, USEPA, or the local storm water management agency. Requests from the public shall be directed to the Engineer. SWPPP Schedule The SWPPP schedule must: 1. Describe when work activities will be performed that could cause the discharge of pollutants in stormwater 2. Describe BMPs associated with construction phases and/or stages. 3. Identify soil stabilization and sediment control practices for disturbed soil area 4. Includes dates when these BMPs will be 25, 50, and 100 percent complete. The SWPPP schedule shall be updated to reflect changes in the Contractor’s operations that would affect the necessary implementation of the BMPs. Construction Site Monitoring Program (CSMP) The QSD must prepare a CSMP as part of the SWPPP. The CSMP must be developed before beginning work and revised as needed to reflect current construction activities. The CSMP includes sections as specified for risk level: 1. Risk level 1: 1.1. Visual Monitoring 1.2. SAP for Non-Visible Pollutants 2. Risk level 2: 2.1. Visual Monitoring 2.2. SAP for Non-Visible Pollutants 2.3. SAP for turbidity 2.4. SAP for pH 3. Risk level 3: 3.1. Visual Monitoring 3.2. SAP for Non-Visible Pollutants 3.3. SAP for turbidity 3.4. SAP for pH 3.5. Receiving Water Sampling (if applicable) 3.6. SAP for temporary active treatment systems 3.7 Any additional parameters as required by the Regional Board. 3.8 Bioasessment (if applicable) Visual Monitoring The WPC manager must oversee the performance of visual inspections for qualifying rain events. A qualifying rain event is any event that produces 0.5 inches or more precipitation with a 48 hour or greater period between rain events. For each qualified rain event, the Contractor shall perform visual inspections and record observations: 1. During working hours 2. Record the time, date, and rain gauge reading

5-11

PART 5/COUNTY

3. Within 2 calendar days before the storm, observe: 3.1 Drainage areas for spills, leaks, or uncontrolled pollutants 3.2. Proper implementation of BMPs 3.3. Stormwater storage areas for leaks and adequate freeboard 4. Every 24 hours during the storm, observe: 4.1 BMPs for effective operation 4.2. BMPs needing maintenance and repair 5. Within 2 calendar days after the storm event, observe 5.1 Discharge locations 5.2 BMPs to evaluate the design, implementation, and effectiveness 5.3 To identify where additional BMPs may be needed The Contractor shall perform non-stormwater discharge visual inspections: 1. At least once during each of these periods: 1.1. January through March 1.2. April through June 1.3. July through September 1.4. October through December 2. Observe for the presence of floating and suspended materials, sheen on the surface, discoloration, turbidity, odors, and sources of observed pollutants for flowing and contained stormwater 3. Observe the job site for the presence of authorized and unauthorized non-stormwater discharges and their sources A visual inspection report must include: 1. Name of personnel performing the inspection, inspection date and date inspection report completed. 2. Storm and weather conditions 2. Locations and observations 3. Corrective actions taken The Contractors shall maintain written reports of visual inspections on the job site as part of the SWPPP. Sampling and Analysis General The Contractor shall include Sampling and Analysis Plan (SAP) in the CSMP to monitor the effectiveness of BMPs. The SAP must comply with the SWPPP Template, for the appropriate risk level. The SAP must comply with the Permit (Order No. 2009-009-DWQ, NPDES No. CAS000002) The Contractor shall assign trained personnel to collect water quality samples. Document the personnel and training in the SAP. The Contractor shall describe the following water quality sampling procedures in the SAP: 1. Sampling equipment 2. Sample preparation 3. Collection 4. Field measurement methods 5. Analytical methods

5-12

PART 5/COUNTY

6. Quality assurance and quality control 7. Sample preservation and labeling 8. Collection documentation 9. Sample shipping 10. Chain of custody 11. Data management and reporting 12. Precautions from the construction site health and safety plan 13. Laboratory selection and certifications When assigned field personnel take samples, they must comply with equipment manufacturer's recommendation for collection, analysis methods, and equipment calibration and document sample collection Samples taken for laboratory analysis must follow water quality sampling procedures and be analyzed by a State-certified laboratory under 40 CFR Part 136 "Guidelines Establishing Test Procedures for the Analysis of Pollutants". The SAP must identify the State-certified laboratory, sample containers, preservation requirements, holding times, and analysis method. For a list of State-certified laboratories go to: http://www.cdph.ca.gov/certlic/labs/Pages/ELAP.aspx The Contractor must obtain, properly install and maintain a rain gauge on the job site. Observe and record daily precipitation. At a minimum, the type of rain gauge should be equivalent to a Stratus rain gauge. Information relating to the Stratus rain gauge can be obtained at: http://www.weatheryourway.com/raingaugebrochure.htm The Contractor shall document sample collection during precipitation. The Contractor is not required to physically collect samples under these conditions: 1. During dangerous weather conditions such as flooding or electrical storms 2. Outside of scheduled working hours The Contractor shall retain water quality sampling documentation and analytical results with the SWPPP at the job site. The Contractor shall show pollutant sampling locations on SWPPP drawings. The Contractor shall amend the SAP if discharges or sampling locations change because of changed work activities or knowledge of site conditions. If the job is risk level 2 or risk level 3 then the Contractor must collect and analyze at least 3 samples for each day of each qualifying rain event. Collect effluent samples at all locations where the stormwater is discharged off-site. Analytical Results and Evaluation The Contractor shall submit to the Engineer an electronic copy and a printed copy of water quality analytical results, and quality assurance and quality control within 48 hours of field analysis sampling, and within 30 calendar days for laboratory analysis. See additional requirements under “Reporting Requirements” for NAL Exceedance Report and NEL Violation

5-13

PART 5/COUNTY

Report. The Contractor shall also provide an evaluation of whether the downstream samples show levels of the tested parameter higher than in the control sample. Electronic results (in file format .xls, .txt, .csv, .dbs, or .mdb) must have the following information: 1. Sample identification number 2. Contract number 3. Constituent 4. Reported value 5. Analytical method 6. Method detection limit 7. Reported limit If downstream samples show increased levels, the Contractor shall assess BMPs, site conditions, and surrounding influences to determine the probable cause for the increase. The contractor shall adjust BMPs to reduce levels. SAP for Non-Visible Pollutants The SAP must include description of sampling and analysis strategy for monitoring non-visible pollutants. The SAP must identify potential non-visible pollutants present at the job site associated with any of the following: 1. Construction materials and wastes 2. Existing contamination due to historical site usage 3. Application of soil amendments, including soil stabilization materials, with the potential to change pH or contribute toxic pollutants to storm water The SWPPP drawings must show the locations planned for storage and use of potential nonvisible pollutants. The SAP must include sampling procedures for the following conditions when observed during a storm water visual inspection. For each of the following, collect at least one sample for each qualifying storm event: 1. Materials or wastes containing potential non-visible pollutants that are not stored under watertight conditions. 2. Materials or wastes containing potential non-visible pollutants that are stored under watertight conditions, but a breach, leakage, malfunction, or spill is observed; the leak or spill has not been cleaned up before precipitation; and material or waste could discharge non-visible pollutants to surface waters or drainage system. 3. Chemical applications, including fertilizer, pesticide, herbicide, methyl methacrylate concrete sealant, or non-pigmented curing compound that occurred during precipitation or within 24 hours preceding precipitation, and could discharge pollutants to surface waters or drainage system. 4. Applied soil amendments, including soil stabilization materials that could change pH levels or contribute toxic pollutants to storm water runoff and discharge pollutants to surface waters or drainage system (unless available independent test data indicates acceptable concentrations of non-visible pollutants in the soil amendment). 5. Storm water runoff from an area contaminated by historical usage of the site that could discharge pollutants to surface waters or drainage system.

5-14

PART 5/COUNTY

The SAP must provide sampling procedures and schedule for: 1. Sample collection during the first 2 hours of rain events that generate runoff 2. Sample collection during working hours 3. Each non-visible pollutant source 4. Uncontaminated control sample The SAP must identify locations for sampling downstream and control samples, and reasons for selecting those locations. Select control sample location so that the sample does not come in contact with materials, wastes or areas associated with potential non-visible pollutants or disturbed soil areas. SAP for Sediment and Turbidity If the job is risk level 2 or risk level 3, then the Contractor shall sample and analyze for turbidity: Parameter

Turbidity

Test Method

EPA 0180.1 and/or field test with calibrated portable instrument

Detection Limit (Min) 1

Unit

NTU

If the job is risk level 3 and the turbidity NEL has been exceeded, then the Contractor shall sample and analyze for suspended sediment concentration (SSC): Parameter

SSC

Test Method

ASTM D3977-97

Method

Detection Limit (Min) 5

Unit

Mg/L

SAP for pH If the job is risk level 2 or risk level 3, then the Contractor shall sample and analyze for pH: Parameter

pH

Test Method

Field test with calibrated portable instrument

Detection Limit (Min) 0.2

Unit

pH units

Receiving Water Sampling If the job is risk level 3, then the Contractor shall obtain samples from representative and accessible locations for: 1. Upstream of the discharge point 2. Downstream of the discharge point The Contractor shall show receiving water sampling locations on SWPPP drawings.

5-15

PART 5/COUNTY

If there are several discharge points, then the Contractor shall obtain samples from a single upstream and a single downstream location. IMPLEMENTATION REQUIREMENTS The Contractor shall install BMPs as per the approved SWPPP prior to start of any soil disturbing activities or work that may cause water pollution. The Contractor shall monitor the National Weather Service Forecast Office on a daily basis during the contract. Appropriate BMPs shall be in place before precipitation. For forecasts, go to: http://www.srh.noaa.gov/forecast If the Contractor, QSP, or the Engineer identifies a deficiency in the implementation of the accepted SWPPP: 1. Correct the deficiency immediately, unless the Engineer authorizes an agreed date for correction. 2. Correct the deficiency before precipitation occurs. If the Contractor fails to correct the deficiency by the agreed date or before the onset of precipitation, the County may correct the deficiency and permanently deduct the cost of correcting the deficiency from payments due to contractor. If the Contractor fails to comply with this section, "Water Pollution Control," the Engineer will order the suspension of work until the project complies with the requirements of this section. Continue SWPPP implementation during any temporary suspension of work activities. The Contractor shall construct permanent water pollution control items identified in the SWPPP as specified in “Order of Work” of these special provisions. The Contractor shall maintain the permanent water pollution control items in the locations and condition shown on the plans throughout the duration of the project. Numeric Action Levels (NALs) If the job is risk level 2 or risk level 3, then it is subject to NALs: Parameter

pH

Turbidity

Test Method

Field test with calibrated portable instrument EPA 0180.1 and/or field test with calibrated portable instrument

Detection Limit (Min) 0.2

Unit

Numeric Action Level

pH units

Lower NAL = 6.5 Upper NAL = 8.5

1

NTU

250 NTU

Numeric Effluent Limits (NELs) If the job is risk level 3, then it is subject to NELs:

5-16

PART 5/COUNTY

Parameter

pH

Turbidity

Test Method

Field test with calibrated portable instrument EPA 0180.1 and/or field test with calibrated portable instrument

Detection Limit (Min) 0.2

Unit

Numeric Effluent Limit

pH units

Lower NEL = 6.0 Upper NEL = 9.0

1

NTU

500 NTU

The storm event daily average for storms up to the 5-year, 24-hour (10-year, 24-hour with ATS) storm must not exceed the NEL for turbidity. The daily average sampling results must not exceed the NEL for pH. Inspection and Maintenance The WPC manager must oversee inspections for BMPs identified in the SWPPP: 1. Before a forecasted storm 2. After precipitation that causes site runoff 3. At 24-hour intervals during extended precipitation 4. On a predetermined schedule, a minimum of once a week The WPC manager must oversee daily inspections for: 1. Storage areas for hazardous materials and wastes 2. Hazardous waste disposal and transporting activities 3. Hazardous material delivery and storage activities 4. BMPs specified under construction site management The WPC manager must use the Storm Water Site Inspection Report provided in the SWPPP Template. Copies of the completed inspection reports shall be submitted to the Engineer within 2 days after the date of inspection. The WPC manager must submit the BMP status report to the engineer. This report must include: 1. Location and quantity of installed BMPs 2. Location and quantity of disturbed soil for the active or inactive area Within 24 hours of finishing the weekly inspection, the WPC manager must submit to the Engineer: 1. Copy of completed site inspection report 2. Copy of BMP status report Rain Event Action Plan (REAP) The Contractor shall prepare a REAP when precipitation is predicted by the National Weather Service to occur within 72 hours and have the probability of at least 50 percent. The WPC manager must provide a written Rain Event Action Plan (REAP) to protect the jobsite at least 72 hours before a predicted rain event for Risk Level 2 or 3 projects.

5-17

PART 5/COUNTY

The REAP must comply with the SWPPP Template and shall include the following: 1. Site location 2. Risk level 3. Contact information including 24-hour emergency phone numbers for: 3.1 WPC manager 3.2. Erosion and sediment control providers or subcontractors 3.3. Storm water sampling providers or subcontractors 4. Storm Information 5. Construction phase: 5.1 Highway Construction including active and inactive areas for work activities for building roads and structures 5.2. Plant Establishment including maintenance on vegetation installed for final stabilization where areas are inactive 5.3. Suspension where work activities are suspended and areas are inactive 6. Construction phase information including: 6.1 Construction activities 6.2. Subcontractors and trades on the job site 6.3. Pre-storm activities including: 6.3.1. Responsibilities of the WPC manager 6.3.2. Responsibilities of the crew and crew size 6.3.3. Stabilization for active and inactive disturbed soil areas 6.3.4. Stockpile management 6.3.5. Corrective actions for deficiencies identified during pre-storm visual inspection 6.4. Activities to be done during storm events including: 6.4.1. Responsibilities of the WPC manager 6.4.2. Responsibilities of the crew and crew size 6.4.3. BMP maintenance and repair 6.5. Description of flood contingency measures In order to provide effective erosion control, the Contractor may be directed by the Engineer to apply permanent erosion control in small or multiple units. The Contractor’s attention is directed to "Erosion Control (Type C)", "Erosion Control (Type D)" and "Move-In/Move-Out (Erosion Control)" of these special provisions. The Contractor must have the REAP onsite at least 48 hours before a predicted rain event. A printed copy of each REAP must be at the job site as part of the SWPPP. The Contractor must implement the REAP including mobilizing crews to complete activities no later than 24 hours before precipitation occurs. The Contractor must implement the REAP including mobilizing crews to complete activities no later than 48 hours before precipitation occurs if the disturbed area is in excess of 5 acres. REPORTING REQUIREMENTS Annual Report The WPC manager shall prepare a Stormwater Annual Report for the reporting period of July 1 to June 30:

5-18

PART 5/COUNTY

1. If construction occurs from July 1 through June 30, submit to Engineer no later than July 15 for the prior reporting period 2. If construction ends before June 30, then submit to Engineer within 15 calendar days after completion of all work on the contract. The Stormwater Annual Report must: 1. Use approved report format provided in SWPPP Template. 2. Include project information including description and location 3. Include stormwater monitoring information including: 3.1. Summary and evaluation of sampling and analysis results including laboratory reports 3.2. Analytical methods, reporting units, detections limits for analytical parameters 3.3. Summary of corrective actions 3.4. Identification of corrective actions or compliance activities that were not implemented 3.5. Summary of violations 3.6. Names of individuals doing stormwater inspections and sampling 3.7. Logistical information for inspections and sampling including location, date, time, and precipitation 3.8. Visual observation and sample collection records 4. Include documentation on training for: 4.1. Individuals responsible for NPDES permit compliance 4.2. Individuals responsible for BMP installation, inspection, maintenance, and repair 4.3. Individuals responsible for preparing, revising, and amending the SWPPP NAL Exceedance Report If the job is risk level 2 or risk level 3 and an effluent sample exceeds an NAL, then the Contractor must notify the Engineer in writing and submit a NAL Exceedance Report in accordance with the SWPPP Template: 1. No later than 48 hours after the conclusion of the storm event 2. Include field sampling results and inspections: 2.1. Analytical methods, reporting units, and detection limits 2.2. Date, location, time of sampling, visual observation and measurements 2.3. Quantity of precipitation of the storm event 3. Description of the BMPs and corrective actions taken to manage the NAL Exceedance NEL Violation Report If the job is risk level 3 and an NEL is exceeded, then the Contractor must notify the Engineer in writing and submit a NEL Violation Report in accordance with the SWPPP Template: 1. Within 4 hours of sample being taken 2. Include field sampling results and inspections: 2.1. Analytical methods, reporting units, and detection limits 2.2. Date, location, time of sampling, visual observation and measurements 2.3. Quantity of precipitation of the storm event 3. Description of the BMPs and corrective actions taken to manage the NEL Exceedance If the job is risk level 2 or risk level 3, the Contractor shall submit all sampling results to the Engineer no later than 48 hours after the conclusion of the storm event. Non-Storm Water Discharge

5-19

PART 5/COUNTY

The Contractor shall notify the Engineer at least 5 days in advance of first-time non-storm water discharge event, excluding exempted discharges. The Contractor shall notify the Engineer of the operations causing non-storm water discharges and shall obtain field approval for first-time non-storm water discharges. Non-storm water discharges shall be monitored at first-time occurrences and routinely thereafter. BMP MAINTENANCE Upon completion of work the contractor shall continue to maintain all storm water BMPs, temporary or permanent, as shown in the contract and in the approved SWPPP and/or amendments. The BMP maintenance period shall be for 90 calendar days commencing the first day after the engineer has provided written notification to the Contractor that all work excluding BMP maintenance has been accepted. The BMP maintenance period may be increased or decreased and will be terminated upon approval of the Notice of Termination by the State Regional Water Quality Control Board. All requirements of these special provisions including WPCM responsibilities, inspections and reporting shall continue through the BMP maintenance period. All deficiencies, as determined by the WPCM or the Engineer, found during the BMP maintenance period, shall be corrected immediately. During the BMP maintenance period, the contractor shall furnish sufficient workers and equipment on a daily basis to perform the work required by this section. Any day when the contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, the day will not be credited as one of the BMP maintenance days and the BMP maintenance period will be extended accordingly. Liquidated damages will be assessed for every day the contractor delays the completion of the BMP maintenance period, in accordance with Section 8-1.07, “Liquidated Damages”, of the Standard Specifications and Part IV, Section 2, “Beginning of Work, Time of Completion and Liquidated Damages” of these contract documents. PAYMENT During each estimate period that the Contractor fails to conform to the provisions in this section, "Water Pollution Control," or fails to implement the BMPs shown on the plans, in the approved SWPPP, or specified elsewhere in these special provisions as items of work, the County will withhold 25 percent of the progress payment. Failure to implement BMPs may include, but are not limited to, the following: • Observation of non-storm water discharges without proper BMP implementation • Observation of erosion due to missing or improperly implemented soil stabilization and sediment control BMPs • Failure to amend the approved SWPPP when a change in project conditions occurs or when BMP deficiencies are identified • Failure to amend the approved ATS Plan (if applicable) when a change in project conditions occurs or when BMP deficiencies are identified • Failure to implement required erosion and sediment control BMPs on active and/or inactive disturbed soil areas. • Failure to maintain a stockpile of BMPs required for Phase Based “Rain Event Action Plans” and for installation and implementation prior to a rain event. • Failure to submit and/or implement a Phase Based “Rain Event Action Plan” • Failure to submit an acceptable Storm Water Annual Report

5-20

PART 5/COUNTY

• • • • • • • •

Failure to maintain BMPs in the field Failure to perform and provide documentation of appropriate site inspections Failure to install or maintain BMPs as described in the approved SWPPP and in the Construction Site Maintenance section of these Special Provisions Failure to file a Notice of Discharge within the prescribed time frame. Violation of applicable Numeric Effluent Limitation standards described within the approved SWPPP and within these Special Provisions. Failure to implement the required corrective actions necessitated by exceedance of Numeric Action Limits and Numeric Effluent Limitation described within the approved SWPPP and within these Special Provisions. Failure to monitor and sample for each qualifying rain event. Failure to correct BMP deficiencies within the timelines specified.

No additional compensation will be made for temporary suspension of work due to the contractor’s failure to comply with the requirements of this section, "Water Pollution Control." Withholds for failure to perform WPC work are in addition to all other withholds provided for in the contract. The County returns performance-failure withholds in the progress payment following the correction for noncompliance, except for the costs of corrective work performed by the County. The contract lump sum price paid for Prepare Storm Water Pollution Prevention Plan (SWPPP) includes full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in preparing, obtaining acceptance of, and amending the SWPPP and CSMP, inspecting BMPs, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. For projects with 60 working days or less, or 90 calendar days or less, payments for SWPPP are made as follows: 1. After the Engineer accepts the SWPPP, the County includes 75 percent of the bid item price in the monthly progress estimate. 2. After contract acceptance in conformance with the provisions in Section 7-1.17, “Acceptance of Contract”, of the Standard Specifications, the County pays for the remaining percentage of the bid item price, in conformance with the provisions in Section 9-1.07A, “Payment Prior to Proposed Final Estimate” of the Special Provisions. For projects with more than 60 working days, or more than 90 calendar days, payments for SWPPP are made as follows: 1. After the Engineer accepts the SWPPP, the County includes up to 50 percent of the bid item price in the monthly progress estimate. 2. The County pays 40 percent of the bid item price over the life of the contract 3. After contract acceptance in conformance with the provisions in Section 7-1.17, “Acceptance of Contract” the County pays for the remaining 10 percent of the bid item, in conformance with provisions in Section 9-1.07A, “Payment Prior to Proposed Final Estimate” of the Special Provisions. The County will pay $500 for each Rain Event Action Plan (REAP) submitted and accepted by the Engineer. The contract unit price of $500 paid for REAP includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work

5-21

PART 5/COUNTY

involved in preparation and submittal of REAP forms, and monitoring weather forecasts as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Failure to submit any REAP is considered a performance failure. The County will pay $2,000 for each Stormwater Annual Report submitted and accepted by the Engineer and The RWQCB. The contract unit price of $2,000 paid for Stormwater Annual Report includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in preparation and submittal of forms, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Failure to submit any Stormwater Annual Report is considered a performance failure. The contract price paid per day of Stormwater Sampling and Analysis includes full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all the work involved in obtaining and analyzing samples as specified in the Standard Specifications and these special provisions and as directed by the Engineer. The contract price paid per day for BMP Maintenance Period (60 days) shall include full compensation for furnishing all labor, materials, tools, equipment , and incidentals, and for doing all the work involved in BMP maintenance after acceptance of work, including the cost of all materials, labor, fees, water, equipment, as described in these special provisions, and as directed by the Engineer. Payment for the preparation, collection, laboratory analysis, and reporting of storm water samples for non-visible pollutants where BMPs are not implemented before precipitation or if a failure of a BMP is not corrected before precipitation is included in the lump sum price paid for Prepare Storm Water Pollution Prevention Plan. Payment for implementation of BMPs in areas outside the project limits, the highway right-ofway or construction easements not specifically provided for in the drawings or in the special provisions is included in the various items of work and no separate payment will be made. BMPs for which there are separate bid items of work are measured and paid for as those bid items of work. The Engineer adjusts payment and contract time under Section 8-1.09, "Delays" when the Engineer fails to comply with a specification within a specified time. 2

CONSTRUCTION SITE MANAGEMENT

GENERAL This work includes controlling potential sources of water pollution before they come in contact with storm water systems or watercourses. The Contractor shall control material pollution and manage waste and non-storm water at the job site by implementing effective handling, storage, use, and disposal practices. Construction site management shall also Include minimum BMP requirements as defined in the Standard Specifications, these Special Provisions and in Table 1.1 – Construction Site BMPs of the latest edition of the Caltrans “Storm Water Quality Handbook – Construction Site Best Management Practices (BMPs) Manual” and any additional BMPs Identified in the Water

5-22

PART 5/COUNTY

Pollution Control section of these Special Provisions for which there are no separate contract items of work. Attention is directed to “Water Pollution Control” of these special provisions regarding the Contractor’s appointment of a water pollution control manager (WPCM) for the project. The Contractor shall train all employees and subcontractors regarding: A. Material pollution prevention and control B. Waste management C. Non-storm water management D. Identifying and handling hazardous substances, and E. Potential dangers to humans and the environment from spills and leaks or exposure to toxic or hazardous substances. Training shall take place before starting work on this project. New employees shall receive the complete training before starting work on this project. The Contractor shall have regular weekly meetings to discuss and reinforce spill prevention and control; material delivery, storage, use and disposal; waste management; and non-storm water management procedures. Instructions for material and waste handling, storage, and spill reporting and cleanup shall be posted at all times in an open, conspicuous, and accessible location at the construction site. For information on documents under these special provisions, refer to the County’s SWPPP Template, and California Stormwater Quality Association’s (CASQA) Stormwater Best Management Practice Handbook Portal: Construction (BMP Handbook). The SWPPP Template is available at the County’s BuyNet website for this project. The BMP Handbook is available from CASQA’s web site at: http://www.casqa.org/ For information on documents under these special provisions, refer to the State’s Stormwater Quality Handbook. The Water Pollution Control Program (WPCP) is available in Section 3 from the State’s Stormwater Quality Handbook web site at: http://www.dot.ca.gov/hq/construc/stormwater/documents/SWPPP_Prep_ManualJune2011.pdf Definitions Active and Inactive Stockpiles: 1. Active stockpiles have been disturbed by adding or removing material at least once in 10 calendar days 2. Inactive stockpiles have not been disturbed for at least 11 calendar days BMPs: Best Management Practices are water pollution control practices BMP Handbook: CASQA’s Stormwater Best Management Practice Handbook Portal: Construction.

5-23

PART 5/COUNTY

Minor spills: Small quantities of oil, gasoline, paint, or other material that are small enough to be controlled by a first responder upon discovery of the spill. SWPPP Template: The County’s Storm Water Pollution Prevention Plan (SWPPP) Template (for soil disturbance over 1 acre). Semi-significant spills: Spills that can be controlled by a first responder with help from other personnel. Significant or hazardous spills: Spills that cannot be controlled by construction personnel. WPCP: Caltrans’ Water Pollution Control Program Preparation Manual Submittals The Contractor shall submit the following to the Engineer: 1. Material Safety Data Sheet (MSDS) at least 5 working days before material is used or stored 2. Monthly inventory records for material used or stored 3. Manifest forms for hazardous waste disposal within 5 working days of transport and disposal 4. Copy of written approval to discharge into a sanitary sewer system at least 5 working days before beginning discharge activities SPILL PREVENTION AND CONTROL The Contractor shall implement spill and leak prevention procedures for chemicals and hazardous substances stored on the job site. As soon as it is safe, the Contractor shall contain and clean up spills of petroleum products, sanitary and septic waste substances listed under CFR Title 40, Parts 110, 117, and 302. Minor Spills: The Contractor shall clean up minor spills using these procedures: 1. Contain spread of the spill 2. Recover spilled material using absorption 3. Clean contaminated area 4. Dispose of contaminated material promptly and properly Semi-significant Spills: The Contractor shall clean up semi-significant spills immediately using these procedures: 1. Contain spread of the spill 2. Recover spilled material using absorption where the spill occurs on paved or an impermeable surface 3. Contain the spill with an earthen dike and dig up contaminated soil for disposal where the spill occurs on soil 4. When the spill occurs during precipitation, cover the spill with plastic or other material to prevent contaminated runoff 5. Dispose of contaminated material promptly and properly Significant or Hazardous Spills: The Contractor shall immediately notify qualified personnel of significant or hazardous spills. The Contractor shall take these steps: 1. Construction personnel must not attempt to cleanup the spill until qualified staff have arrived 2. Notify the Engineer and follow up with a written report 3. Obtain the services of a spills contractor or hazardous material team immediately

5-24

PART 5/COUNTY

4. Notify the local emergency response team by dialing 911 and county officials at the emergency phone numbers kept on the job site 5. Notify the County’s Hazardous Incident Response Team at (619) 338-2284. 6. Notify the National Response Center at (800) 424-8802 regarding spills of Federal reportable quantities under CFR Title 40, Parts 110, 119, and 302 7. Notify other agencies as appropriate, including: 7.1. Fire Department 7.2. Public Works Department 7.3. Coast Guard 7.4. Highway Patrol 7.5. City Police or County Sheriff Department 7.6. Department of Toxic Substances 7.7. California Division of Oil and Gas 7.8. Cal OSHA 7.9. Regional Water Resources Control Board The Contractor shall report minor, semi-significant, and significant spills to the WPC (Water Pollution Control) manager. The WPC manager must notify the Engineer immediately. WPC manger must oversee and enforce proper spill prevention and control measures. The Contractor shall prevent spills from entering storm water runoff before and during cleanup. Spills must not be buried or washed with water. The Contractor shall keep material or waste storage areas clean, well organized, and equipped with enough cleanup supplies for the material being stored. MATERIAL MANAGEMENT General Material must be delivered, used, and stored for this job in a way that minimizes or eliminates discharge of material into the air, storm drain systems, or watercourses. The Contractor shall implement the practices described in this section while taking delivery of, using, or storing these materials: 1. Hazardous chemicals including: 1.1. Acids 1.2. Lime 1.3. Glues 1.4. Adhesives 1.5. Paints 1.6. Solvents 1.7. Curing compounds 2. Soil stabilizers and binders 3. Fertilizers 4. Detergents 5. Plaster 6. Petroleum products including: 6.1. Fuel 6.2. Oil

5-25

PART 5/COUNTY

6.3. Grease 7. Asphalt components and concrete components 8. Pesticides and herbicides The Contractor shall supply the Material Safety Data Sheet to the Engineer for material used or stored. The Contractor shall keep an accurate inventory of material delivered and stored at the construction site. Employees trained in emergency spill cleanup procedures must be present during unloading of hazardous materials or chemicals. If practical, the Contractor shall use less hazardous products. Material Storage The Contractor shall use these storage procedures: 1. Store liquids, petroleum products, and substances listed in CFR Title 40, Parts 110, 117, and 302 in containers or drums approved by the United States Environmental Protection Agency, and place them in secondary containment facilities. 2. Secondary containment facilities must be impervious to the materials stored there for a minimum contact time of 72 hours. 3. Cover secondary containment facilities during non-working days and when precipitation is predicted. Secondary containment facilities must be adequately ventilated. 4. Keep secondary containment facility free of accumulated rainwater or spills. After precipitation, or in the event of spills or leaks, collect accumulated liquid and place into drums within 24 hours. Handle these liquids as hazardous waste under "Hazardous Waste" unless testing determines them to be nonhazardous. 5. Do not store incompatible materials, such as chlorine and ammonia, in the same secondary containment facility. 6. Store materials in the original containers with the original product labels maintained in legible condition. Replace damaged or illegible labels immediately. 7. Secondary containment facility must have the capacity to contain precipitation from a 24hour-long, 25-year storm; and 10 percent of the aggregate volume of all containers, or entire volume of the largest container within the facility, whichever is greater. 8. Store bagged or boxed material on pallets. Protect bagged or boxed material from wind and rain during non-working days and while precipitation is predicted. 9. Provide sufficient separation between stored containers to allow for spill cleanup or emergency response access. Storage areas must be kept clean, well organized, and equipped with cleanup supplies appropriate for the materials being stored. 10. Repair or replace perimeter controls, containment structures, covers, and liners as necessary. Inspect storage areas before and after precipitation, and at least weekly during other times. Stockpile Management The Contractor shall implement practices described in this section for managing stockpiles. The Contractor shall use these stockpile management procedures: 1. Reduce or eliminate potential air and water pollution from stockpiled material including soil, paving material, or pressure treated wood.

5-26

PART 5/COUNTY

2. Locate stockpiles out of floodplains when possible. Locate Stockpiles: 2.1. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage courses, or inlets unless approved 2.2. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage courses, or inlets unless approved The Contractor shall install BMPs immediately on inactive stockpiles and within 48 hours of predicted precipitation on active stockpiles. Active and inactive soil stockpiles must be: 1. Covered with soil stabilization measures, plastic sheeting, or geosynthetic fabric 2. Surrounded with a linear sediment barrier Portland cement concrete rubble, AC, HMA, AC rubble, aggregate base or aggregate sub-base stockpiles must be: 1. Covered with plastic sheeting, or geosynthetic fabric 2. Surrounded with a linear sediment barrier Pressure treated wood stockpiles must be: 1. Placed on pallets 2. Covered with impermeable material Cold mix asphalt concrete stockpiles must be: 1. Placed on impervious surface 2. Covered with impermeable material 3. Protected from run-on and runoff The Contractor shall control wind erosion year round under Section 10, "Dust Control", of the Standard Specifications. The Contractor shall repair or replace linear sediment barriers and covers as needed to keep them functioning properly. If sediment accumulates to 1/3 of the linear sediment barrier height, remove sediment. WASTE MANAGEMENT Solid Waste The Contractor shall not allow litter or debris to accumulate anywhere on the job site, including storm drain grates, trash racks, and ditch lines. The Contractor shall pick up and remove trash and debris from the job site at least once a week. The WPC manager must monitor solid waste storage and disposal procedures on the job site. If practicable, the Contractor shall recycle non-hazardous job site waste and excess material. If recycling is not practicable, disposal must comply with Section 7-1.13, "Disposal of Material Outside the Highway Right of Way", of the Standard Specifications.

5-27

PART 5/COUNTY

The Contractor shall furnish enough closed-lid dumpsters of sufficient size to contain the solid waste generated by work activities. When refuse reaches the fill line, the Contractor shall empty dumpsters. Dumpsters must be watertight. The Contractor shall not wash out dumpsters at the job site. The Contractor shall furnish additional containers and more frequent pickup during the demolition phase of construction. Solid waste includes: 1. Brick 2. Mortar 3. Timber 4. Metal scraps 5. Sawdust 6. Pipe 7. Electrical cuttings 8. Non-hazardous equipment parts 9. Styrofoam and other packaging materials 10. Vegetative material and plant containers from highway planting 11. Litter and smoking material, including litter generated randomly by the public 12. Other trash and debris The Contractor shall furnish and use trash receptacles in the job site yard, field trailers, and locations where workers gather for lunch and breaks. Hazardous Waste The Contractor shall implement hazardous waste management practices if waste is generated on the job site from these substances: 1. Petroleum products 2. Asphalt products 3. Concrete curing compound 4. Pesticides 5. Acids 6. Paints 7. Stains 8. Solvents 9. Wood preservatives and treated posts 10. Roofing tar 11. Road flares 12. Lime 13. Glues and adhesives 14. Materials classified as hazardous by California Code of Regulations, Title 22, Division 4.5; or listed in CFR Title 40, Parts 110, 117, 261, or 302 Nothing in these special provisions shall relieve the Contractor of the responsibility for compliance with Federal, State, and local laws regarding storage, handling, transportation and disposal of hazardous waste. The WPC manager must oversee and enforce hazardous waste management practices. Minimize the production of hazardous materials and hazardous waste at the job site. If damaged, repair or replace perimeter controls, containment structures, and covers.

5-28

PART 5/COUNTY

If hazardous material levels are unknown, the Contractor shall use a laboratory certified by the Environmental Laboratory Accreditation Program (ELAP) under the California Department of Public Health (CDPH) to sample and test waste to determine safe methods for storage and disposal. The Contractor shall separate potentially hazardous waste from nonhazardous waste at the job site. Hazardous waste must be handled, stored, and disposed of under California Code of Regulations, Title 22, Division 4.5, Section 66262.34; and in CFR Title 49, Parts 261, 262, and 263. The Contractor shall store hazardous waste in sealed containers constructed and labeled with the contents and date accumulated under California Code of Regulations, Title 22, Division 4.5; and in CFR Title 49, Parts 172, 173, 178, and 179. Keep hazardous waste containers in temporary containment facilities under "Material Storage" of these special provisions. The Contractor shall furnish containers with adequate storage volume at convenient locations for hazardous waste collection. The Contractor shall not overfill hazardous waste containers. Do not mix hazardous wastes. The Contractor shall not allow potentially hazardous waste to accumulate on the ground. The Contractor shall store containers of dry waste that are not watertight on pallets. The Contractor shall store hazardous waste away from storm drains, watercourses, moving vehicles, and equipment. The Contractor shall clean water based or oil based paint from brushes or equipment within a contained area and in a way that does not contaminate soil, watercourses, or storm drain systems. The Contractor shall handle and dispose of these as hazardous waste: paints, thinners, solvents, residues, and sludges that cannot be recycled or reused. When thoroughly dry, the Contractor shall dispose of these as solid waste: dry, latex paint and paint cans, used brushes, rags, absorbent materials, and drop cloths. The Contractor shall dispose of hazardous waste within 90 calendar days of being generated. The Contractor shall use a licensed hazardous waste transporter to take hazardous waste to a Class I Disposal Site. The Contractor shall submit a copy of uniform hazardous waste manifest forms within 24 hours of transporting hazardous waste. The WPC manager must inspect these daily: 1. Storage areas for hazardous materials and wastes 2. Hazardous waste disposal and transporting activities 3. Hazardous material delivery and storage activities Contaminated Soil The Contractor shall identify contaminated soil from spills or leaks by noticing discoloration, odors, or differences in soil properties. Soil with evidence of contamination must be sampled and tested by a laboratory certified by ELAP. If levels of contamination are found to be hazardous, the Contractor shall handle and dispose of the soil as hazardous waste.

5-29

PART 5/COUNTY

The Contractor shall prevent the flow of water, including ground water, from mixing with contaminated soil by using one or a combination of these measures: 1. 2. 3. 4. 5.

Berms Cofferdams Grout curtains Freeze walls Concrete seal course

If water mixes with contaminated soil and becomes contaminated, the Contractor shall sample and test the water using a laboratory certified by ELAP. If levels of contamination are found to be hazardous, the Contractor shall handle and dispose of the water as hazardous waste. Concrete Waste The Contractor shall implement practices to prevent the discharge of portland cement concrete, AC, or HMA waste into storm drain systems or watercourses. The Contractor shall collect and dispose of portland cement concrete, AC, or HMA waste at locations where: 1. Concrete material, including grout, is used 2. Concrete dust and debris result from demolition 3. Sawcutting, coring, grinding, grooving, or hydro-concrete demolition of portland cement concrete, AC, or HMA creates a residue or slurry 4. Concrete truck or other concrete-coated equipment is cleaned at the job site Sanitary and Septic Waste The Contractor shall not bury or discharge wastewater from sanitary or septic systems within County right of way. The WPC manager must inspect sanitary or septic waste storage and monitor disposal procedures at least weekly. Sanitary facilities that discharge to the sanitary sewer system must be properly connected and free from leaks. The Contractor shall place sanitary facilities at least 50 feet away from storm drains, watercourse, and flow lines. The Contractor shall obtain written approval from local health agency, city, county, and sewer district before discharging from a sanitary or septic system directly into a sanitary sewer system, and submit a copy to the Engineer. The Contractor shall comply with local health agency provisions while using an on-site disposal system. Liquid Waste The Contractor shall use practices to prevent job site liquid waste from entering storm drain systems or watercourses. Liquid wastes include the following: 1. 2. 3. 4. 5.

Drilling slurries or fluids Grease-free or oil-free wastewater or rinse water Dredgings, including liquid waste from drainage system cleaning Liquid waste running off a surface including wash or rinse water Other non-storm water liquids not covered by separate permits

5-30

PART 5/COUNTY

The Contractor shall hold liquid waste in structurally sound, leak proof containers such as: 1. Roll-off bins 2. Portable tanks, or 3. Sediment traps Liquid waste containers must be of sufficient quantity and volume to prevent overflow, spills and leaks. Store containers as follows: 1. At least 50 feet from storm drains, watercourses, moving vehicles and equipment 2. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved 3. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved The Contractor shall remove and dispose of deposited solids from sediment traps under "Solid Waste" unless the Engineer authorizes another method. Liquid waste may require testing to determine hazardous material content before disposal. Drilling fluids and residue must be disposed of outside the highway right of way. If an approved location is available within the job site, fluids and residue exempt under California Code of Regulations, Title 23, Section 2511(g) may be dried by evaporation in a leak proof container. The Contractor shall dispose of remaining solid waste under "Solid Waste" of these special provisions. NON-STORMWATER MANAGEMENT Water Control and Conservation The Contractor shall manage water used for work activities to prevent erosion or discharge of pollutants into storm drain systems or watercourses. The Contractor shall obtain approval before washing anything on the job site with water that could discharge into a storm drain system or watercourse. The Contractor shall report discharges to the Engineer immediately. If water is used at the job site, the Contractor shall implement water conservation practices. Inspect irrigation areas. The Contractor shall adjust watering schedules to prevent erosion, excess watering, or runoff. The Contractor shall shut off water source to broken lines, sprinklers, or valves, and repair breaks within 24 hours. If possible, the Contractor shall reuse water from waterline flushing for landscape irrigation. The Contractor shall sweep and vacuum paved areas: do not wash with water. The Contractor shall direct job site water runoff, including water from water line repair, to areas where it can infiltrate into the ground and not enter storm drain systems or watercourses. Do not allow spilled water to escape water truck filling areas. If possible, the Contractor shall direct water from off-site sources around the job site. The Contractor shall minimize the contact of offsite water with job site water.

5-31

PART 5/COUNTY

Illegal Connection and Discharge Detection and Reporting The Contractor shall inspect the job site and the site perimeter before starting work for evidence of illegal connections, discharges, or dumping. After starting work, the Contractor shall inspect the job site and perimeter on a daily schedule. When illegal connections, discharges, or dumping are discovered, the Contractor shall notify the Engineer immediately. The Contractor shall take no further action unless ordered by the Engineer. The Contractor shall assume unlabeled or unidentifiable material is hazardous. The Contractor shall look for the following evidence of illegal connections, discharges, or dumping: 1. 2. 3. 4. 5. 6. 7. 8. 9.

Debris or trash piles Staining or discoloration on pavement or soils Pungent odors coming from drainage systems Discoloration or oily sheen on water Stains or residue in ditches, channels or drain boxes Abnormal water flow during dry weather Excessive sediment deposits Nonstandard drainage junction structures Broken concrete or other disturbances near junction structures

Vehicle and Equipment Cleaning The Contractor shall limit vehicle and equipment cleaning or washing at the job site except what is necessary to control vehicle tracking or hazardous waste. The Contractor shall notify the Engineer before cleaning vehicles and equipment at the job site with soap, solvents, or steam. Contain and recycle or dispose of resulting waste under "Liquid Waste" or "Hazardous Waste" of these special provisions, whichever is applicable. The Contractor shall not use diesel to clean vehicles or equipment, and minimize the use of solvents. The Contractor shall clean or wash vehicles and equipment in a structure equipped with disposal facilities. If using a structure is not possible, vehicles and equipment must be cleaned or washed in an outside area: 1. 2. 3. 4.

Paved with AC, HMA, or portland cement concrete Surrounded by a containment berm Equipped with a sump to collect and dispose of wash water If within the floodplain, located at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved 5. If outside the floodplain, located at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved When washing vehicles or equipment with water, the Contractor shall use as little water as possible. Hoses must be equipped with a positive shutoff valve. The Contractor shall discharge liquid from wash racks to a recycle system or to another approved system. The Contractor shall remove liquids and sediment as necessary. The WPC manager must inspect vehicle and equipment cleaning facilities:

5-32

PART 5/COUNTY

1. Daily when vehicle and equipment cleaning occurs daily 2. Weekly when vehicle and equipment cleaning does not occur daily Vehicle and Equipment Fueling and Maintenance If practicable, the Contractor shall perform maintenance on vehicles and equipment off the job site. If fueling or maintenance must be done at the job site, the Contractor shall designate a site, or sites, and obtain approval before using. The Contractor shall minimize mobile fueling or maintenance. If vehicle and equipment fueling and maintenance must be done on the job site, areas for these activities must be: 1. On level ground 2. Protected from stormwater run-on 3. If within the floodplain, located at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved 4. If outside the floodplain, located at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved The Contractor shall use containment berms or dikes around the fueling and maintenance area. The Contractor shall keep adequate quantities of absorbent spill cleanup material and spill kits in the fueling and maintenance area and on fueling trucks. The Contractor shall dispose of spill cleanup material and kits immediately after use. The Contractor shall use drip pans or absorbent pads during fueling or maintenance. Fueling or maintenance activities must not be left unattended. Fueling nozzles must be equipped with an automatic shutoff control. Vapor recovery fueling nozzles must be used where required by the Air Quality Management District. When not in use, nozzles must be secured upright. Do not top-off fuel tanks. The Contractor shall recycle or properly dispose of used batteries and tires. The WPC manager must inspect vehicle and equipment maintenance and fueling areas: 1. Daily when vehicle and equipment maintenance and fueling occurs daily 2. Weekly when vehicle and equipment maintenance and fueling does not occur daily The WPC manager must inspect vehicles and equipment at the job site for leaks and spills on a daily schedule. Operators must inspect vehicles and equipment each day of use. If leaks cannot be repaired immediately, remove the vehicle or equipment from the job site. Material and Equipment Used Over Water The Contractor shall place drip pans and absorbent pads under vehicles or equipment used over water. The Contractor shall keep an adequate supply of spill cleanup material with the vehicle or equipment. If the vehicle or equipment will be idle for more than one hour, the

5-33

PART 5/COUNTY

Contractor shall place drip pans or plastic sheeting under vehicles or equipment on docks, barges, or other surfaces over water. The Contractor shall furnish watertight curbs or toe boards on barges, platforms, docks, or other surfaces over water to contain material, debris, and tools. The Contractor shall secure material to prevent spills or discharge into water due to wind. Structure Removal Over or Adjacent to Water The Contractor shall not allow demolished material to enter storm water systems or watercourses. The Contractor shall use approved covers and platforms to collect debris. The Contractor shall use attachments on equipment to catch debris on small demolition activities. The Contractor shall empty debris catching devices daily and handle debris under "Waste Management" of these special provisions. The WPC manager must inspect demolition sites within 50 feet of storm water systems or watercourses daily. Paving, Sealing, Sawcutting, and Grinding Activities The Contractor shall prevent these materials from entering storm drain systems or water courses: 1. 2. 3. 4. 5. 6. 7.

Cementitious material Asphaltic material Aggregate or screenings Grinding or sawcutting residue Pavement chunks Shoulder backing Methacrylate

The Contractor shall cover drainage inlets and use linear sediment barriers to protect downhill watercourses until paving, sealing, sawcutting, or grinding activities are completed and excess material has been removed. The Contractor shall cover drainage inlets and manholes during the application of seal coat, tack coat, slurry seal, or fog seal. When precipitation is predicted, the Contractor shall limit paving, sawcutting, and grinding to places where runoff can be captured. The Contractor shall not start seal coat, tack coat, slurry seal, or fog seal activities when precipitation is predicted during application or curing period. The Contractor shall not excavate material from existing roadways during precipitation. The contractor shall use a vacuum to remove slurry from sawcutting activities immediately after slurry is produced. The Contractor shall not allow slurry to run onto lanes open to public traffic or off the pavement.

5-34

PART 5/COUNTY

The Contractor shall collect residue from portland cement concrete grinding activities with a vacuum attachment on the grinding machine. The Contractor shall not leave residue on pavement or allow residue to flow across pavement. If approved, material excavated from existing roadways may be stockpiled under "Stockpile Management" of these special provisions. The Contractor shall not coat asphalt trucks and equipment with substances that contain soap, foaming agents, or toxic chemicals. When paving equipment is not in use, the Contractor shall park over drip pans or plastic sheeting with absorbent material to catch drips. Thermoplastic Striping and Pavement Markers Thermoplastic striping and preheating equipment shutoff valves must work properly at all times. The Contractor shall not preheat, transfer, or load thermoplastic within 50 feet of drainage inlets or watercourses. The Contractor shall not fill preheating container above a level that is 6 inches below the top. Truck beds must be cleaned daily of scraps or melted thermoplastic. The Contractor shall not unload, transfer, or load bituminous material for pavement markers within 50 feet of drainage inlets or watercourses. The Contractor shall release all pressure from melting tanks before removing the lid to fill or service. The Contractor shall not fill melting tanks above a level that is 6 inches below the top. The Contractor shall collect bituminous material from the roadway after marker removal. Pile Driving The Contractor shall keep spill kits and cleanup material at pile driving locations. Pile driving equipment must be parked over drip pans, absorbent pads, or plastic sheeting with absorbent material. When precipitation is predicted, the Contractor shall protect pile driving equipment by parking on plywood and covering with plastic. When not in use, store pile driving equipment: 1. On level ground 2. Protected from stormwater run-on 3. If within the floodplain, at least 100 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved 4. If outside the floodplain, at least 50 feet from concentrated flows of storm water, drainage courses, watercourses, or storm drain inlets unless approved If practicable, the Contractor shall use vegetable oil instead of hydraulic fluid. The WPC manager must inspect pile driving area for leaks and spills: 1. Daily when pile driving occurs daily 2. Weekly when pile driving does not occur daily

5-35

PART 5/COUNTY

Concrete Curing The Contractor shall not overspray chemical curing compound. The Contractor shall minimize drift by spraying as close to the concrete as possible. The Contractor shall cover drainage inlets before applying curing compound. The Contractor shall minimize the use and discharge of water by using wet blankets or similar methods to maintain moisture while curing concrete. Concrete Finishing The Contractor shall collect and dispose of water and solid waste from high-pressure water blasting. Cover drainage inlets within 50 feet before sandblasting. The Contractor shall minimize drift of dust and blast material by keeping the nozzle close to the surface of the concrete. Blast residue may contain hazardous material. The Contractor shall inspect containment structures for concrete finishing activities for damage before each day of use and before predicted precipitation. The Contractor shall remove liquid and solid waste from the containment structure after each work shift. Sweeping Sweeping must be done using hand or mechanical methods such as vacuuming. The Contractor shall monitor paved areas and roadway within the jobsite. Sediment and debris generating activities include: 1. 2. 3. 4. 5. 6. 7.

Clearing and grubbing activities Earthwork activities Trenching activities Roadway structural section activities Vehicles are entering and leaving the job site Other soil disturbing activities Other activities that cause offsite tracking of material

If sediment or debris is observed, sweeping must be done at these times and locations: 1. Perform sweeping within: 1.1. 8 hours, if rain is predicted 1.2. 24 hours unless the Engineer approves a longer period 2. Perform sweeping at: 2.1. Paved roads at job site entrance and exit locations 2.2. Paved areas within the job site that flow to storm drains or receiving waters The Contractor may stockpile collected material at the job site. The Contractor shall dispose of collected material at least once per week. The Contractor shall remove collected material including sediment from paved shoulders, drain inlets, curbs and dikes, and other drainage areas. Sediment collected from the roadway during sweeping may be disposed of within the job site. Protect disposal areas against erosion.

5-36

PART 5/COUNTY

The Contractor shall remove and dispose of trash collected during sweeping under Section 71.13, "Disposal of Material Outside the Highway Right of Way", of the Standard Specifications. PAYMENT The contract lump sum price paid for construction site management shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in spill prevention and control, material management, waste management, non-storm water management, dewatering, identifying, sampling, testing, handling, and disposing of hazardous waste resulting from your activities, as specified in the Standard Specifications and these Special Provisions, and Table 1.1 – Construction Site BMPs of the latest edition of the Caltrans “Storm Water Quality Handbook – Construction Site Best Management Practices (BMPs) Manual and any additional BMPs identified in the Water Pollution Control portion of these Special Provisions for which there are no separate contract items of work, and as ordered by the Engineer. 3 TEMPORARY EROSION CONTROL Temporary erosion control shall conform to the provisions for erosion control in Section 20-3, "Erosion Control," of the Standard Specifications and these special provisions. Attention is directed to "Water Pollution Control" of these special provisions. Temporary erosion control work shall consist of applying erosion control materials to embankment slopes, excavation slopes and other areas designated on the plans. Temporary erosion control work shall be completed in the designated areas during the period starting October 1 and ending May 1, or within 10 days after an area becomes inactive during this period as defined in "Water Pollution Control" of these special provisions. MATERIALS Materials shall conform to the provisions in Section 20-2, "Materials," of the Standard Specifications and the following: Stabilizing Emulsion Stabilizing emulsion shall conform to the provisions in Section 20-2.11, "Stabilizing Emulsion," of the Standard Specifications and these special provisions. The requirement of an effective life of at least one year for stabilizing emulsion shall not apply. Stabilizing emulsion shall be in a dry powder form, may be reemulsifiable, and shall be a processed organic adhesive. APPLICATION Temporary erosion control materials shall be applied in two separate applications in the following sequence: A. The following mixture in the proportions indicated shall be applied with hydro-seeding equipment within 60 minutes after the seed has been added to the mixture:

5-37

PART 5/COUNTY

Material

Kilograms Per Hectare {Pounds Per Acre} (Slope Measurement)

Fiber

2,000

Seed

See Table Below

Botanical Name (Commmon name)

Min % Germination

Pounds Pure Live Seed/Acre (PLS)

Artemisia tridentata (big sagebrush) Eriogonum fasciculatum var. polifolium (mountain buckwheat) Leymus condensatus (giant rye grass)

10/65 50/10

0.26 0.05

80/80

0.64

Lotus scoparius (deerweed)

90/80

2.16

B. The following mixture in the proportions indicated shall be applied with hydro-seeding equipment: Material

Kilograms Per Hectare {Pounds Per Acre} (Slope Measurement)

Fiber

2,000

Stabilizing Emulsion (solids)

30-50

C. The ratio of total water to total stabilizing emulsion in the mixture shall be as recommended by the manufacturer. MEASUREMENT AND PAYMENT Temporary erosion control work will be measured by the square yard. The quantity of temporary erosion control to be paid for by the square yard will be calculated on the basis of actual or computed slope measurements. Items of temporary erosion control work will be paid for at the contract price per square yard for temporary erosion control, whichever is involved in the temporary erosion control work and designated in the contract items. Temporary erosion control placed at locations other than as shown on the project plans or directed by the Engineer will not be measured and will be paid for as specified in "Water Pollution Control" of these special provisions. No adjustment of compensation will be made for any increase or decrease in the quantities of temporary erosion control required, regardless of the reason for the increase or decrease. The

5-38

PART 5/COUNTY

provisions in Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to temporary erosion control. 4 TEMPORARY STABILIZED CONSTRUCTION ENTRANCE Temporary stabilized construction entrance shall be constructed, maintained, and later removed as shown on the plans, as specified in these special provisions, and as directed by the Engineer. The exact location of the temporary stabilized construction entrance will be determined by the Engineer. Attention is directed to "Water Pollution Control" and "Order of Work" elsewhere in these special provisions. Filter fabric shall conform to the requirements in Section 68-1, "Underdrains" of the Standard Specifications. The aggregate shall conform to 1 ½ inch x ¾ inch (37.5 mm x 19 mm) grading and the requirements in Section 90-3.02, "Coarse Aggregate Grading" of the Standard Specifications. Aggregate shall be clean and free from vegetable matter and other deleterious substances. Steel plates shall conform to the requirements of the first paragraph in Section 75-1.02 "Miscellaneous Iron and Steel" of the Standard Specifications. When no longer required for the work, as determined by the Engineer, temporary construction entrance shall be removed by the Contractor and disposed of outside of the highway right of way in accordance with section 7-1.13, "Disposal of Material Outside the Highway Right of Way" of the Standard Specifications. Trenches, depressions and pits caused by the removal of temporary construction entrance shall be backfilled in accordance with the provisions in the second paragraph of Section 15-1.02, "Preservation of Property," of the Standard Specifications. Temporary stabilized construction entrance will be paid for by the unit, from actual count. The contract unit price paid for temporary stabilized construction entrance shall include full compensation for furnishing all labor (except maintenance), materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing temporary construction entrance, complete in place, including excavation, steel plates, aggregate and filter fabric, removing, backfilling and disposing of temporary construction entrance as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The cost of maintaining temporary stabilized construction entrance will be borne equally by the County and the Contractor, in accordance with the "BMP Shared Maintenance" provision elsewhere in these special provisions.

5-39

PART 5/COUNTY

5 TEMPORARY FIBER ROLL Temporary fiber rolls shall conform to the details shown on the plans, the provisions in Section 20-3, "Erosion Control," of the Standard Specifications and these special provisions. Temporary fiber rolls shall be furnished, installed, maintained, and removed at the locations shown on the plans. Attention is directed to "Water Pollution Control" of these special provisions. MATERIALS Materials for temporary fiber rolls shall conform to the provisions in Section 20-2, "Materials," of the Standard Specifications. Temporary fiber roll shall consist of prefabricated wheat or rice straw in rolls with a minimum diameter of 8 inches (200 mm). The rolls shall be bound with an ultraviolet (UV) degradable plastic netting and shall weigh not less than 1.3 lb per linear foot (1.9 kg per linear meter). Temporary fiber roll shall consist of a field rolled erosion control blanket rolled into tubes with a minimum diameter of 200 mm. The rolls shall be bound with a jute-type twine at the ends and at a minimum of every 1.8 m along the length of the roll. The roll shall weigh not less than 1.9 kg per linear meter. Stakes shall be fir or pine and shall have a cross-sectional area of at least 0.5 square inches (360 mm2) and a minimum length of 24 inches (600 mm). INSTALLATION Temporary fiber roll shall be installed as shown on the plans and in conformance with Detail SC5 in the Construction Site Best Management Practices (BMPs) Manual of the Caltrans Storm Water Quality Handbooks and the manufacturer's recommendations. Fiber rolls shall be placed on contours with a vertical separation of 10 feet on center. Temporary fiber rolls shall be maintained to disperse concentrated water runoff and to reduce runoff velocities. When no longer required for the intended purpose, as determined by the Engineer, temporary fiber rolls shall be removed from the site of the work. MEASUREMENT AND PAYMENT The quantity of temporary fiber roll will be measured by the linear foot as determined from one end to the other end along the surface of the roll. The contract price paid per linear foot for temporary fiber roll shall include full compensation for furnishing all labor (except maintenance), materials, tools, equipment, and incidentals, and for doing all the work involved in installing temporary fiber rolls, complete in place, including removal of materials, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Temporary fiber roll placed at locations other than as shown on the plans or where directed by the Engineer, in conformance with the Contractor's Storm Water Pollution Control Program, will

5-40

PART 5/COUNTY

not be measured and will be paid for as specified in "Water Pollution Control" of these special provisions. Willow cuttings will be paid for separately as plant (Group W). No adjustment of compensation will be made for any increase or decrease in the quantities of temporary fiber roll required, regardless of the reason for the increase or decrease. The provisions in Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to temporary fiber roll. The cost of maintaining temporary fiber rolls will be borne equally by the County and the Contractor, in accordance with the "BMP Shared Maintenance” provision elsewhere in these special provisions. 6 TEMPORARY CONCRETE WASHOUT FACILITY (PORTABLE) A temporary concrete washout facility (portable) shall be furnished, maintained, and removed as specified in the approved Storm Water Pollution Prevention Plan in conformance with "Water Pollution Control" of these special provisions and as directed by the Engineer. A temporary concrete washout facility (portable) shall consist of a commercially available drum at a minimum size of 55 gallons or alternate container upon written approval from the Engineer. The drum shall be stenciled "Concrete Waste Material." The letters shall be black and 4 inches in height on a white background. The top of the stenciling shall be 12 inches from the top of the barrel. A temporary concrete washout facility (portable) shall be as follows: A. A temporary concrete washout facility (portable) shall be in place prior to placement of concrete and shall be located in the immediate area of the concrete work as approved by the Engineer. The temporary concrete washout facility (portable) shall be located away from construction traffic or public access areas. After initial placement, temporary concrete washout facility (portable) shall be moved as needed for concrete construction work. When the temporary concrete washout facility (portable) is no longer required, as determined by the Engineer, it shall be removed and disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. B. A sign shall be installed adjacent to each washout at a location determined by the Contractor and approved by the Engineer. Sign shall be installed in conformance with the provisions in Section 12-3.06B, "Portable Signs" of the Standard Specifications. Each portable sign shall consist of a base, framework and a sign panel. The sign panel shall be made out of plywood and shall have a minimum size of 48" x 24". The sign panel shall read "Concrete Washout" with black letters, 6 inches in height, on a white background. C. The Contractor shall provide sufficient temporary concrete washout facility (portable) capacity to contain liquid and concrete waste generated by washout operations without seepage or spills.

5-41

PART 5/COUNTY

Maintaining the temporary concrete washout facility (portable) shall include removing and disposing of concrete waste. Concrete waste material generated shall be removed each day and disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way" of the Standard Specifications. The Contractor shall provide the name and location of the disposal facility to the Engineer before disposal of solid and liquid concrete waste. The Contractor shall provide verification that the off-site commercial or noncommercial disposal site has a permit issued by the California Regional Water Quality Control Board (RWQCB). If the disposal site is located outside of the State of California, the Contractor shall provide a copy of the permit issued by the state or local agency having jurisdiction over the disposal site. When relocating or transporting a temporary concrete washout facility (portable), the portable washout shall be properly secured to prevent spilling of concrete waste material. The contract unit price paid for temporary concrete washout facility (portable) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing, placing, maintaining, repairing, removing and disposing of temporary concrete washout facility (portable), complete in place, including furnishing, erecting, maintaining, removing and disposing of all sign material, and conformance to all provisions of the Regional Water Quality Control Board (RWQCB) permit, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 7 TEMPORARY GRAVEL BAG Temporary gravel bag shall conform to the details shown on the plans and these special provisions. Temporary gravel bag shall be furnished, installed, maintained and removed at the locations shown on the plans. Preparation shall conform to the provisions in Section 20-3.02, "Preparation," of the Standard Specifications. Attention is directed to "Water Pollution Control" of these special provisions. MATERIALS Materials shall conform to the provisions in Section 20-2, "Materials," of the Standard Specifications. Gravel bag fabric shall be woven polypropylene, polyethylene or Polyamide with a minimum unit weight of four ounces per square yard (135 g/m2). The fabric shall have a mullen burst strength of at least 300 psi (2067 kPa), conforming to the requirements in ASTM Designation: D 3786 and an ultraviolet (UV) stability exceeding 70 percent. Gravel bags, when filled, shall have nominal dimensions (length x width x height) of 16 inches x 12 inches x 6 inches (400 mm x 300 mm x 150 mm), and a filled mass of 30 lb to 50 lb . Gravel bag fill material shall be non-cohesive gravel, free from deleterious material.

5-42

PART 5/COUNTY

Pipe shall be polyvinyl chloride (PVC) pipe (PR 315) with a nominal inside diameter of 4 inches (100 mm). INSTALLATION Temporary gravel bags placed in multiple layers shall be installed as shown on the plans and in conformance with Detail SC-8 in the Construction Site Best Management Practices (BMPs) Manual of the Caltrans Storm Water Quality Handbooks. Temporary gravel bags placed in a single layer shall be installed along contours with ends abutting. The last 7 feet of the gravel bag row shall be turned up the slope. Temporary gravel bag shall be maintained to provide for adequate sediment holding capacity. Sediment deposits shall be removed when the deposit reaches one-third of the temporary gravel bag barrier height. Removed sediment shall be deposited within the project in such a way that the sediment is not subject to erosion by wind or water, or as directed by the Engineer. When no longer required for the intended purpose, as determined by the Engineer, temporary gravel bag and PVC pipe shall be removed from the site of the work. When no longer required for the intended purpose, as determined by the Engineer, temporary gravel bag shall be removed from the site of the work. Holes, depressions or any other ground disturbance caused by the removal of the temporary gravel bag shall be backfilled and repaired in conformance with the provisions in the second paragraph of Section 15-1.02, "Preservation of Property," of the Standard Specifications. MEASUREMENT AND PAYMENT Temporary gravel bags will be measured by the unit as determined from actual count in place. The contract unit price paid for temporary gravel bag shall include full compensation for furnishing all labor (except maintenance), materials, tools, equipment, and incidentals, and for doing all the work involved in installing temporary gravel bag and PVC pipe complete in place, including removal of materials, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Temporary gravel bag placed at locations other than as shown on the project plans or directed by the Engineer, in accordance with the Contractor's Storm Water Pollution Control Program, will not be measured and will be paid for as specified in "Water Pollution Control" of these special provisions. No adjustment of compensation will be made for any increase or decrease in the quantities of temporary gravel bags required, regardless of the reason for the increase or decrease. The provisions in Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to temporary gravel bags. The cost of maintaining gravel bags will be borne equally by the County and the Contractor, in accordance with the "BMP Shared Maintenance” provision elsewhere in these special provisions.

5-43

PART 5/COUNTY

8 MOBILIZATION Mobilization shall conform to the provisions in Section 11, "Mobilization," of the Standard Specifications. 9 TRAFFIC CONTROL Traffic control shall conform to Section 12, “Construction Area Traffic Control Devices”, of the Standard Specifications, to Special Condition No. 21, “Maintaining Traffic” of the Special Conditions and these Special Provisions. The contract lump sum price paid for traffic control shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in providing traffic control, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions, and these Special Provisions, and as directed by the Engineer. 10 ROADSIDE SIGNS Roadside signs shall conform to the provisions in Section 56-2, "Roadside Signs," of the Standard Specifications and these special provisions. Sign panels shall be furnished by the Contractor except that traffic signal mast arm mounted regulatory and warning sign panels will be furnished by the County. Sign panels shall conform to current "Approved Sign Specification Sheets" published by the State of California, Department of Transportation. Sign panels shall be aluminum alloy 6061-T6 or 5052-H38, aluminum thickness 0.063". Retroflective sheeting for sign panels shall be Type II, except retroflective sheeting for R1-1, R12, W1-1, W1-1a, W1-2, W1-2a, W1-3, W1-4, W1-5, W1-6, W1-7, W1-8, W3-1, W3-2, W4-2, and W13-1 signs shall be Type IV (High Intensity Prismatic). The California Department of Transportation (Caltrans) maintains a trade name list of approved and pre-qualified and tested signing and delineation materials and products. Retroreflective sheeting not listed on the Caltrans list of Approved Traffic Products shall not be used in the work. Sign posts shall be wood. Posts shall be 4-inch by 4-inch nominal size, and shall be a minimum of 10 feet in length. Posts shall be buried a minimum of 2 feet into the ground. The bottom edge of the lowest sign panel shall be a minimum of 7 feet above the ground surface. Bottom of lowest sign panel for median mounted sign shall be 2 feet above the ground. Each sign panel shall be fastened to the post with two 3/8-inch by 3-inch galvanized lag screws. Each screw shall have a galvanized metal washer.

5-44

PART 5/COUNTY

A roadside sign specified to be equipped with more than one sign panel will be considered a single unit for measurement purposes. Guard posts will be measured and paid for as roadside sign (one post). 11 PROJECT IDENTIFICATION SIGN Project identification signs shall conform to the provisions in Section 12-3.06, "Construction Area Signs," of the Standard Specifications and these Special Provisions. Before any major physical construction work readily visible to highway users is started on this contract, the Contractor shall furnish and erect project identification signs at the locations designated by the Engineer. The signs shall be stationary mounted and shall conform to the details shown on the "Project Identification Sign" drawing in Part VIII of these Contract Documents. Framing of plywood sign panels will not be required. Letter sizes to be used shall be as shown on the drawing. The information shown on the signs shall be limited to that shown on the drawing. The signs shall be kept clean and in good repair by the Contractor. Upon completion of the work, the signs shall be removed and disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The contract unit price paid for project identification sign shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in fabricating, erecting, maintaining, removing and disposing of the sign, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 12 FIELD ORDERS Field orders are to facilitate minor changes to the contract approved by the Engineer in the field. The Engineer is authorized to approve field orders for changes necessary for the successful completion and function of the project and within the dollar limit established in the bid schedule. The Engineer will prepare a field order form for each approved change. The field order form shall describe the reason the change is required, the work to be performed and the amount of compensation to be paid the Contractor. It shall also contain the Contractor's signature acknowledging that the compensation constitutes full payment for the work to be performed. 13 CONCRETE MINOR STRUCTURES Portland cement concrete minor structures shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these Special Provisions.

5-45

PART 5/COUNTY

Curb inlets, curb outlets, cleanouts, catch basins, headwalls, etc. shall be Class 2 concrete and will be measured and paid for in the same manner specified for minor concrete (minor structure) in Section 51-1.23, “Payment,” of the Standard Specifications. Concrete minor structures shall contain not less than 564 pounds of portland per cubic yard. 14 RESIDENT ENGINEER’S OFFICE During the performance of the contract, the Contractor shall provide and maintain a suitable Resident Engineer's office at the site of the work at a location approved by the Engineer. The office shall be equipped with a heater and air conditioner and be not less than 125 square feet in gross area. The office shall be furnished with sufficient fluorescent lighting to provide 100 foot candles of illumination at desk top. The office shall be new or like-new condition and shall be furnished, as a minimum, as follows: 1 - office desk (with file drawer) and Jr. executive chair with casters 2 - side chairs 1 – fax machine 1 - plan table, 30 inches x 60 inches minimum 1 - 2 drawer file cabinet, legal size 1 - coat and hat rack 1 - drinking water dispenser for five gallon bottle and water as needed 1 - fire extinguisher, Type ABC, 10 lb. size 1 - externally placed restroom facility 1 – printer 1 – internet/landline Contractor shall provide and pay for extended phone service and suitable electric power. Resident Engineer's office shall be a separate structure not attached to Contractor's office or storage facilities. Entry door shall be equipped with a keyed dead bolt lock. A minimum of two keys shall be furnished. Windows shall be equipped with shades or blinds suitable to obscure undesired sunlight. Openable windows shall be equipped with insect screens. The Resident Engineer's office shall be available at the site ten days after receipt by the Contractor of the Engineers' written request, and shall be removed from the site ten days after receipt by the Contractor of the Engineer’s written request to remove the office. The contract price paid per calendar day for Resident Engineer's office shall include full compensation for furnishing all labor, materials, equipment, furnishings and incidentals required to furnish and maintain the Resident Engineer's office, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Measurement for payment for the Resident Engineer's office shall include each and every calendar day that the office is at the site and available for occupancy by the Resident Engineer, in accordance with the Engineer's written request.

5-46

PART 5/COUNTY

Any increase in the number of days the Resident Engineer's Office is required at the site, regardless of the reason for said increase or decrease, shall not be subject to Section 4-1.03B, "Increased or Decreased Quantities,” of the Standard Specifications. Full compensation to be paid for Resident Engineer's Office will be at the contract price per calendar day for no less than one hundred twenty (120) calendar days or the actual number of days the office is required at the site in accordance with the Engineer's written request, whichever is higher and no additional compensation will be allowed therefor. 15 CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these Special Provisions. Clearing and grubbing shall include, but not be limited to, (removing concrete, removing culverts and pipe lines, abandoning culverts and pipe lines, removing trees, plants, shrubs, landscaping and rocks, removing irrigation systems, removing asphalt concrete dikes, removing pavement markers, removing roadside signs, relocating and resetting roadside signs, relocating and resetting mailboxes, tree trimming, root pruning, sawcutting). Removed materials that are not to be salvaged or reused in the work shall become the property of the Contractor and shall be disposed of as provided in Section 7-1.13, “Disposal of Materials Outside the Highway Right-of-Way,” of the Standard Specifications. Nothing herein shall be construed as relieving the Contractor of responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. SAWCUTTING When a portion of existing pavement or other surface improvements are to be removed, the outline of the area to be removed shall be cut on a neat line with a power-driven saw to a minimum depth of 0.17-foot before removing the surfacing. REMOVING CONCRETE Removing concrete shall conform to Section 15-3, "Removing Concrete," of the Standard Specifications and these Special Provisions. Existing box culverts, inlets, headwalls, endwalls, and other concrete drainage structures, where any portion of such structures is within 3 feet of the grading plane in excavation areas, or within one foot of original ground in embankment areas, or where shown on the plans to be removed, shall be completely removed. Removed concrete may be buried in adjacent embankments as provided in Section 15-3.02, “Removal,” of the Standard Specifications or shall be disposed of. Removed concrete shall be disposed of outside the highway right of way. REMOVAL OF CULVERTS AND PIPE LINES Existing culverts and utility pipe lines, where shown on the plans to be removed, shall be removed.

5-47

PART 5/COUNTY

Culverts and pipe lines within three (3) feet of vertical distance measured from final grade to top of culvert shall be removed. Culverts greater than three (3) feet in vertical distance measured from final grade to top of culvert shall be removed or, at the option of the Contractor, abandoned in place. All resulting openings into existing structures that are to remain in place, shall be plugged with commercial quality concrete containing not less than 470 pounds of cement per cubic yard. Abandoning culverts and pipe lines in place shall conform to the following: Culverts and pipe lines, 24 inches in diameter and larger, shall be backfilled with sand by any method, acceptable to the Engineer, which completely fills the pipe. Sand backfill material shall be clean, free draining, and free from roots and other deleterious substances. The ends of culverts and pipe lines shall be securely closed by a 0.5-foot thick tight fitting plug or wall of commercial quality concrete. Culverts and pipe lines shall not be abandoned until their use is no longer required. The Contractor shall notify the Engineer in advance of any intended culvert or pipe abandonment. Full compensation for plugs, culvert and pipe removal, structure excavation, and backfill (including sand backfill), shall be considered as included in the contract lump sum price paid for clearing and grubbing, and no additional compensation will be allowed therefor. TREE REMOVAL Tree removal shall include removal of trees, stumps, roots and all debris from the resulting holes, to a depth of three (3) feet or as directed by the Engineer and backfilling the holes with backfill material and compacting the material in accordance with Section 19, "Earthwork," of the Standard Specifications. Full compensation for Tree Removal shall be considered as included in the contract lump sum price paid for clearing and grubbing, and no additional compensation will be allowed therefor. RELOCATING AND RESETTING OF MAILBOXES During construction operations, existing mailboxes shall be moved as necessary to clear the way for the Contractor's operations, but at all times shall be accessible for delivery. During construction, mailboxes shall either be installed on posts set in the ground or they may be installed on temporary supports approved by the Engineer. Bottom of mailboxes shall be 42 inches above edge of traveled way. When construction is complete, the mailboxes shall be reset in final position on new redwood posts. Groups of mailboxes on single-post or multi-post supports shall be provided with a new redwood plank as a supporting cross member between posts. Redwood for posts and planks shall conform to the requirements for sign posts in Section 56-2.02B, "Wood Posts," of the Standard Specifications. The space around the posts shall be backfilled with earthy material. The backfill material shall be placed in layers approximately 0.33-foot thick and each layer shall be moistened and thoroughly compacted. Existing posts and mounts shall be disposed of. Newspaper boxes on individual posts shall be moved and reset in the same manner as specified for mailboxes.

5-48

PART 5/COUNTY

Newspaper boxes attached to existing mailbox posts shall be removed and fastened to the new mailbox posts. Full compensation for disposing of existing posts and mounts, moving and maintaining the boxes (regardless of the number of moves required), and for furnishing new posts, planks and hardware shall be considered as included in the contract lump sum price paid for clearing and grubbing and no separate payment will be made therefor. RELOCATING AND RESETTING OF ROADSIDE SIGNS The relocating and resetting of roadside signs shall conform to Section 15-2.05, “Reconstruction,” of the Standard Specifications and these Special Provisions. Existing street name, warning, regulatory and guide signs and posts which interfere with construction shall be carefully removed and relocated at a standard height in temporary locations and, when construction is completed, reset in their final locations, all as directed by the Engineer. Each roadside sign shall be reset on the same day said sign is removed. REMOVAL OF PAVEMENT MARKERS Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. REMOVAL OF ASPHALT CONCRETE DIKE Prior to removing asphalt concrete dike the outside edge of the asphalt concrete to remain in place shall be cut to a neat line. The cut shall be a minimum depth of 0.17-foot. Asphalt concrete dike shall be removed in such a manner so that the surfacing which is to remain in place is not damaged. The dike shall be disposed of. The dike may be buried in embankments in the same manner as provided for burying concrete in embankments in Section 15-3, "Removing Concrete," of the Standard Specifications. The contract lump sum price paid for clearing and grubbing shall include full compensation for furnishing all labor, materials, tools equipment, and incidentals and for doing all the work involved in clearing and grubbing, complete in place, as mentioned in this provision, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 16 EARTHWORK Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these Special Provisions. The second paragraph of Section 19-5.03, “Relative Compaction (95 Percent), of the Standard Specifications is modified to read “1.0 feet below finished grade” in lieu of “2.5 feet below finished grade.” There is an anticipated surplus of excavated material.

5-49

PART 5/COUNTY

Surplus excavated material shall become the property of the Contractor and shall be disposed of outside the highway right-of-way in conformance with Special Condition No. 24, “Disposal of Materials,” of these Special Provisions. 17 EROSION CONTROL (TYPE D) Erosion control (Type D) includes applying erosion control materials to embankment and excavation slopes and other areas disturbed by construction activities. Erosion control (Type D) must comply with Section 20-3, "Erosion Control," of the Standard Specifications and these special provisions. If the slope on which the erosion control to be placed is finished during the rainy season as specified under "Water Pollution Control" of these special provisions, apply erosion control to the slope immediately. Before applying erosion control materials, prepare soil surface under Section 19-2.05, "Slopes," of the Standard Specifications, except that rills and gullies exceeding 2 inches in depth or width must be leveled. Remove vegetative growth, temporary erosion control materials, and other debris from areas to receive erosion control. MATERIALS Materials must comply with Section 20-2, "Materials," of the Standard Specifications and these special provisions. Seed Seed must comply with Section 20-2.10, "Seed," of the Standard Specifications. Seed not required to be labeled under the California Food and Agricultural Code shall be tested for purity and germination by a seed laboratory certified by the Association of Official Seed Analysts or by a seed technologist certified by the Society of Commercial Seed Technologists. Measure and mix individual seed species in the presence of the Engineer. Seed must contain at most 1.0 percent total weed seed by weight. Deliver seed to the job site in unopened separate containers with the seed tag attached. Containers without a seed tag attached are not accepted. The Engineer takes a sample of approximately 1 ounce or 0.25 cup of seed for each seed lot greater than 2 pounds. Seed must comply with the following:

5-50

PART 5/COUNTY

Basic Erosion Control Seed Mix – PLS

Erosion Control Seed Mix Botanical Name (Common Name)

Minimum % Germination () 10/65 50/10

Pounds Pure Live Seed Per Acre (PLS) (Slope Measurement) 0.26 0.05

Leymus condensatus (giant rye grass)

80/80

0.64

Lotus scoparius (deerweed)

90/80

2.16

Artemisia tridentata (big sagebrush) Eriogonum fasciculatum var. polifolium (mountain buckwheat)

*Seed produced in California only.

Habitat Based Seed Mixes Chamise Chaparral Seed Mix -– PLS Riparian Seed Mix

Botanical Name (Common Name)

Minimum % Germination

Adenostoma fasciculatum (chamise) Eriogonum fasciculatum var. polifolium (mountain buckwheat ) Gutierrezia californica (California matchweed) Galium angustifolium (narrow-leaf bedstraw) Elymus elymoides (squirreltail) Lotus scoparius (Deerweed) Muhenbergia rigens (Deergrass) Triticum x elymus(Regreen)

Total

Pounds Pure Live Seed Per Acre (PLS) (Slope Measurement)

90/20

0.54

50/10

0.05

10/10

0.015

80/30 90/60 90/80 70 85

0.36 0.27 2.16 3.00 20.00 27.395

Seed Sampling Supplies At the time of seed sampling, provide the Engineer a glassine lined bag and custody seal tag for each seed lot sample. Commercial Fertilizer No fertilizer of any type shall be used.

5-51

PART 5/COUNTY

Stabilizing Emulsion Stabilizing emulsion must comply with Section 20-2.11, "Stabilizing Emulsion," of the Standard Specifications and these special provisions. Stabilizing emulsion: 1. Must be in a dry powder form 2. Must be a processed organic adhesive used as a soil tackifier 3. May be reemulsifiable Fiber Comply with "Erosion Control" of these special provisions. Fiber must be: 1. Wood Wood Fiber must comply with the following: 1. Free from lead paint, printing ink, varnish, petroleum products, seed germination inhibitors, or chlorine bleach 2. Free from synthetic or plastic materials 3. At most 7 percent ash Wood Fiber must comply with the following: 1. Long strand, whole wood fibers, thermo-mechanically processed from clean, whole wood chips 2. Not made from sawdust, cardboard, paper, or paper byproducts 3. At least 25 percent of fibers 3/8 inch long 4. At least 40 percent held on a No. 25 sieve Coloring Agent Use a biodegradable, nontoxic coloring agent free from copper, mercury, and arsenic. CONSTRUCTION Site Preparation Immediately prior to applying seed to erosion control (Type D) areas, trash and debris and weeds must be removed. Removed weeds must be disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. APPLICATION Apply erosion control materials as follows: 1. Apply the following mixture with hydroseeding equipment at the rates indicated within 60 minutes after the seed has been added to the mixture:

5-52

PART 5/COUNTY

Material

Pounds Per Acre (Slope Measurement) See Attached Tables for Application Rates 2000 30-50

Seed Fiber Stabilizing Emulsion (Solids)

The ratio of total water to total stabilizing emulsion in the mixture must be as recommended by the manufacturer. The Engineer may change the rates of erosion control materials to meet field conditions. MEASUREMENT AND PAYMENT Erosion control (Type D) will be measured by the acre. The area will be calculated on the basis of actual or computed slope measurements. Estimated quantities shall be based on actual area of the face of the slope, not on plan view. The contract price paid per acre for erosion control (Type D) includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in applying erosion control (Type D, compost, fiber, stabilizing emulsion, seed) complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 18 MOVE-IN/MOVE-OUT (EROSION CONTROL) Move-in/move-out (erosion control) shall include moving onto the project when an area is ready to receive erosion control as determined by the Engineer, setting up all required personnel and equipment for the application of erosion control materials and moving out all personnel and equipment when erosion control in that area is completed. When areas are ready to receive applications of erosion control (Types C or D), as determined by the Engineer, the Contractor shall begin erosion control work in that area within 5 working days of the Engineer’s notification to perform the erosion control work. Attention is directed to the requirements of erosion control (Types C or D) elsewhere in these special provisions. Quantities of move-in/move-out (erosion control) will be determined as units from actual count as determined by the Engineer. For measurement purposes, a move-in followed by a move-out will be considered as one unit. The contract unit price paid for move-in/move-out (erosion control) shall include full compensation for furnishing all labor, materials (excluding erosion control materials), tools, equipment, and incidentals and for doing all the work involved in moving in and removing from the project all personnel and equipment necessary for application of erosion control (Types C or D), as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

5-53

PART 5/COUNTY

No adjustment of compensation will be made for any increase or decrease in the quantities of move-in/move-out (erosion control) required, regardless of the reason for the increase or decrease. The provisions in Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to the item of move-in/move-out (erosion control). 19 ROCK SLOPE PROTECTION Rock slope protection shall conform to the provisions in Section 72, "Slope Protection," of the Standard Specifications and these Special Provisions. All references in the Regional Standard Drawings and elsewhere to the term rip rap shall refer to the term “rock” as the term is used herein and in the Standard Specifications. For the purposes of this project, the two terms are considered interchangeable. Filter blanket for rock energy dissipaters and rock slope protection shall be (rock slope protection fabric or specify type(s) of granular material). Rock slope protection fabric shall be woven or nonwoven type fabric, Type A or Type B, at the option of the Contractor. Full compensation for furnishing and placing filter blanket for rock energy dissipaters and rock slope protection shall be considered as included in the contract price paid per cubic yard for the particular rock class shown in Regional Standard Drawing D-40, and no separate payment will be made therefor. 20 AGGREGATE BASE Aggregate base shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these Special Provisions. Class 2 aggregate base shall be 3/4-inch maximum aggregate. The aggregate shall not be treated with lime, cement, or other chemical material before performing grading, resistance, or sand equivalent tests. The sand equivalent shall be 30 minimum for the operating range, and 27 minimum for contract compliance. The R-value may be waived provided the material has a Sand Equivalent of 35 or more. Class 2 aggregate base may consist of broken or crushed asphalt concrete, portland cement concrete, railroad ballast, glass, crushed rock, rock dust or natural material as long as the resulting material conforms to all above specified tests. Class 3 aggregate base shall be free from vegetable matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. The percentage composition by weight of Class 3 aggregate base shall conform to the grading requirements in the following table when determined by Calif. Test 202: Percentage Passing

5-54

PART 5/COUNTY

Sieve Size

Contract Compliance

1-1/2 Inches 1 Inch No. 4 No. 30 No. 200

100 90-100 50-100 25-55 5-18

The aggregate shall also conform to the following quality requirements: Tests Resistance (R-value) Sand Equivalent

Calif. Test

Operating Range

Contract Compliance

301 217

-32

73 Min. 30 Min.

The R-value may be waived provided the material has a Sand Equivalent of 35 or more. The R-value will not be waived for aggregate which have been treated with lime, cement, or other chemical material Disintegrated granite acceptable for use as Class 3 aggregate base may be dumped in piles on the subgrade and spread from the dumped material. Separation of aggregate shall be avoided, and the material as spread shall be free from pockets of large or small material. The Contractor may elect to supply Class 2 aggregate base in lieu of Class 3 aggregate base. Class 2 aggregate base shall conform to Section 26, "Aggregate Bases," of the Standard Specifications and these Special Conditions. Before any Class 2 aggregate base is hauled, the Contractor shall notify the Engineer, in writing, that Class 2 aggregate base will be supplied in lieu of Class 3 aggregate base. Once the Contractor has so notified the Engineer of the election to provide Class 2 aggregate base, the Contractor will not be subsequently permitted to supply Class 3 aggregate base without prior written request to do so and approval in writing thereof by the Engineer. If the Contractor elects to use Class 2 aggregate base in lieu of Class 3, it may be placed in conformance with the requirements for Class 3 aggregate base, as specified in these Special Provisions. Class 3 aggregate base may consist of broken or crushed asphalt concrete, portland cement concrete, railroad ballast, glass, crushed rock, rock dust or natural material as large as the resulting material conforms to the above specifications. Class 2 aggregate base supplied in lieu of Class 3 aggregate base will be measured and paid for as aggregate base, Class 3. Aggregate Base Class 2 shall be measured and paid for by the cubic yard as described in the Standard Specifications. 21 ASPHALT CONCRETE TYPE B Asphalt concrete shall be Type B and shall conform to Section 39, "Asphalt Concrete,” of the Standard Specifications and these special provisions.

5-55

PART 5/COUNTY

Asphalt concrete shall be produced at an established commercial mixing plant. The aggregate and asphalt binder shall be heated and mixed thoroughly. The grade of asphalt binder to be mixed with aggregate for Type B asphalt concrete shall be Grade 64-10, and shall conform to the provisions in Section 92, "Asphalts," of the Standard Specifications. The asphalt content of the asphalt mixture will be determined in conformance with the requirements in California Test 382; or, if approved by the Engineer, in conformance with the requirements in California Test 379. For payment purposes, County Materials Lab shall verify asphalt content by California Test 382. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased 1% by weight of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Section 39-2.02, "Aggregate,” of the Standard Specifications is modified as follows: Change the Sand Equivalent for Contract Compliance (Min) from "42" to "50" for Asphalt Concrete, Type B, and delete the Sand Equivalent Operating Range (Min) for Asphalt Concrete, Type B. The Aggregate from each separate bin used for asphalt concrete, Type B, except for the bin containing the fine material, shall have a Cleanness Value of 60 minimum as determined by California Test 227, modified as follows: Tests will be performed on the material retained on the No. 8 sieve from each bin and will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loading of the entire sample on a 12-inch diameter, No. 4 sieve, nested on top of a 12-inch diameter, No. 8 sieve. Where a coarse aggregate bin contains material which will pass a 3/8-inch sieve and be retained on a No. 8 sieve, the test specimen weight and wash water volume specified for 1 /2-inch maximum will be used. Where a coarse aggregate bin contains material which will pass the maximum size specified and be retained on a 3/8-inch sieve, the test specimen weight and volume of wash water specified for a 1-inch by No. 4 aggregate size will be used. Samples will be obtained from the weigh box area during or immediately after discharge from each bin of the batching plant or immediately prior to mixing with asphalt in the case of continuous mixers. The Cleanness Value of the test sample from each of the bins will be separately computed and reported.

5-56

PART 5/COUNTY

The asphalt content of the asphalt mixture will be determined by extraction tests in accordance with California Test 382 or ASTM 2172. In the sixth paragraph of Section 39-6.01, "General Requirements,” at the table make the following changes: a)

delete the words "Shown on Plans" in the heading of the first column,

b)

in the first line, change "0.20-foot or less" to read "0.25-foot or less,” and

c)

delete in its entirety the second line which begins with "0.25".

Add to the sixth paragraph of Section 39-6.01, "General Requirements,” of the Standard Specifications, the following: The final lift of asphalt concrete pavement shall be 1/2-inch maximum, medium grading with a minimum compacted layer thickness of not less than 0.125 foot. When the total compacted asphalt concrete pavement thickness being placed is less than 0.17-foot, the 1/2-inch maximum, medium grading shall be used; when the total compacted asphalt concrete pavement thickness being placed is equal to or greater than 0.17-foot, the 3/4-inch” Maximum, Medium grading shall be used except that the final lift shall be as denoted above. The use of 3/8-inch maximum grading shall not be used within the traveled way, unless directed by the Engineer. Prior to spreading asphalt concrete, a paint binder of asphaltic emulsion or of paving asphalt shall be furnished and applied uniformly to a pavement to be surfaced and to contact surfaces of all cold pavement joints, curbs, gutters and to other surfaces designated by the Engineer. If paving asphalt is furnished, it shall be applied at a temperature of not less than 285o F, nor more than 350o F. Asphalt concrete shall be spread with a self-propelled spreader ready for compaction without further shaping. The compaction after rolling shall be 95% of the density obtained with the California Kneading Compactor per California Test 304. The field density of compacted asphalt concrete shall be determined by: a)

a properly calibrated nuclear asphalt testing device in the field (calibration shall be current); or

b)

ASTM D 1188 when slabs or cores are taken for laboratory testing. Zinc sterate may be substituted for paraffin.

In case of dispute, method (b) shall be used.

5-57

PART 5/COUNTY

At road connections and private drives, additional asphalt concrete surfacing material shall be placed, hand raked and compacted to form a smooth, tapered connection. When an asphalt concrete overlay will abut an existing concrete gutter, concrete cross gutter, asphalt concrete dike, berm, road connection, private drive, or other existing feature, the existing asphalt concrete pavement shall be cold planed. The cold planed area shall be six-feet wide with a uniform depth equal to the compacted asphalt layer thickness unless otherwise specified on the plans or directed by the Engineer. The outside lines of the planed area shall be neat and uniform. Planing asphalt concrete pavement operations shall be performed without damage to the surfacing to remain in place. Asphalt concrete surfacing material shall be hand-raked and compacted to form smooth tapered connections along all edges including those edges adjacent to soil. The edges of asphalt concrete shall be hand-raked, at 45 degrees or flatter, so as to provide a smooth transition next to existing soil, including those areas scheduled for shoulder backing. The completed surfacing shall be true to grade and cross section, of uniform smoothness and texture, compacted firmly and free from depressions, humps or irregularities. Asphalt concrete, Type B shall be measured and paid for by the ton of asphalt concrete placed and described in the Standard Specifications. Temporary asphalt shown on the stage construction plans shall be part of the traffic control lump sum bid price. 22 FINISHING ROADWAY Finishing roadway shall conform to the provisions in Section 22, "Finishing Roadway," of the Standard Specifications. The contract lump sum price for Finishing Roadway shall include all items included in the Standard Specifications. 23 REINFORCED CONCRETE PIPE Reinforced concrete pipe shall conform to the provisions in Section 65, "Reinforced Concrete Pipe," of the Standard Specifications and these Special Provisions. Bedding material shall be sand, gravel, ¾” crushed aggregate, recycled materials, or native free draining granular material having a sand equivalent of not less than 30 or having a coefficient of permeability greater than 1.4 inches/hour, or other material approved by the Engineer. The use of recycled materials for pipe bedding and pipe backfill is encouraged. Recycled materials shall conform to the following specifications: 1. All materials shall be clean, hard, sound, durable, and uniform in quality. 2. Recycled materials for use in pipe bedding and pipe backfill may include Portland cement concrete, broken or crushed asphalt concrete, railroad ballast, stucco (metal lath removed), glass, crushed porcelain material, crushed rock, rock dust, or natural material. 3. The material shall be clean, hard, sound, durable, uniform in quality, and free of any detrimental quantity of soft, friable, thin, elongated or laminated pieces, disintegrated material, organic matter, oil, alkali, or other deleterious substance.

5-58

PART 5/COUNTY

4. Required gradation shall conform to applicable requirements of the Standard Specifications and the special provisions. 5. R-Value = 73 minimum (California 301) 6. Sand Equivalent (S.E.) = 30 minimum (California 217) 7. Percentage Wear (ASTM C 131) i. 100 revolutions ii. 500 revolutions 8. Durability = 35 minimum (California 229). 9. PH level shall be as recommended by the manufacturer for the type of pipe to be placed or otherwise encountered. Qualification testing of recycled materials prior to approval for use and field verification testing of representative samples brought to the site will be required. Bedding material shall be placed 4 inches minimum thickness below the bottom of pipe. Full compensation for bedding material shall be considered as included in the contract price paid per linear foot for reinforced concrete pipe and no separate payment will be made therefor. Full compensation for replacement of structural section (aggregate base and temporary and permanent asphalt concrete) shall be considered as included in the contract price paid per linear foot for reinforced concrete pipe and no separate payment will be made therefor.

24 PLACE ASPHALT CONCRETE DIKE, TYPE E This work shall consist of constructing asphalt concrete dike, Type E in accordance with these Special Provisions. Asphalt concrete shall be produced at an established commercial mixing plant. The aggregate and asphalt binder shall be heated and mixed thoroughly. The maximum size aggregate shall be 3/8 inch. Prior to spreading asphalt concrete, a paint binder of asphaltic emulsion or of paving asphalt shall be furnished and applied uniformly to a pavement to be surfaced. If paving asphalt is furnished, it shall be applied at a temperature of not less than 285o F. nor more than 350o F. Dikes shall be shaped and compacted with equipment capable of shaping and compacting the material to the required cross section. The quantity of place asphalt concrete dike, Type E to be paid for by the linear foot will be the length in feet measured along the completed dike. The contract price paid per linear foot for place asphalt concrete dike, Type E shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing

5-59

PART 5/COUNTY

all the work involved in constructing asphalt concrete dike, Type E, complete in place, including furnishing and placing asphalt concrete and paint binder, removing and disposing of existing dike and preparing the area to be surfaced, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. 25 OVERSIDE DRAIN Tapered inlets, flume downdrains and downdrain anchor assemblies shall conform to the provisions in Section 69, "Overside Drains,” of the Standard Specifications and these Special Provisions. 26 REINFORCEMENT Bar reinforcement shall conform to the provisions in Section 52, "Reinforcement," of the Standard Specifications and these Special Provisions. Full compensation for bar reinforcing steel shall be considered as included in the contract price paid for pounds of reinforcement for the related item of work and no separate payment will be made therefore. 27 REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING NOTE: Use only when none of the yellow paint to be removed in the project contains lead. If it is determined that yellow paint to be removed contains lead, use XE"15-300_A08-17-01-DU". Traffic stripe and pavement marking removal shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications, and these Special Provisions. Traffic stripes and pavement marking shall be removed at the locations shown on the plans and as directed by the Engineer. Attention is directed to "Water Pollution Control" of these special provisions. Surfaces from which traffic stripes and pavement marking have been removed shall be resealed utilizing an asphaltic emulsion and sand. When removal is being performed in areas adjacent to traffic, people or property, the Contractor shall provide suitable safety devices and take appropriate action to prevent damage or injury to same. Nothing in these special provisions shall relieve the Contractor from his responsibilities as provided in Section 7-1.09, "Public Safety," of the Standard Specifications. Collected material from the removal of painted traffic stripe and pavement marking shall be disposed of in accordance with Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Full compensation for resealing all surfaces with asphaltic emulsion and sand and for collecting and disposing of material deposited on the pavement as a result of the removal of painted traffic stripe and pavement marking shall be considered as included in the contract price paid per

5-60

PART 5/COUNTY

linear foot for remove traffic stripe and pavement marking – no lead, and no additional compensation will be allowed therefore. 28 REMOVE ASPHALT CONCRETE Remove asphalt concrete shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these Special Provisions. Remove asphalt concrete shall consist of the removal of asphalt concrete pavement, as shown on the plans and as directed by the Engineer. When a portion of existing pavement is to be removed as shown on the plans, the outline of the area to be removed shall be cut on a neat line with a power-driven saw to a minimum depth of 0.17-foot before removing the surfacing. Full compensation for saw cutting existing pavement shall be considered as included in the contract price paid per square yard for remove asphalt concrete, and no additional compensation will be allowed therefor. Removed asphalt concrete which has been crushed or broken into pieces not greater than 6 inches in size may be used as embankment material. If used as embankment material, it shall be placed and compacted in the same manner specified for embankment material which contains rock as specified in Section 19-5, "Compacting,” of the Standard Specifications. 29 DISINTEGRATED GRANITE (STABILIZED) Disintegrated granite (stabilized) for pathways shall conform to these special provisions. Disintegrated granite with binder additive shall be placed on the pathway as shown on the plans, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable surface. Submittals For each product specified, the Contractor shall submit a 5 lb. sample and sieve analysis for grading of disintegrated granite and receive written approval by the Engineer prior to any construction. Site Conditions Disintegrated granite (stabilized) shall not be installed during rainy conditions or when ambient temperature is below 40 degrees Fahrenheit. Quality Assurance The Installer shall provide evidence to indicate successful experience in providing disintegrated granite paving containing binder additive. The Contractor shall install a 4 ft. wide x 10 ft. long mock-up of disintegrated granite paving with binder additive at location as directed by the engineer. Warranty General Warranty: The special warranty specified in this special provision shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents.

5-61

PART 5/COUNTY

Special Warranty: The Contractor shall submit a written warranty executed by the installer agreeing to repair or replace components of stabilized surfacing that fail in materials or workmanship within the specified warranty period. Failures include, but are not limited to, the following: Premature wear and tear, provided the material is maintained in accordance with manufacturer’s written maintenance instructions. Failure of system to meet performance requirements. Warranty Period: Contractor shall provide warranty for performance of product. Contractor shall warranty installation of product for the time of one year from completion. Contractor shall provide, for a period of sixty days, unconditional maintenance and repairs as required. Materials Disintegrated granite shall conform to these special provisions. Disintegrated granite shall be any igneous rock which has been weathered in place, or any sedimentary material principally derived from igneous rock, and shall be free from vegetable matter and other deleterious substances. The percentage composition by weight of disintegrated granite shall conform to the grading requirements in the following table when determined by Calif. Test 202: Sieve Size #3/8 No. 4 No 8 No 16 No. 30 No 50 No 100 No. 200

Percent Passing 100 50-100 75-80 55-65 40-50 25-35 15-20 10-15

Binder Binder shall consist of a non-toxic, organic, colorless and odorless binder for disintegrated granite, as manufactured by Stabilizer Solutions, Inc, or an approved equal. Blending Binder Blend 12 to 16 lbs (per manufacturer’s recommendations) of binder per 1 ton of disintegrated granite. It is critical that binder be thoroughly and uniformly mixed throughout the disintegrated granite. Bucket blending is not acceptable. Blending with a rake and or shovel is not acceptable. Placement Edges of areas to receive stabilized disintegrated granite shall be edged with 2” x 4” treated timber edge and header boards. Each board shall be secured by 1” x 2” x 18” timber stakes spaced at 4 feet on centers, but not less than two stakes per board. No edge or header boards

5-62

PART 5/COUNTY

are required where pathway is placed against asphalt concrete pavement of portland cement concrete sidewalks. After pre-blending, the stabilized disintegrated granite shall be placed on the prepared subgrade, and screed level to the plan grade and cross section. Apply water to achieve full depth moisture penetration of the stabilized pathway profile. Water activates the binder. To achieve saturation of stabilized pathway profile, 25 to 45 gallons of water per 1 ton must be applied (check manufacturer’s guidelines). During water application randomly test for depth using a probing device to the final depth. Upon thorough moisture penetration, the disintegrated granite and binder shall be compacted to 85% relative compaction by compaction equipment such as a 2 to 4 ton double drum roller, or a 1,000 lb. single drum roller with vibratory plate tamp. Do not begin compaction for 6 hours after placement and up to 48 hours. Finished surface of pathway shall be smooth, uniform and solid. There shall be no evidence of chipping or cracking. Cured and compacted pathway surface shall be firm throughout profile with no spongy areas. Loose material shall not be present on the surface. Any significant irregularities in path surface shall be repaired to the uniformity of entire installation. Repairs Damaged areas shall be removed to the full depth of the stabilized disintegrated granite and square off sidewalls. If area is dry, moisten damaged portion lightly. Pre-bending shall consist of placing and blending the required amount of dry binder powder with the proper amount of disintegrated granite in a concrete mixer. Add water to the pre-blended disintegrated granite and binder. Thoroughly moisten mix with 25 to 45 gallons of water per 1 ton of pre-blended material or to approximately 10% moisture content. Apply moistened, pre-blended disintegrated granite to the excavated and prepared area and screed to finish grade. Compact with an 8” to 10” hand tamp or 250 to 300 pound roller. Keep traffic off areas for 12 to 48 hours after repair has been completed. Payment The contract price paid per cubic yard for disintegrated granite (stabilized) shall include full compensation for furnishing all labor, materials (including binder), tools, equipment, and incidentals and for doing all the work involved in constructing stabilized disintegrated granite pathways, complete in place, including furnishing warranty and providing sixty days of unconditional maintenance and repairs, as required, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Full compensation for furnishing and installing treated timber edge boards and headers shall be considered as included in the contract unit price paid per cubic yard for disintegrated granite and no additional compensation will be allowed therefor. 30 PAINT TRAFFIC STRIPE AND PAINT PAVEMENT MARKING Paint traffic stripes (traffic lines) and paint pavement marking (legends) shall conform to the provisions in Section 84-1, "General," and Section 84-3, "Painted Traffic Stripes and Pavement Markings," of the Standard Specifications and these Special Provisions.

5-63

PART 5/COUNTY

Layout for traffic striping (traffic lines) and pavement markings (legends) shall be applied in accordance with plans provided at the time of construction, or as directed by the Engineer. Paint for traffic stripes and pavement markings shall be lead free, Rapid Dry Water Borne. Solvent borne paint shall not be used. A Certificate from the paint manufacturer, stating the paint is lead free and not solvent borne, shall be provided to the Engineer prior to commencement of striping operations. Samples of paint will be collected randomly in the field for testing by the Engineer. If the paint is found to contain lead or any lead compound, the Contractor shall, at its own expense, neatly and thoroughly remove any and all lead or lead compound bearing markings (both stripes or pavement markings) from the road surface. Any waste material generated as a result of the aforesaid removal operation shall be considered as Hazardous Material and shall be disposed of, at the Contractor’s expense, in conformance to all applicable State and Federal laws. Certification of said disposal shall be provided to the Engineer. In the event air pollution control requirements change, the Contractor shall use a lead free paint product that conforms to the most current State Specifications that satisfy the requirements. Copies of State Specifications for Traffic Paint and Glass Beads may be obtained from the State of California Transportation Laboratory, P.O. Box 19128-0, Sacramento, CA 95819, Telephone: (916) 227-7000. Paint for traffic stripes and pavement markings shall be applied in two coats in accordance with Section 84-3.05, “Application,” of the Standard Specifications and these Special Provisions. Glass beads shall be applied with both coats of paint. The first coat of paint for traffic stripes and limit lines shall be applied the same day immediately following completion of pavement rolling or where there is no new pavement, as directed by the Engineer. The second coat of paint for traffic stripes and limit lines may be applied the same day if the first coat of paint is dry. If the first coat of paint is not dry, the second coat of paint shall be applied no later than five calendar days following application of the first coat. Pavement markings (both coats), except for limit lines, shall be completed no later than five calendar days following completion of pavement rolling or where there is no new pavement, as directed by the Engineer. Stencils for pavement markings shall conform to the current edition of the Standard Plans of the State of California, Department of Transportation. Stencils shall be approved by the Engineer prior to use on the contract. Pavement markers, where required, shall not be applied until all traffic striping has been completed. In the event traffic striping or pavement marking is not applied within the time restraints specified in this contract, the Owner may suspend or cease construction operations until such time all required traffic striping and pavement marking has been performed to the satisfaction of the Engineer.

5-64

PART 5/COUNTY

The Contractor shall be responsible for maintaining safe traffic operation through the work area. 31 PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications and these Special Provisions. All references herein to the term “reflective” pavement markers shall refer to the term “retroreflective” pavement markers as the term is used in the Standard Specifications. For the purposes of this project, the two terms are considered interchangeable. All Reflective Pavement Markers used in this contract shall be Stimsonite Model 911 (4x4), glass faced, abrasion resistant markers or an approved equal. The Department of Transportation of California (Caltrans) maintains a trade name list of approved and pre-qualified and tested signing and delineation materials and products. Glass faced, abrasion resistant reflective pavement markers not listed on the Caltrans list of Approved Traffic Products shall not be used in the work. A Certificate of Compliance shall be furnished as specified in Section 6-1.07, "Certificates of Compliance,” of the Standard Specifications for reflective pavement markers. Said certificate shall also certify that the reflective pavement markers conform to the prequalified testing and approval of Caltrans, Division of Traffic Operations and were manufactured in accordance with the approved quality control program. Pavement marker height shall be 0.70-inch minimum. "Low profile" type markers will not be accepted. The control lines for placing markers shall be the existing traffic stripes, or a theoretical extension thereof, or as directed by the Engineer. The Contractor will not be required to place markers on roads that are not striped. Markers shall be installed in accordance with Standard Plans A20A, A20B, A20C and RSP A20D (contained in Part VIII of these Contract Documents), and these Special Provisions. Markers shall not be placed on new asphalt concrete surfacing until the surfacing has been opened to public traffic for a period of not less than seven (7) days when hot melt bituminous adhesive is used, and not less than fourteen (14) days when epoxy adhesive is used. Placement of pavement markers shall be completed within twenty-one (21) days of application of asphalt concrete surfacing, or where there is no new pavement, as directed by the Engineer. Markers shall not be placed in the following locations, unless otherwise directed by the Engineer: 1) On raised medians. 2) Adjacent to raised medians which are not supplemented by left-edge striping. 3) Adjacent to right-edge striping. 4) On roads that are not striped. Markers adjacent to channelizing lines shall be placed in accordance with Detail 38 of Standard Plan A20D.

5-65

PART 5/COUNTY

In the event pavement markers are not applied within the time restraints specified in this contract, the Owner may suspend or cease construction operations until such time all pavement markers have been placed to the satisfaction of the Engineer. The Contractor shall be responsible for maintaining safe traffic operation through the work area. 32 AMENDED SOIL Amended soil shall conform to the details provided on the plans and these special provisions. The material will be placed in the two locations as depicted on the plans and by layers as indicated on the section details. The growing medium soil will be similar to a loamy sand or approved equal. The material must maintain a minimum percolation rate of 5 inches per hour and be suitable for maintaining plant life. The plantings shall be installed per the table below, or as approved by the Engineer. Application shall be by hand spreading or other suitable means as approved by the Engineer.

Big Sagebrush Scrub/Coast Live Oak Woodland – top of bioretention basin revegetated with this seed mix

Common name big sagebrush mountain buckwheat giant rye grass

Scientific name Artemisia tridentata Eriogonum fasciculatum var. polifolium Leymus condensatus

deerweed

Lotus scoparius

Application (lb/acre)

Minimum Percent Purity/Germination

Pounds Per Acre of Pure Live Seed (PLS)

4

10/65

0.26

1

50/10

0.05

1

80/80

0.64

3

90/80

2.16

Chemise Chaparral - sides of bioretention basin revegetated with this seed mix Common name

Scientific name

Application (lb/acre)

5-66

Minimum Percent Purity/Germination

Pounds Per Acre of Pure

PART 5/COUNTY

chamise mountain buckwheat California matchweed narrow-leaf bedstraw squirreltail

deerweed

Adenostoma fasciculatum Eriogonum fasciculatum var. polifolium Gutierrezia californica Galium angustifolium Elymus elymoides Lotus scoparius

3

90/20

Live Seed (PLS) 0.54

50/10

0.05

10/10

0.015

80/30

0.36

90/60

0.27

90/80

2.16

1 1.5 1.5

0.5 3

The storage area shall be Class 2 permeable” per Caltrans specification 68-1.025 or approved equal. Open-graded crushed rock, washed, may be used, but requires 4”-6” washed pea gravel be substituted at the top of the crushed rock gravel layers. The contract price paid per cubic yard for Amended Soil shall include full compensation for furnishing all labor, materials, tool equipment, and incidentals to install the materials as shown on the plans and as directed by the Engineer. 33 USFS SIGN RELOCATE The Contractor shall relocate the existing USFS sign to the location specified on plans. The lump sum price paid for USFS Sign Relocate shall include full compensation for furnishing all labor, materials, tool equipment, and incidentals to relocate the sign and reconstruct the foundation as shown on the plans, per the detail contained in Part VIII of these Contract Documents, and as directed by the Engineer. 34 CHAIN LINK FENCE New chain link fence and gates shall conform to the provisions in Section 80, "Fences," of the Standard Specifications and these Special Provisions. The wire used in the manufacture of new chain link fabric shall be 9 gage.

5-67

PART 5/COUNTY

PART VI SPECIAL PROVISIONS - AMENDMENTS TO STANDARD SPECIFICATIONS

7/14

6-1

PART 6/COUNTY

AMENDMENTS TO MAY 2006 STANDARD SPECIFICATIONS UPDATED JUNE 6, 2008 SECTION 0: GLOBAL REVISIONS Issue Date: July 31, 2007 Global revisions are changes to contract documents not specific to a section of the Standard Specifications. •

In each contract document at each occurrence: 1. Except where existing asphalt concrete is described, replace "asphalt concrete" with "hot mix asphalt" 2. Except where existing AC is described, replace "AC" with "HMA" where AC means asphalt concrete SECTION 1: DEFINITIONS AND TERMS

Issue Date: January 18, 2008 Section 1-1.01, "General," of the Standard Specifications is amended by adding the following: • The Department is gradually changing the style and language of the specifications. The new style and language includes: 1. Use of: 1.1. Imperative mood 1.2. Introductory modifiers 1.3. Conditional clauses 2. Elimination of: 2.1. 2.2. 2.3. 2.4.

Language variations Definitions for industry-standard terms Redundant specifications Needless cross-references

• The use of this new style does not change the meaning of a specification not yet using this style. • The specifications are written to the Bidder before award and the Contractor after. Before award, interpret sentences written in the imperative mood as starting with "The Bidder must" and interpret "you" as "the Bidder" and "your" as "the Bidder's." After award, interpret 7/14

6-2

PART 6/COUNTY

sentences written in the imperative mood as starting with "The Contractor must" and interpret "you" as "the Contractor" and "your" as "the Contractor's." • Unless an object or activity is specified to be less than the total, the quantity or amount is all of the object or activity. • All items in a list apply unless the items are specified as choices. • Interpret terms as defined in the Contract documents. A term not defined in the Contract documents has the meaning defined in Means Illustrated Construction Dictionary, Condensed Version, Second Edition. The 1st table in Section 1-1.02, "Abbreviations," of the Standard Specifications is amended by adding: SSPC

The Society for Protective Coatings

Section 1, "Definitions and Terms," of the Standard Specifications is amended by adding the following sections: 1-1.082 BUSINESS DAY • Day on the calendar except Saturday or holiday. 1-1.084 CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES • The California Manual on Uniform Traffic Control Devices for Streets and Highways (California MUTCD) is issued by the Department of Transportation and is the Federal Highway Administration's MUTCD 2003 Edition, as amended for use in California. 1-1.125 DEDUCTION • Amount of money permanently taken from progress payment and final payment. Deductions are cumulative and are not retentions under Pub Cont Code § 7107. 1-1.205 FEDERAL-AID CONTRACT • Contract that has a Federal-aid project number on the cover of the Notice to Contractors and Special Provisions. 1-1.245 HOLIDAY 1. Every Sunday 2. January 1st, New Year's Day 3. 3rd Monday in January, Birthday of Martin Luther King, Jr. 4. February 12th, Lincoln's Birthday 5. 3rd Monday in February, Washington's Birthday 6. March 31st, Cesar Chavez Day 7. Last Monday in May, Memorial Day 8. July 4th, Independence Day 9. 1st Monday in September, Labor Day 10. 2nd Monday in October, Columbus Day 7/14

6-3

PART 6/COUNTY

11. November 11th, Veterans Day 12. 4th Thursday in November, Thanksgiving Day 13. Day after Thanksgiving Day 14. December 25th, Christmas Day • If January 1st, February 12th, March 31st, July 4th, November 11th, or December 25th falls on a Sunday, the Monday following is a holiday. If November 11th falls on a Saturday, the preceding Friday is a holiday. Interpret "legal holiday" as "holiday." 1-1.475 WITHHOLD • Money temporarily or permanently taken from progress payment. Withholds are cumulative and are not retentions under Pub Cont Code § 7107. Section 1-1.255, "Legal Holidays," of the Standard Specifications is deleted. Section 1-1.265, "Manual on Uniform Traffic Control Devices," of the Standard Specifications is deleted. Section 1-1.266, "Manual on Uniform Traffic Control Devices California Supplement," of the Standard Specifications is deleted. Section 1-1.39 "State," of the Standard Specifications is amended to read: 1-1.39 STATE • The State of California, including its agencies, departments, or divisions, whose conduct or action is related to the work. SECTION 3: AWARD AND EXECUTION OF CONTRACT Issue Date: August 17, 2007 Section 3-1.025, "Insurance Policies," of the Standard Specifications is amended to read: 3-1.025 INSURANCE POLICIES • The successful bidder shall submit: 1. Copy of its commercial general liability policy and its excess policy or binder until such time as a policy is available, including the declarations page, applicable endorsements, riders, and other modifications in effect at the time of contract execution. Standard ISO form No. CG 0001 or similar exclusions are allowed if not inconsistent with Section 7-1.12, "Indemnification and Insurance." Allowance of additional exclusions is at the discretion of the Department. 7/14

6-4

PART 6/COUNTY

2. Certificate of insurance showing all other required coverages. Certificates of insurance, as evidence of required insurance for the auto liability and any other required policy, shall set forth deductible amounts applicable to each policy and all exclusions that are added by endorsement to each policy. The evidence of insurance shall provide that no cancellation, lapse, or reduction of coverage will occur without 10 days prior written notice to the Department. 3. A declaration under the penalty of perjury by a certified public accountant certifying the accountant has applied Generally Accepted Accounting Principles (GAAP) guidelines confirming the successful bidder has sufficient funds and resources to cover any self-insured retentions if the self-insured retention is $50,000 or higher. • If the successful bidder uses any form of self-insurance for workers compensation in lieu of an insurance policy, it shall submit a certificate of consent to self-insure in accordance with the provisions of Section 3700 of the Labor Code. Section 3-1.03, "Execution of Contract," of the Standard Specifications is amended to read: 3-1.03 EXECUTION OF CONTRACT • The contract shall be signed by the successful bidder and returned, together with the contract bonds and the documents identified in Section 3-1.025, "Insurance Policies," within 10 business days of receiving the contract for execution. Section 3-1.04, "Failure to Execute Contract," of the Standard Specifications is amended to read: 3-1.04 FAILURE TO EXECUTE CONTRACT • Failure of the lowest responsible bidder, the second lowest responsible bidder, or the third lowest responsible bidder to execute the contract as required in Section 3-1.03, "Execution of Contract," within 10 business days of receiving the contract for execution shall be just cause for the forfeiture of the proposal guaranty. The successful bidder may file with the Department a written notice, signed by the bidder or the bidder's authorized representative, specifying that the bidder will refuse to execute the contract if it is presented. The filing of this notice shall have the same force and effect as the failure of the bidder to execute the contract and furnish acceptable bonds within the time specified. Section 3-1.05, "Return of Proposal Guaranties," of the Standard Specifications is amended to read: 3-1.05 RETURN OF PROPOSAL GUARANTIES • The Department keeps the proposal guaranties of the 1st, 2nd and 3rd lowest responsible bidders until the contract has been executed. The other bidders' guaranties, other than bidders' bonds, are returned upon determination of the 1st, 2nd, and 3rd apparent lowest bidders, and their bidders' bonds are of no further effect. 7/14

6-5

PART 6/COUNTY

SECTION 4: SCOPE OF WORK Issue Date: August 17, 2007 Section 4-1.01, "Intent of Plans and Specifications," of the Standard Specifications is amended by adding the following: •

Nothing in the specifications voids the Contractor's public safety responsibilities. SECTION 5: CONTROL OF WORK

Issue Date: February 1, 2008 Section 5, "Control of Work," of the Standard Specifications is amended by adding the following sections: 5-1.005 GENERAL • Failure to comply with any specification part is a breach of the contract and a waiver of your right to time or payment adjustment. • After contract approval, submit documents and direct questions to the Engineer. Orders, approvals, and requests to the Contractor are by the Engineer. • The Engineer furnishes the following in writing: 1. Approvals 2. Notifications 3. Orders •

The Contractor must furnish the following in writing: 1. 2. 3. 4. 5. 6.

Assignments Notifications Proposals Requests, sequentially numbered Subcontracts Test results

• The Department rejects a form if it has any error or any omission. • Convert foreign language documents to English. • Use contract administration forms available at the Department's Web site. • If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next business day with the same effect as if it had been submitted on the day specified.

7/14

6-6

PART 6/COUNTY

5-1.015 RECORD RETENTION, INSPECTION, COPYING, AND AUDITING • Retain project records and make them available for inspection, copying, and auditing by State representatives from bid preparation through: 1. Final payment 2. Resolution of claims, if any • For at least 3 years after the later of these, retain and make available for inspection, copying, and auditing cost records by State representatives including: 1. 2. 3. 4. 5. 6.

Records pertaining to bid preparation Overhead Payroll records and certified payroll Payments to suppliers and subcontractors Cost accounting records Records of subcontractors and suppliers

• Maintain the records in an organized way in the original format, electronic and hard copy, conducive to professional review and audit. • Before contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier 5 days before inspection, copying, or auditing. • If an audit is to start more than 30 days after contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier when the audit is to start. Section 5-1.01, "Authority of Engineer," of the Standard Specifications is amended by adding: • Failure to enforce a contract provision does not waive enforcement of any contract provision. Section 5-1.04, "Coordination and Interpretation of Plans, Standard Specifications, and Special Provisions," of the Standard Specifications is amended to read: 5-1.04 CONTRACT COMPONENTS • A component in one contract part applies as if appearing in each. The parts are complementary and describe and provide for a complete work. • If a discrepancy exists: 1. The governing ranking of contract parts in descending order is: 1.1. 1.2. 1.3. 1.4. 7/14

Special provisions Project plans Revised Standard Plans Standard Plans 6-7

PART 6/COUNTY

1.5. Amendments to the Standard Specifications 1.6. Standard Specifications 1.7. Project information 2. Written numbers and notes on a drawing govern over graphics 3. A detail drawing governs over a general drawing 4. A detail specification governs over a general specification 5. A specification in a section governs over a specification referenced by that section •

If a discrepancy is found or confusion arises, request correction or clarification.

Section 5-1.07, "Lines and Grades," of the Standard Specifications is replaced with the following: 5-1.07 LINES AND GRADES • The Engineer places stakes and marks under Chapter 12, "Construction Surveys," of the Department's Surveys Manual. • Submit your request for Department-furnished stakes: 1. On a Request for Construction Stakes form. Ensure: 1.1. Requested staking area is ready for stakes 1.2. You use the stakes in a reasonable time 2. A reasonable time before starting an activity using the stakes • Establish priorities for stakes and note priorities on the request. • Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer replaces them at the Engineer's earliest convenience and deducts the cost. Section 5-1.116, "Differing Site Conditions," is amended to read: 5-1.116 DIFFERING SITE CONDITIONS (23 CFR 635.109) 5-1.116A Contractor's Notification • Promptly notify the Engineer if you find either of the following: 1. Physical conditions differing materially from either of the following: 1.1. Contract documents 1.2. Job site examination 2. Physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract 7/14

6-8

PART 6/COUNTY

• Include details explaining the information you relied on and the material differences you discovered. • If you fail to notify the Engineer promptly, you waive the differing site condition claim for the period between your discovery of the differing site condition and your notification to the Engineer. • If you disturb the site after discovery and before the Engineer's investigation, you waive the differing site condition claim.



5-1.116B Engineer's Investigation and Decision Upon your notification, the Engineer investigates job site conditions and: 1. Notifies you whether to resume affected work 2. Decides whether the condition differs materially and is cause for an adjustment of time, payment, or both



5-1.116C Protests You may protest the Engineer's decision by: 1. Submitting an Initial Notice of Potential Claim within 5 business days after receipt of the Engineer's notification 2. Complying with claim procedures

• The Initial Notice of Potential Claim must detail the differences in your position from the Engineer's determination and support your position with additional information, including additional geotechnical data. Attach to the Initial Notice of Potential Claim a certification stating that you complied with Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work." • Promptly submit supplementary information when obtained. SECTION 6: CONTROL OF MATERIALS Issue Date: August 17, 2007 Section 6-1.05, "Trade Names and Alternatives," of the Standard Specifications is amended to read: 6-1.05 Specific Brand or Trade Name and Substitution • A reference to a specific brand or trade name establishes a quality standard and is not intended to limit competition. You may use a product that is equal to or better than the specified brand or trade name if approved. • Submit a substitution request within a time period that: 1. Follows Contract award 2. Allows 30 days for review 7/14

6-9

PART 6/COUNTY

3. Causes no delay • Include substantiating data with the substitution request that proves the substitution: 1. Is of equal or better quality and suitability 2. Causes no delay in product delivery and installation Section 6, "Control of Materials," of the Standard Specifications is amended by adding the following sections: 6-1.085 BUY AMERICA (23 CFR 635.410) • For a Federal-aid contract, furnish steel and iron materials to be incorporated into the work that are produced in the United States except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)] 2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2,500, material produced outside the United States may be used •

Production includes: 1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition 2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials

• For steel and iron materials to be incorporated into the work, submit a Certificate of Compliance under Section 6-1.07, "Certificates of Compliance," of the Standard Specifications that certifies all production processes occurred in the United States except for the above exceptions. 6-1.087 BUY AMERICA (PUB RES CODE § 42703(d)) • Furnish crumb rubber to be incorporated into the work that is produced in the United States and is derived from waste tires taken from vehicles owned and operated in the United States. • For crumb rubber to be incorporated into the work, submit a Certificate of Compliance under Section 6-1.07, "Certificates of Compliance," of the Standard Specifications that certifies only crumb rubber manufactured in the United States and derived from waste tires taken from vehicles owned and operated in the United States is used. The 7th and 8th paragraph of Section 6-2.01, "General," of the Standard Specifications are amended to read: 7/14

6-10

PART 6/COUNTY

• Upon the Contractor's written request, the Department tests materials from an untested local source. If satisfactory material from that source is used in the work, the Department does not charge the Contractor for the tests; otherwise, the Department deducts the test cost. The 2nd sentence of the 7th paragraph of Section 6-2.02, "Possible Local Material Sources," of the Standard Specifications is amended to read: •

The Department deducts the charges for the removed material. SECTION 7: LEGAL RELATIONS AND RESPONSIBILITIES

Issue Date: May 2, 2008 Section 7-1.01, "Laws To Be Observed," of the Standard Specifications is amended to read: 7-1.01 LAWS TO BE OBSERVED • Comply with laws, regulations, orders, decrees, and permits applicable to the project. Indemnify and defend the State against any claim or liability arising from the violation of a law, regulation, order, decree, or permit by you or your employees. Immediately report to the Engineer in writing a discrepancy or inconsistency between the contract and a law, regulation, order, decree, or permit. The 3rd listed requirement of the 1st paragraph of Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications is amended to read: 3. Upon becoming aware of the subcontractor's failure to pay the specified prevailing rate of wages to the subcontractor's workers, the Contractor must diligently take corrective action to stop or rectify the failure, including withholding sufficient funds due the subcontractor for work performed on the public works project. The 2nd paragraph of Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications is amended to read: • Pursuant to Section 1775 of the Labor Code, the Division of Labor Standards Enforcement must notify the Contractor on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on that public works project to pay workers the general prevailing rate of per diem wages. If the Division of Labor Standards Enforcement determines that employees of a subcontractor were not paid the general prevailing rate of per diem wages and if the Department did not withhold sufficient money under the contract to pay those employees the balance of wages owed under the general prevailing rate of per diem wages, the Contractor must withhold an amount of moneys due the subcontractor sufficient to pay those employees the general prevailing rate of per diem wages if 7/14

6-11

PART 6/COUNTY

requested by the Division of Labor Standards Enforcement. The Contractor must pay any money withheld from and owed to a subcontractor upon receipt of notification by the Division of Labor Standards Enforcement that the wage complaint has been resolved. If notice of the resolution of the wage complaint has not been received by the Contractor within 180 days of the filing of a valid notice of completion or acceptance of the public works project, whichever occurs later, the Contractor must pay all moneys withheld from the subcontractor to the Department. The Department withholds these moneys pending the final decision of an enforcement action. The 2nd paragraph of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is amended to read: • The Department withholds the penalties specified in subdivision (g) of Labor Code § 1776 for noncompliance with the requirements in Section 1776. The 4th paragraph of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is amended to read: • The Department withholds for delinquent or inadequate payroll records (Labor Code § 1771.5). If the Contractor has not submitted an adequate payroll record by the month's 15th day for the period ending on or before the 1st of that month, the Department withholds 10 percent of the monthly progress estimate, exclusive of mobilization. The Department does not withhold more than $10,000 or less than $1,000. The 5th paragraph of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is deleted. Section 7-1.01A(6), "Workers' Compensation," of the Standard Specifications is amended to read: 7-1.01A(6) (Blank) The fourth sentence of the second paragraph of Section 7-1.02, "Load Limitations," of the Standard Specifications is amended to read: • Trucks used to haul treated base, portland cement concrete, or hot mix asphalt shall enter onto the base to dump at the nearest practical entry point ahead of spreading equipment. Section 7-1.02, "Load Limitations," of the Standard Specifications is amended by adding the following paragraph after the 4th paragraph: • Loads imposed on existing, new, or partially completed structures shall not exceed the load carrying capacity of the structure or any portion of the structure as determined by AASHTO LRFD with interims and California Amendments, Design 7/14

6-12

PART 6/COUNTY

Strength Limit State II. The compressive strength of concrete (f'c) to be used in computing the load carrying capacity shall be the smaller of the following: 1. Actual compressive strength at the time of loading 2. Value of f' c shown on the plans for that portion of the structure or 2.5 times the value of f c (extreme fiber compressive stress in concrete at service loads) shown on the plans for portions of the structure where no f' c is shown The first sentence of the eighth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: • Signs, lights, flags, and other warning and safety devices and their use shall conform to the requirements set forth in Part 6 of the California MUTCD. The sixteenth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: • When vertical clearance is temporarily reduced to 15.5 feet or less, low clearance warning signs shall be placed in accordance with Part 2 of the California MUTCD and as directed by the Engineer. Signs shall conform to the dimensions, color, and legend requirements of the California MUTCD and these specifications except that the signs shall have black letters and numbers on an orange retroreflective background. W12-2P signs shall be illuminated so that the signs are clearly visible. The last sentence of the 2nd paragraph of Section 7-1.11, "Preservation of Property," of the Standard Specifications is amended to read: •

The cost of the repairs must be borne by the Contractor and will be deducted.

Section 7-1.12, "Indemnification and Insurance," of the Standard Specifications is amended to read: 7-1.12 INDEMNIFICATION AND INSURANCE • The Contractor's obligations regarding indemnification of the State of California and the requirements for insurance shall conform to the provisions in Section 3-1.025, "Insurance Policies," and Sections 7-1.12A, "Indemnification," and 7-1.12B, "Insurance," of this Section 7-1.12. 7-1.12A Indemnification • The Contractor shall defend, indemnify, and save harmless the State, including its officers, employees, and agents (excluding agents who are design professionals) from any and all claims, demands, causes of action, damages, costs, expenses, actual attorneys' fees, losses or liabilities, in law or in equity (Section 7-1.12A Claims) arising out of or in connection with the Contractor's performance of this contract for:

7/14

6-13

PART 6/COUNTY

1. Bodily injury including, but not limited to, bodily injury, sickness or disease, emotional injury or death to persons, including, but not limited to, the public, any employees or agents of the Contractor, the State, or any other contractor; and 2. Damage to property of anyone including loss of use thereof; caused or alleged to be caused in whole or in part by any negligent or otherwise legally actionable act or omission of the Contractor or anyone directly or indirectly employed by the Contractor or anyone for whose acts the Contractor may be liable. • Except as otherwise provided by law, these requirements apply regardless of the existence or degree of fault of the State. The Contractor is not obligated to indemnify the State for Claims arising from conduct delineated in Civil Code Section 2782 and to Claims arising from any defective or substandard condition of the highway that existed at or before the start of work, unless this condition has been changed by the work or the scope of the work requires the Contractor to maintain existing highway facilities and the Claim arises from the Contractor's failure to maintain. The Contractor's defense and indemnity obligation shall extend to Claims arising after the work is completed and accepted if the Claims are directly related to alleged acts or omissions by the Contractor that occurred during the course of the work. State inspection is not a waiver of full compliance with these requirements. • The Contractor's obligation to defend and indemnify shall not be excused because of the Contractor's inability to evaluate liability or because the Contractor evaluates liability and determine that the Contractor is not liable. The Contractor shall respond within 30 days to the tender of any Claim for defense and indemnity by the State, unless this time has been extended by the State. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, the Department may withhold such funds the State reasonably considers necessary for its defense and indemnity until disposition has been made of the Claim or until the Contractor accepts or rejects the tender of defense, whichever occurs first. • With respect to third-party claims against the Contractor, the Contractor waives all rights of any type to express or implied indemnity against the State, its officers, employees, or agents (excluding agents who are design professionals). • Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these indemnification specifications. 7-1.12B Insurance 7-1.12B(1) General • Nothing in the contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these insurance specifications. 7-1.12B(2) Casualty Insurance • The Contractor shall procure and maintain insurance on all of its operations with companies acceptable to the State as follows: 7/14

6-14

PART 6/COUNTY

1. The Contractor shall keep all insurance in full force and effect from the beginning of the work through contract acceptance. 2. All insurance shall be with an insurance company with a rating from A.M. Best Financial Strength Rating of A- or better and a Financial Size Category of VII or better. 3. The Contractor shall maintain completed operations coverage with a carrier acceptable to the State through the expiration of the patent deficiency in construction statute of repose set forth in Code of Civil Procedure Section 337.1. 7-1.12B(3) Workers' Compensation and Employer's Liability Insurance • In accordance with Labor Code Section 1860, the Contractor shall secure the payment of worker's compensation in accordance with Labor Code Section 3700. • In accordance with Labor Code Section 1861, the Contractor shall submit to the Department the following certification before performing the work: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. • Contract execution constitutes certification submittal. • The Contractor shall provide Employer's Liability Insurance in amounts not less than: 1. $1,000,000 for each accident for bodily injury by accident 2. $1,000,000 policy limit for bodily injury by disease 3. $1,000,000 for each employee for bodily injury by disease • If there is an exposure of injury to the Contractor's employees under the U.S. Longshoremen's and Harbor Workers' Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime employees, coverage shall be included for such injuries or claims. 7-1.12B(4) Liability Insurance 7-1.12B(4)(a) General • The Contractor shall carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf of the Contractor providing insurance for bodily injury liability and property damage liability for the following limits and including coverage for: 1. 2. 3. 4. 5. 7/14

Premises, operations, and mobile equipment Products and completed operations Broad form property damage (including completed operations) Explosion, collapse, and underground hazards Personal injury 6-15

PART 6/COUNTY

6. Contractual liability



7-1.12B(4)(b) Liability Limits/Additional Insureds The limits of liability shall be at least the amounts shown in the following table: Total Bid

For Each Occurrence1

Aggregate for Products/Completed Operation $2,000,000

General Aggregate2

Umbrella or Excess Liability3

≤$1,000,000 $1,000,000 $2,000,000 $5,000,000 >$1,000,000 ≤$5,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000 >$5,000,000 ≤$25,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000 >$25,000,000 $2,000,000 $2,000,000 $4,000,000 $25,000,000 1. Combined single limit for bodily injury and property damage. 2. This limit shall apply separately to the Contractor's work under this contract. 3. The umbrella or excess policy shall contain a clause stating that it takes effect (drops down) in the event the primary limits are impaired or exhausted.

• The Contractor shall not require certified Small Business subcontractors to carry Liability Insurance that exceeds the limits in the table above. Notwithstanding the limits specified herein, at the option of the Contractor, the liability insurance limits for certified Small Business subcontractors of any tier may be less than those limits specified in the table. For Small Business subcontracts, "Total Bid" shall be interpreted as the amount of subcontracted work to a certified Small Business. • The State, including its officers, directors, agents (excluding agents who are design professionals), and employees, shall be named as additional insureds under the General Liability and Umbrella Liability Policies with respect to liability arising out of or connected with work or operations performed by or on behalf of the Contractor under this contract. Coverage for such additional insureds does not extend to liability: 1. Arising from any defective or substandard condition of the roadway which existed at or before the time the Contractor started work, unless such condition has been changed by the work or the scope of the work requires the Contractor to maintain existing roadway facilities and the claim arises from the Contractor's failure to maintain; 2. For claims occurring after the work is completed and accepted unless these claims are directly related to alleged acts or omissions of the Contractor that occurred during the course of the work; or 3. To the extent prohibited by Insurance Code Section 11580.04 • Additional insured coverage shall be provided by a policy provision or by an endorsement providing coverage at least as broad as Additional Insured (Form B) endorsement form CG 2010, as published by the Insurance Services Office (ISO), or other form designated by the Department.

7/14

6-16

PART 6/COUNTY

7-1.12B(4)(c) Contractor's Insurance Policy is Primary • The policy shall stipulate that the insurance afforded the additional insureds applies as primary insurance. Any other insurance or self-insurance maintained by the State is excess only and shall not be called upon to contribute with this insurance. 7-1.12B(5) Automobile Liability Insurance • The Contractor shall carry automobile liability insurance, including coverage for all owned, hired, and nonowned automobiles. The primary limits of liability shall be not less than $1,000,000 combined single limit each accident for bodily injury and property damage. The umbrella or excess liability coverage required under Section 7-1.12B(4)(b) also applies to automobile liability. 7-1.12B(6) Policy Forms, Endorsements, and Certificates • The Contractor shall provide its General Liability Insurance under Commercial General Liability policy form No. CG0001 as published by the Insurance Services Office (ISO) or under a policy form at least as broad as policy form No. CG0001. 7-1.12B(7) Deductibles • The State may expressly allow deductible clauses, which it does not consider excessive, overly broad, or harmful to the interests of the State. Regardless of the allowance of exclusions or deductions by the State, the Contractor is responsible for any deductible amount and shall warrant that the coverage provided to the State is in accordance with Section 7-1.12B, "Insurance." 7-1.12B(8) Enforcement • The Department may assure the Contractor's compliance with its insurance obligations. Ten days before an insurance policy lapses or is canceled during the contract period, the Contractor shall submit to the Department evidence of renewal or replacement of the policy. • If the Contractor fails to maintain any required insurance coverage, the Department may maintain this coverage and withhold or charge the expense to the Contractor or terminate the Contractor's control of the work in accordance with Section 8-1.08, "Termination of Control." • The Contractor is not relieved of its duties and responsibilities to indemnify, defend, and hold harmless the State, its officers, agents, and employees by the Department's acceptance of insurance policies and certificates. • Minimum insurance coverage amounts do not relieve the Contractor for liability in excess of such coverage, nor do they preclude the State from taking other actions available to it, including the withholding of funds under this contract. 7-1.12B(9) Self-Insurance • Self-insurance programs and self-insured retentions in insurance policies are subject to separate annual review and approval by the State. • If the Contractor uses a self-insurance program or self-insured retention, the Contractor shall provide the State with the same protection from liability and defense of 7/14

6-17

PART 6/COUNTY

suits as would be afforded by first-dollar insurance. Execution of the contract is the Contractor's acknowledgement that the Contractor will be bound by all laws as if the Contractor were an insurer as defined under Insurance Code Section 23 and that the self-insurance program or self-insured retention shall operate as insurance as defined under Insurance Code Section 22. SECTION 8: PROSECUTION AND PROGRESS Issue Date: August 17, 2007 The 2nd paragraph of Section 8-1.02, "Assignment," of the Standard Specifications is amended to read: • If the Contractor assigns the right to receive contract payments, the Department accepts the assignment upon the Engineer's receipt of a notice. Assigned payments remain subject to deductions and withholds described in the contract. The Department may use withheld payments for work completion whether payments are assigned or not. SECTION 9: MEASUREMENT AND PAYMENT Issue Date: August 17, 2007 The last sentence of the 1st paragraph of Section 9-1.02, "Scope of Payment," of the Standard Specifications is amended to read: • Neither the payment of any estimate nor of any retained percentage or withhold relieves the Contractor of any obligation to make good any defective work or material. The 6th paragraph of Section 9-1.03C, "Records," of the Standard Specifications is deleted. The 2nd sentence of the 14th paragraph of Section 9-1.04, "Notice of Potential Claim," of the Standard Specifications is amended to read: • Administrative disputes are disputes of administrative deductions or withholds, contract item quantities, contract item adjustments, interest payments, protests of contract change orders as provided in Section 4-1.03A, "Procedure and Protest," and protests of the Weekly Statement of Working Days as provided in Section 8-1.06, "Time of Completion." Section 9-1.05, "Stop Notices," of the Standard Specifications is amended to read: 9-1.05 STOP NOTICE WITHHOLDS • The Department may withhold payments to cover claims filed under Civ Code § 3179 et seq. 7/14

6-18

PART 6/COUNTY

Section 9, "Measurement and Payment," of the Standard Specifications is amended by adding the following sections: 9-1.053 PERFORMANCE FAILURE WITHHOLDS • During each estimate period you fail to comply with a contract part, including submittal of a document as specified, the Department withholds a part of the progress payment. The documents include quality control plans, schedules, traffic control plans, and water pollution control submittals. • For 1 performance failure, the Department withholds 25 percent of the progress payment but does not withhold more than 10 percent of the total bid. • For multiple performance failures, the Department withholds 100 percent of the progress payment but does not withhold more than 10 percent of the total bid. • The Department returns performance-failure withholds in the progress payment following the correction of noncompliance. 9-1.055 PENALTY WITHHOLDS • Penalties include fines and damages that are proposed, assessed, or levied against you or the Department by a governmental agency or citizen lawsuit. Penalties are also payments made or costs incurred in settling alleged permit violations of Federal, State, or local laws, regulations, or requirements. The cost incurred may include the amount spent for mitigation or correcting a violation. • If you or the Department is assessed a penalty, the Department may withhold the penalty amount until the penalty disposition has been resolved. The Department may withhold penalty funds and notify you within 15 days of the withhold. If the penalty amount is less than the amount being withheld from progress payments for retentions, the Department will not withhold the penalty amount. • If the penalty is resolved for less than the amount withheld, the Department pays interest at a rate of 6 percent per year on the excess withhold. If the penalty is not resolved, the withhold becomes a deduction. • Instead of the withhold, you may provide a bond payable to the Department of Transportation equal to the highest estimated liability for any disputed penalties proposed. 9-1.057 PROGRESS WITHHOLDS FOR FEDERAL-AID CONTRACTS • Section 9-1.057, "Progress Withholds for Federal-Aid Contracts," applies to a Federal-aid contract. • The Department withholds 10 percent of a partial payment for noncompliant progress. Noncompliant progress occurs when: 1. Total days to date exceed 75 percent of the revised contract working days 2. Percent of working days elapsed exceeds the percent of value of work completed by more than 15 percent

7/14

6-19

PART 6/COUNTY

• The Engineer determines the percent of working days elapsed by dividing the total days to date by the revised contract working days and converting the quotient to a percentage. • The Engineer determines the percent of value of work completed by summing payments made to date and the amount due on the current progress estimate, dividing this sum by the current total estimated value of the work, and converting the quotient to a percentage. These amounts are shown on the Progress Payment Voucher. • When the percent of working days elapsed minus the percent of value of work completed is less than or equal to 15 percent, the Department returns the withhold in the next progress payment. The 3rd paragraph of Section 9-1.06, "Partial Payments," of the Standard Specifications is amended to read: • For a non-Federal-aid project, the Department retains 10 percent of the estimated value of the work done and 10 percent of the value of materials estimated to have been furnished and delivered and unused or furnished and stored as part security for the fulfillment of the contract by the Contractor, except that at any time after 20 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Department may reduce the total amount being retained from payment pursuant to the above requirements to 5 percent of the total estimated value of the work and materials and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of the work and materials. In addition, on any partial payment made after 95 percent of the work has been completed, the Department may reduce the amount retained from payment pursuant to the requirements of this Section 9-1.06, to such lesser amount as the Department determines is adequate security for the fulfillment of the balance of the work and other requirements of the contract, but in no event is that amount reduced to less than 125 percent of the estimated value of the work yet to be completed as determined by the Engineer. The reduction is made only upon the request of the Contractor and must be approved in writing by the surety on the performance bond and by the surety on the payment bond. The approval of the surety must be submitted to the Disbursing Officer of the Department; the signature of the person executing the approval for the surety must be properly acknowledged and the power of attorney authorizing the person to give that consent must either accompany the document or be on file with the Department. The retentions specified in this paragraph are those defined in Pub Cont Code § 7107(b). The 1st sentence of the 4th paragraph of Section 9-1.06, "Partial Payments," of the Standard Specifications is amended to read: • The Department shall pay monthly to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be deducted or withheld under the provisions of the contract.

7/14

6-20

PART 6/COUNTY

The title and 1st and 2nd paragraphs of Section 9-1.065, "Payment of Withheld Funds," of the Standard Specifications are amended to read: 9-1.065 RELEASE OF RETAINED FUNDS • The Department releases retained funds if you: 1. Request release of the retention (Pub Cont Code § 10263) in writing 2. Deposit securities equivalent to the funds you want released into escrow with the State Treasurer or with a bank acceptable to the Department 3. Are the beneficial owner of and receive interest on the deposited securities substituted for the retained funds The 2nd sentence Section 9-1.07A, "Payment Prior to Proposed Final Estimate," of the Standard Specifications is amended to read: • The Department pays the balance due less previous payments, deductions, withholds, and retentions under the provisions of the contract and those further amounts that the Engineer determines to be necessary pending issuance of the proposed final estimate and payment thereon. The 1st paragraph of Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications is amended to read: • After acceptance by the Director, the Engineer makes a proposed final estimate of the total amount payable to the Contractor, including an itemization of the total amount, segregated by contract item quantities, extra work, and other basis for payment, and shows each deduction made or to be made for prior payments and amounts to be deducted, withheld, or retained under the provisions of the contract. Prior estimates and payments are subject to correction in the proposed final estimate. The Contractor must submit written approval of the proposed final estimate or a written statement of claims arising under or by virtue of the contract so that the Engineer receives the written approval or statement of claims no later than close of business of the 30th day after receiving the proposed final estimate. The Contractor's receipt of the proposed final estimate must be evidenced by postal receipt. The Engineer's receipt of the Contractor's written approval or statement of claims must be evidenced by postal receipt or the Engineer's written receipt if delivered by hand. SECTION 12: CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Issue Date: October 6, 2006 The first sentence of the second paragraph of Section 12-1.01, "Description," of the Standard Specifications is amended to read: • 7/14

Attention is directed to Part 6 of the California MUTCD. 6-21

PART 6/COUNTY

Section 12-2.01, "Flaggers," of the Standard Specifications is amended to read: 12-2.01 FLAGGERS • Flaggers while on duty and assigned to traffic control or to give warning to the public that the highway is under construction and of any dangerous conditions to be encountered as a result thereof, shall perform their duties and shall be provided with the necessary equipment in conformance with Part 6 of the California MUTCD. The equipment shall be furnished and kept clean and in good repair by the Contractor at the Contractor's expense. The first paragraph of Section 12-3.01, "General," of the Standard Specifications is amended to read: • In addition to the requirements in Part 6 of the California MUTCD, all devices used by the Contractor in the performance of the work shall conform to the provisions in this Section 12-3. The second sentence of the first paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • Construction area signs are shown in or referred to in Part 6 of the California MUTCD. The first sentence of the fourth paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • All construction area signs shall conform to the dimensions, color and legend requirements of the plans, Part 6 of the California MUTCD and these specifications. The first sentence of the eighth paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • Used signs with the specified sheeting material will be considered satisfactory if they conform to the requirements for visibility and legibility and the colors conform to the requirements in Part 6 of the California MUTCD. SECTION 19: EARTHWORK Issue Date: July 31, 2007 Section 19-1.03, "Grade Tolerance," of the Standard Specifications is amended to read: • Immediately prior to placing subsequent layers of material thereon, the grading plane shall conform to one of the following: 7/14

6-22

PART 6/COUNTY

A. When hot mix asphalt is to be placed on the grading plane, the grading plane at any point shall not vary more than 0.05-foot above or below the grade established by the Engineer. B. When subbase or base material to be placed on the grading plane is to be paid for by the ton, the grading plane at any point shall not vary more than 0.10-foot above or below the grade established by the Engineer. C. When the material to be placed on the grading plane is to be paid for by the cubic yard, the grading plane at any point shall be not more than 0.05-foot above the grade established by the Engineer. The first paragraph of Section 19-3.025C, "Soil Cement Bedding," of the Standard Specifications is amended to read: • Cementitious material used in soil cement bedding shall conform to the provisions in Section 90-2.01, "Cementitious Materials." Supplementary cementitious material will not be required. The fourth paragraph of Section 19-3.025C, "Soil Cement Bedding," of the Standard Specifications is amended to read: • The aggregate, cementitious material, and water shall be proportioned either by weight or by volume. Soil cement bedding shall contain not less than 282 pounds of cementitious material per cubic yard. The water content shall be sufficient to produce a fluid, workable mix that will flow and can be pumped without segregation of the aggregate while being placed. The first paragraph of Section 19-3.062, "Slurry Cement Backfill," of the Standard Specifications is amended to read: • Slurry cement backfill shall consist of a fluid, workable mixture of aggregate, cementitious material, and water. The fifth paragraph of Section 19-3.062, "Slurry Cement Backfill," of the Standard Specifications is amended to read: • Cementitious material shall conform to the provisions in Section 90-2.01, "Cementitious Materials." Supplementary cementitious material will not be required. The eighth paragraph of Section 19-3.062, "Slurry Cement Backfill," of the Standard Specifications is amended to read: • The aggregate, cementitious material, and water shall be proportioned either by weight or by volume. Slurry cement backfill shall contain not less than 188 pounds of cementitious material per cubic yard. The water content shall be sufficient to produce a fluid, workable mix that will flow and can be pumped without segregation of the aggregate while being placed. 7/14

6-23

PART 6/COUNTY

SECTION 20: EROSION CONTROL AND HIGHWAY PLANTING Issue Date: August 17, 2007 Section 20-2.03, "Soil Amendment," of the Standard Specifications is amended to read: 20-2.03 SOIL AMENDMENT • Soil amendment shall comply with the requirements in the California Food and Agricultural Code. • Soil amendment producers shall comply with the following: 1. Be fully permitted to produce compost as specified under the California Integrated Waste Management Board, Local Enforcement Agencies and any other State and Local Agencies that regulate Solid Waste Facilities. If exempt from State permitting requirements, the composting facility must certify that it follows guidelines and procedures for production of compost meeting the environmental health standards of Title 14, California Code of Regulations, Division 7, Chapter 3.1, Article 7. 2. Be a participant in United States Composting Council's Seal of Testing Assurance program. • Soil amendment shall be composted and may be derived from any single, or mixture of any of the following feedstock materials: 1. Green material consisting of chipped, shredded, or ground vegetation; or clean processed recycled wood products 2. Biosolids 3. Manure 4. Mixed food waste • Soil amendment feedstock materials shall be composted to reduce weed seeds, pathogens and deleterious materials as specified under Title 14, California Code of Regulations, Division 7, Chapter 3.1, Article 7, Section 17868.3. • Soil amendment shall not be derived from mixed municipal solid waste and must be reasonably free of visible contaminates. Soil amendment must not contain paint, petroleum products, pesticides or any other chemical residues harmful to animal life or plant growth. Soil amendment must not possess objectionable odors. • Metal concentrations in soil amendment must not exceed the maximum metal concentrations listed in Title 14, California Code of Regulations, Division 7, Chapter 3.1, Section 17868.2. • Soil amendment must comply with the following:

7/14

6-24

PART 6/COUNTY

Physical/Chemical Requirements Test Method Requirement pH *TMECC 04.11-A, Elastometric pH 1:5 Slurry 6.0–8.0 Method, pH Units Soluble Salts TMECC 04.10-A, Electrical Conductivity 1:5 Slurry 0-10.0 Method dS/m (mmhos/cm) Moisture Content TMECC 03.09-A, Total Solids & Moisture at 70+/- 5 30–60 deg C, % Wet Weight Basis Organic Matter TMECC 05.07-A, Loss-On-Ignition Organic Matter 30–65 Content Method (LOI), % Dry Weight Basis Maturity TMECC 05.05-A, Germination and Vigor Seed Emergence 80 or Above Seedling Vigor 80 or Above % Relative to Positive Control Stability TMECC 05.08-B, Carbon Dioxide Evolution Rate 8 or below mg CO 2 -C/g OM per day Particle Size TMECC 02.02-B Sample Sieving for Aggregate Size 95% Passing 5/8 inch Classification % Dry Weight Basis 70% Passing 3/8 inch Pathogen TMECC 07.01-B, Fecal Coliform Bacteria < 1000 MPN/gram dry wt. Pass Pathogen TMECC 07.01-B, Salmonella < 3 MPN/4 grams dry wt. Pass Physical TMECC 02.02-C, Man Made Inert Removal and Contaminants Classification: Plastic, Glass and Metal, % > 4mm fraction Combined Total: < 1.0 Physical TMECC 02.02-C, Man Made Inert Removal and Contaminants Classification: Sharps (Sewing needles, straight pins and hypodermic None Detected needles), % > 4mm fraction *TMECC refers to "Test Methods for the Examination of Composting and Compost," published by the United States Department of Agriculture and the United States Compost Council (USCC). Property

• Prior to application, the Contractor shall provide the Engineer with a copy of the soil amendment producer's Compost Technical Data Sheet and a copy of the compost producers STA certification. The Compost Technical Data Sheet shall include laboratory analytical test results, directions for product use, and a list of product ingredients. • Prior to application, the Contractor shall provide the Engineer with a Certificate of Compliance in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications. The last 3 paragraphs of Section 20-2.10, "Seed," of the Standard Specifications are deleted. The last paragraph of Section 20-3.04A, "General," of the Standard Specifications is deleted. Section 20-4.055, "Pruning," of the Standard Specifications is amended to read:

7/14

6-25

PART 6/COUNTY

20-4.055 PRUNING • Pruning of plants shall be consistent with American National Standards Institute (ANSI), "Tree, Shrub and Other Woody Plant Maintenance Standard Practices," ANSI 300 (Part 1)-2001 and "Best Management Practices Tree Pruning," 2002 (ISBN 1881956318), published by the International Society of Arboriculture, P.O. Boc 3129, Champaign, IL 61826. SECTION 25: AGGREGATE SUBBASES Issue Date: February 16, 2007 The first paragraph of Section 25-1.02A, "Class 1, Class 2, and Class 3 Aggregate Subbases," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. 2. 3. 4. 5.

Broken stone Crushed gravel Natural rough surfaced gravel Sand Up to 100 percent of any combination of processed: 5.1. 5.2. 5.3. 5.4.

Asphalt concrete Portland cement concrete Lean concrete base Cement treated base

The first paragraph of Section 25-1.02B, "Class 4 Aggregate Subbase," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. 2. 3. 4. 5.

Broken stone Crushed gravel Natural rough surfaced gravel Sand Up to 100 percent of any combination of processed: 5.1. 5.2. 5.3. 5.4.

7/14

Asphalt concrete Portland cement concrete Lean concrete base Cement treated base 6-26

PART 6/COUNTY

SECTION 26: AGGREGATE BASE Issue Date: February 16, 2007 The first paragraph of Section 26-1.02A, "Class 2 Aggregate Base," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. 2. 3. 4. 5.

Broken stone Crushed gravel Natural rough surfaced gravel Sand Up to 100 percent of any combination of processed: 5.1. 5.2. 5.3. 5.4.

Asphalt concrete Portland cement concrete Lean concrete base Cement treated base

The first paragraph of Section 26-1.02B, "Class 3 Aggregate Base," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. 2. 3. 4. 5.

Broken stone Crushed gravel Natural rough surfaced gravel Sand Up to 100 percent of any combination of processed: 5.1. 5.2. 5.3. 5.4.

Asphalt concrete Portland cement concrete Lean concrete base Cement treated base SECTION 27: CEMENT TREATED BASES

Issue Date: July 31, 2007 The first paragraph of Section 27-1.02, "Materials," of the Standard Specifications is amended to read:

7/14

6-27

PART 6/COUNTY

• Cement shall be Type II portland cement conforming to the provisions in Section 90-2.01A, "Cement." The third paragraph of Section 27-1.02, "Materials," of the Standard Specifications is amended to read: • Aggregate for use in Class A cement treated base shall be of such quality that when mixed with cement in an amount not to exceed 5 percent by weight of the dry aggregate and compacted at optimum moisture content, the compressive strength of a sample of the compacted mixture shall not be less than 750 pounds per square inch at 7 days, when tested by California Test 312. The fourth paragraph of Section 27-1.02, "Materials," of the Standard Specifications is amended to read: • Aggregate for use in Class B cement treated base shall have a Resistance (R-value) of not less than 60 before mixing with cement and a Resistance (R-value) of not less than 80 after mixing with cement in an amount not to exceed 2.5 percent by weight of the dry aggregate. The ninth paragraph of Section 27-1.07, "Compacting," of the Standard Specifications is amended to read: • When surfacing material is hot mix asphalt, the low areas shall be filled with hot mix asphalt conforming to the requirements for the lowest layer of hot mix asphalt to be placed as surfacing. This filling shall be done as a separate operation prior to placing the lowest layer of surfacing, and full compensation for this filling will be considered as included in the contract price paid for cement treated base and no additional compensation will be allowed therefor. SECTION 28: LEAN CONCRETE BASE Issue Date: July 31, 2007 The first paragraph of Section 28-1.02, "Materials," of the Standard Specifications is amended to read: • Cement shall be Type II portland cement conforming to the provisions in Section 90-2.01A, "Cement." The sixth paragraph of Section 28-1.02, "Materials," of the Standard Specifications is amended to read: • Aggregate shall be of such quality that, when mixed with cement in an amount not to exceed 300 pounds per cubic yard, and tested in conformance with the 7/14

6-28

PART 6/COUNTY

requirements in California Test 548, the compressive strength of a sample will be not less than 700 pounds per square inch at 7 days. The second paragraph of Section 28-1.06, "Spreading, Compacting and Shaping," of the Standard Specifications is amended to read: • In advance of curing operations, lean concrete base to be surfaced with hot mix asphalt shall be textured with a drag strip of burlap, a broom or a spring steel tine device which will produce scoring in the finished surface. The scoring shall be parallel with the centerline or transverse thereto. The operation shall be performed at a time and in a manner to produce the coarsest texture practical for the method used. The second paragraph of Section 28-1.08, "Surfaces Not Within Tolerance," of the Standard Specifications is amended to read: • Hardened lean concrete base with a surface lower than 0.05-foot below the grade established by the Engineer shall be removed and replaced with lean concrete base which complies with these specifications, or if permitted by the Engineer, the low areas shall be filled with pavement material as follows: 1. When pavement material is hot mix asphalt, the low areas shall be filled with hot mix asphalt conforming to the requirements for the lowest layer of hot mix asphalt to be placed as pavement. This shall be done as a separate operation prior to placing the lowest layer of pavement, and full compensation for this filling will be considered as included in the contract price paid per cubic yard for lean concrete base and no additional compensation will be allowed therefor. 2. When pavement material is portland cement concrete, the low areas shall be filled with pavement concrete at the time and in the same operation that the pavement is placed. Full compensation for this filling will be considered as included in the contract price paid per cubic yard for lean concrete base and no additional compensation will be allowed therefor. SECTION 29: TREATED PERMEABLE BASES Issue Date: July 31, 2007 The second paragraph of Section 29-1.02B, "Cement Treated Permeable Base," of the Standard Specifications is amended to read: • Cement shall be Type II portland cement conforming to the provisions in Section 90-2.01A, "Cement." The first paragraph of Section 29-1.04A, "Asphalt Treated Permeable Base," of the Standard Specifications is amended to read:

7/14

6-29

PART 6/COUNTY

• Aggregates and asphalt for asphalt treated permeable base shall be stored, proportioned and mixed in the same manner provided for storing, proportioning and mixing aggregates and asphalt for hot mix asphalt in Section 39-1.08, "Production," except as follows: 1. The aggregate need not be separated into sizes. 2. The temperature of the aggregate before adding the asphalt binder shall be not less than 275° F nor more than 325° F. 3. Asphalt treated permeable base stored in excess of 2 hours shall not be used in the work. 4. The aggregate shall be combined with 2.5 percent paving asphalt by weight of the dry aggregate. After testing samples of the Contractor's proposed aggregate supply, the Engineer may order an increase or decrease in the asphalt content. If an increase or decrease is ordered, and the increase or decrease exceeds the specified amount by more than 0.1-percent by weight of the dry aggregate, the compensation payable to the Contractor for the asphalt treated permeable base will be increased or decreased on the basis of the total increase or decrease in asphalt. 5. The asphalt content of the asphalt mixture will be determined, at the option of the Engineer, by extraction tests in conformance with the requirements in California Test 310 or 362, or will be determined in conformance with the requirements in California Test 379. The bitumen ratio pounds of asphalt per 100 pounds of dry aggregate shall not vary by more than 0.5-pound of asphalt above or 0.5-pound of asphalt below the amount designated by the Engineer. Compliance with this requirement will be determined either by taking samples from trucks at the plant or from the mat behind the paver before rolling. If the sample is taken from the mat behind the paver, the bitumen ratio shall be not less than the amount designated by the Engineer, less 0.7-pound of asphalt per 100 pounds of dry aggregate. The second paragraph of Section 29-1.04B, "Cement Treated Permeable Base," of the Standard Specifications is amended to read: • Cement treated permeable base shall contain not less than 287 pounds of cement per cubic yard. The first paragraph of Section 29-1.05, "Spreading and Compacting Asphalt Treated Permeable Base," of the Standard Specifications is amended to read: • Asphalt treated permeable base shall be spread and compacted as specified for hot mix asphalt under the "Method" construction process in Section 39, "Hot Mix Asphalt," and these specifications. The second paragraph of Section 29-1.07, "Surfaces Not Within Tolerance," of the Standard Specifications is amended to read: • Hardened treated permeable base with a surface lower than 0.05-foot below the grade established by the Engineer shall be removed and replaced with treated 7/14

6-30

PART 6/COUNTY

permeable base which complies with these specifications, or if permitted by the Engineer, the low areas shall be filled with pavement material as follows: 1. When pavement material is hot mix asphalt, the low areas shall be filled with hot mix asphalt conforming to the requirements for the lowest layer of hot mix asphalt to be placed as pavement. This shall be done as a separate operation prior to placing the lowest layer of pavement. 2. When pavement material is portland cement concrete, the low areas shall be filled with pavement concrete at the time and in the same operation in which the pavement is placed. 3. Full compensation for filling low areas will be considered as included in the contract price paid per cubic yard for treated permeable base and no additional compensation will be allowed therefor. SECTION 37: BITUMINOUS SEALS Issue Date: August 17, 2007 The fourth through sixth paragraphs in Section 37-1.03, "Maintaining Traffic," of the Standard Specifications are amended to read: • On 2-lane two-way roadways, W8-7 "LOOSE GRAVEL" signs and W13-1 (35) speed advisory signs shall be furnished and placed adjacent to both sides of the traveled way where screenings are being spread on a traffic lane. The first W8-7 sign in each direction shall be placed where traffic first encounters loose screenings, regardless of which lane the screenings are being spread on. The W13-1 (35) signs need not be placed in those areas with posted speed limits of less than 40 MPH. The signs shall be placed at maximum 2,000-foot intervals along each side of the traveled way and at public roads or streets entering the seal coat area as directed by the Engineer. • On multilane roadways (freeways, expressways and multilane conventional highways) where screenings are being spread on a traffic lane, W8-7 "LOOSE GRAVEL" signs and W13-1 (35) speed advisory signs shall be furnished and placed adjacent to the outside edge of the traveled way nearest to the lane being worked on. The first W8-7 sign shall be placed where the screenings begin with respect to the direction of travel on that lane. The W13-1 (35) signs need not be placed in those areas with posted speed limits of less than 40 MPH. The signs shall be placed at maximum 2,000-foot intervals along the edge of traveled way and at on-ramps, public roads or streets entering the seal coat area as directed by the Engineer. • The W8-7 and W13-1 signs shall be maintained in place at each location until final brooming of the seal coat surface at that location is completed. The W8-7 and W13-1 signs shall conform to the provisions for construction area signs in Section 12, "Construction Area Traffic Control Devices." The signs may be set on temporary portable supports with the W13-1 below the W8-7 or on barricades with the W13-1 sign alternating with the W8-7 sign.

7/14

6-31

PART 6/COUNTY

The second paragraph of Section 37-1.07, "Finishing," of the Standard Specifications is amended to read: • Rollers shall be oscillating type pneumatic-tired rollers. A minimum of 2 pneumatic-tired rollers conforming to the provisions in Section 39-3.03 "Spreading and Compacting Equipment," shall be furnished. The second paragraph in Section 37-1.09, "Payment," of the Standard Specifications is amended to read: • The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying seal coat, complete in place, including furnishing, placing, maintaining, and removing W8-7 and W13-1 signs, when required, and temporary supports or barricades for the signs, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. SECTION 39: HOT MIX ASPHALT [CALTRANS HMA REVISIONS TO SECTION 39 NOT USED BY OWNER] SECTION 40: PORTLAND CEMENT CONCRETE PAVEMENT Issue Date: January 5, 2007 Section 40-1.015, "Cement Content," is deleted. Section 40-1.05, "Proportioning," of the Standard Specifications is amended to read: • Aggregate and cementitious material proportioning shall conform to the provisions in Section 90-5, "Proportioning." The first paragraph in Section 40-1.105, "Exit Ramp Termini," of the Standard Specifications is amended to read: • Concrete pavement shall be constructed at the ends of exit ramps when required by the plans or the special provisions. Texturing for exit ramp termini shall be by means of heavy brooming in a direction normal to ramp centerline. The hardened surface shall have a coefficient of friction not less than 0.35 as determined by California Test 342. Minimum cementitious material content of concrete in pavement for exit ramp termini shall be 590 pounds per cubic yard. The first paragraph in Section 40-1.14, "Payment," of the Standard Specifications is amended to read:

7/14

6-32

PART 6/COUNTY

• The contract price paid per cubic yard for concrete pavement shall include full compensation for furnishing all labor, materials (including cementitious material in the amount specified), tools, equipment, and incidentals, and for doing all the work involved in constructing the portland cement concrete pavement, complete in place, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. SECTION 41: PAVEMENT SUBSEALING AND JACKING Issue Date: January 5, 2007 The second paragraph of Section 41-1.02, "Materials," of the Standard Specifications is amended to read: • Cement for grout shall be Type II portland cement conforming to the provisions in Section 90-2.01A, "Cement." The third paragraph of Section 41-1.02, "Materials," of the Standard Specifications is amended to read: • Fly ash shall conform to the requirements in AASHTO Designation: M 295 for either Class C or for Class F. The brand of fly ash used in the work shall conform to the provisions for approval of admixture brands in Section 90-4.03, "Admixture Approval." The fifth paragraph of Section 41-1.02, "Materials," of the Standard Specifications is amended to read: • Chemical admixtures and calcium chloride may be used. Chemical admixtures in the grout mix shall conform to the provisions in Section 90-4, "Admixtures." Calcium chloride shall conform to ASTM Designation: D 98. SECTION 49: PILING Issue Date: June 6, 2008 The 4th paragraph of Section 49-1.03, "Determination of Length," of the Standard Specifications is amended to read: • Modification to the specified installation methods and specified pile tip elevation will not be considered at locations where settlement, tension demands, or lateral load demands control design pile tip elevations or when the plans state that specified pile tip elevation shall not be revised. The first sentence of the sixth paragraph of Section 49-1.03, "Determination of Length," of the Standard Specifications is amended to read: 7/14

6-33

PART 6/COUNTY

• Indicator compression pile load testing shall conform to the requirements in ASTM Designation: D 1143-81. The first sentence of the seventh paragraph of Section 49-1.03, "Determination of Length," of the Standard Specifications is amended to read: • Indicator tension pile load testing shall conform to the requirements in ASTM Designation: D 3689-90. The 9th paragraph of Section 49-1.03, "Determination of Length," of the Standard Specifications is amended to read: • The Contractor shall furnish piling of sufficient length to obtain the specified tip elevation shown on the plans or specified in the special provisions. The sixth paragraph in Section 49-1.04, "Load Test Piles," of the Standard Specifications is amended to read: • The Contractor may use additional cementitious material in the concrete for the load test and anchor piles. The 1st paragraph of Section 49-6.01, "Measurement," of the Standard Specifications is amended to read: • The length of timber, steel, and precast prestressed concrete piles, and of castin-place concrete piles consisting of driven shells filled with concrete, shall be measured along the longest side, from the tip elevation shown on the plans to the plane of pile cutoff. Section 49-6.02, "Payment," of the Standard Specifications is amended by adding the following: • When pile tips are revised by the Engineer for timber, steel, and precast prestressed concrete piles, and for cast-in-place concrete piles consisting of driven shells filled with concrete, the additional length required, including all materials, equipment, and labor for furnishing, splicing, and installing the piling, will be paid for as extra work as provided in Section 4-1.03D, "Extra Work." • All remedial work required to achieve the required nominal resistance, including suspending driving operations above the required tip elevation and redriving piles at a later time, when directed by the Engineer, will be paid for as extra work as provided in Section 4-1.03D, "Extra Work." SECTION 50: PRESTRESSING CONCRETE Issue Date: April 4, 2008 7/14

6-34

PART 6/COUNTY

The 2nd paragraph in Section 50-1.07, "Ducts," of the Standard Specifications is amended to read: • Ducts shall be fabricated with either welded or interlocked seams. Galvanizing of the welded seam will not be required. Ducts shall have sufficient strength to maintain their correct alignment during placing of concrete. Joints between sections of duct shall be positive metallic connections which do not result in angle changes at the joints. Waterproof tape shall be used at the connections. Ducts shall be bent without crimping or flattening. Transition couplings connecting the ducts to anchoring devices shall be either ferrous metal or polyolefin. Ferrous metal transition couplings need not be galvanized. The 3rd paragraph in Section 50-1.05, "Prestressing Steel," of the Standard Specifications is amended by deleting item A. The seventh paragraph in Section 50-1.07, "Ducts," of the Standard Specifications is amended to read: • All ducts with a total length of 400 feet or more shall be vented. Vents shall be placed at intervals of not more than 400 feet and shall be located within 6 feet of every high point in the duct profile. Vents shall be 1/2 inch minimum diameter standard pipe or suitable plastic pipe. Connections to ducts shall be made with metallic or plastic structural fasteners. Plastic components, if selected, shall not react with the concrete or enhance corrosion of the prestressing steel and shall be free of water soluble chlorides. The vents shall be mortar tight, taped as necessary, and shall provide means for injection of grout through the vents and for sealing the vents. Ends of vents shall be removed one inch below the roadway surface after grouting has been completed. Item B of the eleventh paragraph in Section 50-1.08, "Prestressing," of the Standard Specifications is amended to read: B. When the concrete is designated by class or cementitious material content, either the concrete compressive strength shall have reached the strength shown on the plans at the time of stressing or at least 28 days shall have elapsed since the last concrete to be prestressed has been placed, whichever occurs first. The second and third paragraphs in Section 50-1.09, "Bonding and Grouting," of the Standard Specifications are amended to read: • Grout shall consist of cement and water and may contain an admixture if approved by the Engineer. • Cement shall conform to the provisions in Section 90-2.01A, "Cement." The first paragraph in Section 50-1.11, "Payment," of the Standard Specifications is amended to read: 7/14

6-35

PART 6/COUNTY

• No separate payment will be made for pretensioning precast concrete members. Payment for pretensioning precast concrete members shall be considered as included in the contract price paid for furnish precast members as provided for in Section 51, "Concrete Structures." SECTION 51: CONCRETE STRUCTURES Issue Date: May 2, 2008 The first sentence of the eleventh paragraph of Section 51-1.05, "Forms," of the Standard Specifications is amended to read: • Form panels for exposed surfaces shall be furnished and placed in uniform widths of not less than 3 feet and in uniform lengths of not less than 6 feet, except at the end of continuously formed surfaces where the final panel length required is less than 6 feet. The first sentence of the eleventh paragraph of Section 51-1.06C, "Removing Falsework," of the Standard Specifications is amended to read: • Falsework for box culverts and other structures with decks lower than the roadway pavement and with span lengths of 14 feet or less shall not be released until the last placed concrete has attained a compressive strength of 1,600 psi, provided that curing of the concrete is not interrupted. The 6th paragraph of Section 51-1.11, "Construction Methods," of the Standard Specifications is amended to read: • Construction methods and equipment employed by the Contractor shall conform to the provisions in Section 7-1.02, "Load Limitations." The fourth paragraph in Section 51-1.12D, "Sheet Packing, Preformed Pads, and Board Fillers," of the Standard Specifications is amended to read: • Expanded polystyrene shall be a commercially available polystyrene board. Expanded polystyrene shall have a minimum flexural strength of 35 psi determined in conformance with the requirements in ASTM Designation: C 203 and a compressive yield strength of between 16 and 40 psi at 5 percent compression. Surfaces of expanded polystyrene against which concrete is placed shall be faced with hardboard. Hardboard shall be 1/8 inch minimum thickness, conforming to ANSI A135.4, any class. Other facing materials may be used provided they furnish equivalent protection. Boards shall be held in place by nails, waterproof adhesive, or other means approved by the Engineer.

7/14

6-36

PART 6/COUNTY

The 3rd paragraph of Section 51-1.12F, "Sealed Joints," of the Standard Specifications is amended to read: • Type A and AL joint seals shall consist of a groove in the concrete that is filled with field-mixed silicone sealant. The table in the 6th paragraph of Section 51-1.12F, "Sealed Joints," of the Standard Specifications is amended to read: Movement Rating (MR) MR ≤ 1 inch 1 inch < MR ≤ 2 inches 2 inches < MR ≤ 4 inches MR > 4 inches

Seal Type Type A or Type B Type B Joint Seal Assembly (Strip Seal) Joint Seal Assembly (Modular Unit) or Seismic Joint

The 1st paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal, " of the Standard Specifications is amended to read: • The sealant must consist of a 2-component silicone sealant that will withstand up to ±50 percent movement. The 2nd paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal," of the Standard Specifications is amended to read: • Silicone sealants must be tested under California Test 435 and must comply with the following: Specification Modulus at 150 percent elongation Recovery

Requirement 8–75 psi 21/32 inch max. Notched or loss of bond 1/4 inch, max. Notched or loss of bond 1/4 inch, max. No more than slight checking or cracking.

Notch Test Water Resistance Ultraviolet Exposure ASTM Designation: G 154, Table X2.1,Cycle 2. Cone Penetration

4.5-12.0 mm

The 3rd paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal," of the Standard Specifications is deleted. The 8th paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal," of the Standard Specifications is deleted.

7/14

6-37

PART 6/COUNTY

The 10th paragraph of Section 51-1.12F(3)(a), "Type A and AL Seal," of the Standard Specifications is amended to read: • A Certificate of Compliance accompanied by a certified test report must be furnished for each batch of silicone sealant in conformance with the provisions in Section 6-1.07, "Certificates of Compliance." The 2nd paragraph of Section 51-1.12F(3)(b), "Type B Seal," of the Standard Specifications is amended to read: • The preformed elastomeric joint seal must conform to the requirements in ASTM D 2628 and the following: 1. The seal must consist of a multichannel, nonporous, homogeneous material furnished in a finished extruded form. 2. The minimum depth of the seal measured at the contact surface must be at least 95 percent of the minimum uncompressed width of the seal as designated by the manufacturer. 3. When tested in conformance with the requirements in California Test 673 for Type B seals, joint seals must provide a movement rating (MR) of not less than that shown on the plans. 4. The top and bottom edges of the joint seal must maintain continuous contact with the sides of the groove over the entire range of joint movement. 5. The seal must be furnished full length for each joint with no more than 1 shop splice in any 60-foot length of seal. 6. The Contractor must demonstrate the adequacy of the procedures to be used in the work before installing seals in the joints. 7. One field splice per joint may be made at locations and by methods approved by the Engineer. The seals are to be manufactured full length for the intended joint, then cut at the approved splice section and rematched before splicing. The Contractor must submit splicing details prepared by the joint seal manufacturer for approval before beginning splicing work. 8. Shop splices and field splices must have no visible offset of exterior surfaces and must show no evidence of bond failure. 9. At all open ends of the seal that would admit water or debris, each cell must be filled to a depth of 3 inches with commercial quality open cell polyurethane foam or closed by other means subject to approval by the Engineer. The 7th paragraph of Section 51-1.12F(3)(b), "Type B Seal," of the Standard Specifications is amended to read: • The joint seal must be installed full length for each joint with equipment that does not twist or distort the seal, elongate the seal longitudinally, or otherwise cause damage to the seal or to the concrete forming the groove.

7/14

6-38

PART 6/COUNTY

The first sentence of the eleventh paragraph of Section 51-1.12F(3)(b), "Type B Seal," of the Standard Specifications is amended to read: • Samples of the prefabricated joint seals, not less than 3 feet in length, will be taken by the Engineer from each lot of material. The fourth and fifth sentences of the sixth paragraph of Section 51-1.12H(1), "Plain and Fabric Reinforced Elastomeric Bearing Pads," of the Standard Specifications are amended to read: • Each ply of fabric shall have a breaking strength of not less than 800 pounds per inch of width in each thread direction when 3" x 36" samples are tested on split drum grips. The bond between double plies shall have a minimum peel strength of 20 pounds per inch. The hardness (Type A) requirement in the table in the eighth paragraph of Section 51-1.12H(1), "Plain and Fabric Reinforced Elastomeric Bearing Pads," of the Standard Specifications is amended to read: Hardness (Type A)

D 2240 with 2kg mass.

55 ±5

The first sentence of subparagraph A of the first paragraph of Section 51-1.12H(2), "Steel Reinforced Elastomeric Bearings," of the Standard Specifications is amended to read: • The bearings shall consist of alternating steel laminates and internal elastomer laminates with top and bottom elastomer covers. Steel laminates shall have a nominal thickness of 0.075 inch (14 gage). The first paragraph in Section 51-1.135, "Mortar," of the Standard Specifications is amended to read: • Mortar shall be composed of cementitious material, sand, and water proportioned and mixed as specified in this Section 51-1.135. The third paragraph in Section 51-1.135, "Mortar," of the Standard Specifications is amended to read: • The proportion of cementitious material to sand, measured by volume, shall be one to 2 unless otherwise specified. The third sentence of the fourth paragraph of Section 51-1.17, "Finishing Bridge Decks," of the Standard Specifications is amended to read:

7/14

6-39

PART 6/COUNTY

• The surfaces shall have a profile trace showing no high points in excess of 0.25 inch, and the portions of the surfaces within the traveled way shall have a profile count of 5 or less in any 100-foot section. Section 51-1.17, "Finishing Bridge Decks," of the Standard Specifications is amended by adding the following subsection: 51-1.17A DECK CRACK TREATMENT • The Contractor shall use all means necessary to minimize the development of shrinkage cracks. • The Contractor shall remove all equipment and materials from the deck and clean the surface as necessary for the Engineer to measure the surface crack intensity. Surface crack intensity will be determined by the Engineer after completion of concrete cure, before prestressing, and before the release of falsework. In any 500 square foot portion of deck within the limits of the new concrete deck, should the intensity of cracking be such that there are more than 16 feet of cracks whose width at any location exceeds 0.02 inch, the deck shall be treated with methacrylate resin. The area of deck to be treated shall have a width that extends for the entire width of new deck inside the concrete barriers and a length that extends at least 5 feet beyond the furthest single continuous crack outside the 500 square foot portion, measured from where that crack exceeds 0.02 inch in width, as determined by the Engineer. • Deck crack treatment shall include furnishing, testing, and application of methacrylate resin and sand. If grinding is required, deck treatment shall take place before grinding. 51-1.17A(1) Submittals • Before starting deck treatment, the Contractor shall submit plans in conformance with Section 5-1.02, "Plans and Working Drawings," for the following: 1. Public safety plan for the use of methacrylate resin 2. Placement plan for the construction operation • The plans shall identify materials, equipment, and methods to be used. • The public safety plan for the use of methacrylate resin shall include details for the following: 1. 2. 3. 4. •

7/14

Shipping Storage Handling Disposal of residual methacrylate resin and the containers The placement plan for construction shall include the following:

6-40

PART 6/COUNTY

1. Schedule of deck treatment for each bridge. The schedule shall be consistent with "Maintaining Traffic" of the special provisions and shall include time for the Engineer to perform California Test 342. 2. Methods and materials to be used, including the following: 2.1. Description of equipment for applying the resin 2.2. Description of equipment for applying the sand 2.3. Gel time range and final cure time for the resin • If the measures proposed in the safety plan are inadequate to provide for public safety associated with the use of methacrylate resin, the Engineer will reject the plan and direct the Contractor to revise the plan. Directions for revisions will be in writing and include detailed comments. The Engineer will notify the Contractor of the approval or rejection of a submitted or revised plan within 15 days of receipt of that plan. • In the event the Engineer fails to complete the review within the time allowed, and if, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of the Engineer's delay in completing the review, the Contractor will be compensated for any resulting loss, and an extension of time will be granted, in the same manner as provided for in Section 8-1.09, "Right of Way Delays." 51-1.17A(2) Materials • Before using methacrylate resin, a Material Safety Data Sheet shall be submitted for each shipment of resin. • Methacrylate resin shall be low odor and have a high molecular weight. Before adding initiator, the resin shall have a maximum volatile content of 30 percent when tested in conformance with the requirements in ASTM Designation: D 2369, and shall conform to the following: PROPERTY * Viscosity

* Specific Gravity * Flash Point * Vapor Pressure Tack-free Time

REQUIREMENT 25 cP, maximum, (Brookfield RVT with UL adaptor, 50 RPM at 77°F 0.90 minimum, at 77°F 180°F, minimum

TEST METHOD ASTM D 2196

1.0 mm Hg, maximum, at 77°F 400 minutes, maximum at 25°C

ASTM D 323

ASTM D 1475 ASTM D 3278

Specimen prepared per California Test 551 California Test 551

PCC Saturated 3.5 MPa, minimum Surface-Dry Bond at 24 hours and Strength 21±1°C * Test shall be performed before adding initiator.

7/14

6-41

PART 6/COUNTY

51-1.17A(3) Testing • The Contractor shall allow 20 days for sampling and testing by the Engineer of the methacrylate resin before proposed use. If bulk resin is to be used, the Contractor shall notify the Engineer in writing at least 15 days before the delivery of the bulk resin to the job site. Bulk resin is any resin stored in containers in excess of 55 gallons. • Before starting production treatment, the Contractor shall treat a test area of approximately 500 square feet that is within the project limits and at a location approved by the Engineer. When available the test area shall be outside of the traveled way. Weather and pavement conditions during the test treatment shall be similar to those expected on the deck. Equipment used for testing shall be similar to those used for deck treating operations. • During test and production deck treatment, test tiles shall be used to evaluate the resin cure time. The Contractor shall coat at least one 4" x 4" commercial quality smooth glazed tile for each batch of methacrylate resin. The coated tile shall be placed adjacent to the corresponding treated area. Sand shall not be applied to the test tiles. • The acceptance criteria for a treated area is as follows: 1. 2. 3. 4. 5.

The test tiles are dry to the touch. The treated deck surface is tack free (non-oily). The sand cover adheres and resists brushing by hand. Excess sand has been removed by vacuuming or sweeping. The coefficient of friction is at least 0.35 when tested in conformance with California Test 342.

• Deck treatment on the test area shall demonstrate that the methods and materials meet the acceptance criteria and that the production work will be completed within the specified time for maintaining traffic. • If a test or production area fails to meet the acceptance criteria, as determined by the Engineer, the treatment will be rejected, and the treatment shall be removed and replaced until the area complies with the acceptance criteria. 51-1.17A(4) Construction • Equipment shall be fitted with suitable traps, filters, drip pans, or other devices as necessary to prevent oil or other deleterious material from being deposited on the deck. • Before deck treatment with methacrylate resin, the bridge deck surface shall be cleaned by abrasive blasting, and all loose material shall be blown from visible cracks using high-pressure air. Concrete curing seals shall be cleaned from the deck surface to be treated, and the deck shall be dry when blast cleaning is performed. If the deck surface becomes contaminated at any time before placing the resin, the deck surface shall be cleaned by abrasive blasting. • Where abrasive blasting is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the abrasive and the surface being treated. The removal shall be by a vacuum attachment operating concurrently with the abrasive blasting operation.

7/14

6-42

PART 6/COUNTY

• A compatible promoter/initiator system shall be capable of providing the resin gel time range shown on the placement plan. Gel time shall be adjusted to compensate for the changes in temperature throughout treatment application. • Resin shall be applied by machine and by using a two-part resin system with a promoted resin for one part and an initiated resin for the other part. This two-part resin system shall be combined at equal volumes to the spray bars through separate positive displacement pumps. Combining of the 2 components shall be by either static in-line mixers or by external intersecting spray fans. The pump pressure at the spray bars shall not be great enough to cause appreciable atomization of the resin. Compressed air shall not be used to produce the spray. A shroud shall be used to enclose the spray bar apparatus. • At the Contractor's option, manual application may be used. For manual application, (1) the quantity of resin mixed with promoter and initiator shall be limited to 5 gallons at a time, and (2) the resin shall be distributed by squeegees and brooms within 10 minutes after application. • The Contractor shall apply methacrylate resin only to the specified area. Barriers, railing, joints, and drainage facilities shall be adequately protected to prevent contamination by the treatment material. Contaminated items shall be repaired at the Contractor's expense. • The relative humidity shall be less than 90 percent at the time of treatment. The prepared area shall be dry and the surface temperature shall be at least 50°F and not more than 100°F when the resin is applied. The rate of application of promoted/initiated resin shall be approximately 90 square feet per gallon; the exact rate shall be determined by the Engineer. • The deck surfaces to be treated shall be completely covered with resin so the resin penetrates and fills all cracks. The resin shall be applied within 5 minutes after complete mixing. A significant increase in viscosity shall be cause for rejection. Excess material shall be redistributed by squeegees or brooms within 10 minutes after application. For textured deck surfaces, including grooved surfaces, excess material shall be removed from the texture indentations. • After the resin has been applied, at least 20 minutes shall elapse before applying sand. The sand shall be commercial quality dry blast sand. At least 95 percent of the sand shall pass the No. 8 sieve and at least 95 percent shall be retained on the No. 20 sieve. The sand shall be applied at a rate of approximately 2 pounds per square yard or until refusal as determined by the Engineer. • Traffic will not be allowed on treated areas until the acceptance criteria has been met as determined by the Engineer. The second paragraph in Section 51-1.18C, "Class 2 Surface Finish (Gun Finish)," of the Standard Specifications is amended to read: • When Class 2 surface finish (gun finish) is specified, ordinary surface finish shall first be completed. The concrete surfaces shall then be abrasive blasted to a rough texture and thoroughly washed down with water. While the washed surfaces are damp, but not wet, a finish coating of machine applied mortar, approximately 1/4 inch thick, shall be applied in not less than 2 passes. The coating shall be pneumatically applied 7/14

6-43

PART 6/COUNTY

and shall consist of either (1) sand, cementitious material, and water mechanically mixed prior to its introduction to the nozzle, or (2) premixed sand and cementitious material to which water is added prior to its expulsion from the nozzle. The use of admixtures shall be subject to the approval of the Engineer as provided in Section 90, "Portland Cement Concrete." Unless otherwise specified, supplementary cementitious materials will not be required. The proportion of cementitious material to sand shall be not less than one to 4, unless otherwise directed by the Engineer. Sand shall be of a grading suitable for the purpose intended. The machines shall be operated and the coating shall be applied in conformance with standard practice. The coating shall be firmly bonded to the concrete surfaces on which it is applied. The fifth paragraph in Section 51-1.18C, "Class 2 Surface Finish (Gun Finish)," of the Standard Specifications is amended to read: • When surfaces to be finished are in pedestrian undercrossings, the sand shall be silica sand and the cementitious material shall be standard white portland cement. Section 51-1.23, "Payment," of the Standard Specifications is amended by adding the following: • Full compensation for deck crack treatment, including execution of the public safety plan, shall be considered as included in the contract price paid per cubic yard for structural concrete, bridge, and no additional compensation will be allowed therefor. SECTION 52: REINFORCEMENT Issue Date: December 7, 2007 The table in the eleventh paragraph of Section 52-1.07, "Placing," of the Standard Specifications is amended to read: Height Zone (H) (Feet above ground) H ≤ 30 30 < H ≤ 50 50 < H ≤ 100 H > 100

Wind Pressure Value (psf) 20 25 30 35

The table in the second paragraph of Section 52-1.08B(1), "Mechanical Splices," of the Standard Specifications is amended to read:

7/14

6-44

PART 6/COUNTY

Reinforcing Bar Number 4 5 6 7 8 9 10 11 14 18

Total Slip 0.010-inch 0.010-inch 0.010-inch 0.014-inch 0.014-inch 0.014-inch 0.018-inch 0.018-inch 0.024-inch 0.030-inch

The subparagraph under the sixth paragraph of Section 52-1.08B(2), "Butt Welded Splices," of the Standard Specifications is amended to read: • The minimum preheat and interpass temperatures shall be 400º F for Grade 40 bars and 600º F for Grade 60 bars. Immediately after completing the welding, at least 6 inches of the bar on each side of the splice shall be covered by an insulated wrapping to control the rate of cooling. The insulated wrapping shall remain in place until the bar has cooled below 200º F. Item A of the 3rd paragraph of Section 52-1.08C, "Service Splice and Ultimate Butt Splice Testing Requirements," of the Standard Specifications is amended to read: A. Proper facilities, including a calibrated tensile testing machine capable of breaking the largest size of reinforcing bar to be tested. The 5th paragraph of Section 52-1.08C, "Service Splice and Ultimate Butt Splice Testing Requirements," of the Standard Specifications is amended to read: • Prequalification and production sample splices and testing shall conform to California Test 670 and these specifications. The 6th paragraph of Section 52-1.08C, "Service Splice and Ultimate Butt Splice Testing Requirements," of the Standard Specifications is deleted. The 5th paragraph of Section 52-1.08C(2)(a), "Production Test Requirements for Service Splices," of the Standard Specifications is amended to read: • If 3 or more sample splices from a production test conform to the provisions in this Section 52-1.08C(2), "Service Splice Test Criteria," all splices in the lot represented by this production test will be considered acceptable. The 2nd paragraph of Section 52-1.08C(3), "Ultimate Butt Splice Test Criteria," of the Standard Specifications is amended to read:

7/14

6-45

PART 6/COUNTY

• A minimum of 1 control bar shall be removed from the same bar as, and adjacent to, all ultimate prequalification, production, and quality assurance sample splices. The lengths of control bars shall conform to the lengths specified for sample splices in California Test 670. The portion of adjacent bar remaining in the work shall also be identified with weatherproof markings that correspond to its adjacent control bar. The 2nd sentence of the 6th paragraph of Section 52-1.08C(3), "Ultimate Butt Splice Test Criteria," of the Standard Specifications is amended to read: • In addition, necking of the bar, as defined in California Test 670, shall occur at rupture regardless of whether the bar breaks inside or outside the affected zone. SECTION 53: SHOTCRETE Issue Date: November 2, 2007 The third paragraph in Section 53-1.01, "Description," of the Standard Specifications is amended to read: • The dry-mix process shall consist of delivering dry mixed aggregate and cementitious material pneumatically or mechanically to the nozzle body and adding water and mixing the materials in the nozzle body. The wet-mix process shall consist of delivering mixed aggregate, cement, and water pneumatically to the nozzle and adding any admixture at the nozzle. The first through fourth paragraphs in Section 53-1.02, "Materials," of the Standard Specifications is amended to read: • Cementitious material, fine aggregate, and mixing water shall conform to the provisions in Section 90, "Portland Cement Concrete." • Shotcrete to be mixed and applied by the dry-mix process shall consist of one part cementitious material to not more than 4.5 parts fine aggregate, thoroughly mixed in a dry state before being charged into the machine. Measurement may be either by volume or by weight. The fine aggregate shall contain not more than 6 percent moisture by weight. • Shotcrete to be mixed and applied by the wet-mix process shall consist of cementitious material, fine aggregate, and water and shall contain not less than 632 pounds of cementitious material per cubic yard. A maximum of 30 percent pea gravel may be substituted for fine aggregate. The maximum size of pea gravel shall be such that 100 percent passes the 1/2 inch screen and at least 90 percent passes the 3/8 inch screen. • Admixtures may be added to shotcrete and shall conform to the provisions in Section 90-4, "Admixtures." Item C of the third paragraph in Section 53-1.04, "Placing Shotcrete," of the Standard Specifications is amended to read: 7/14

6-46

PART 6/COUNTY

C. Aggregate and cementitious material that have been mixed for more than 45 minutes shall not be used unless otherwise permitted by the Engineer. Section 53-1.07, "Measurement," of the Standard Specifications is amended to read: • Quantities of shotcrete will be measured by the cubic yard computed from measurements, along the slope, of actual areas placed and the theoretical thickness shown on the plans. The Department does not pay for shotcrete placed outside the dimensions shown on the plans or to fill low foundation. Section 53-1.08, "Payment," of the Standard Specifications is amended to read: • The contract price paid per cubic yard for shotcrete shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing shotcrete, including preparing the foundation, wire reinforcement, structure backfill, joint filling material, and if required by the plans, drains with sacked pervious backfill material, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. SECTION 55: STEEL STRUCTURES Issue Date: May 2, 2008 The 3rd paragraph of Section 55-1.05, "Falsework," of the Standard Specifications is amended to read: • Construction methods and equipment employed by the Contractor shall conform to the provisions in Section 7-1.02, "Load Limitations." The CVN impact value for Grade HPS 50W in the table in the fifth paragraph of Section 55-2.01, "Description," of the Standard Specifications is amended to read: Grade HPS 50W* (4 inches and under in thickness)

20 at 10º F

The first paragraph in Section 55-3.05, "Flatness of Faying and Bearing Surfaces," of the Standard Specifications is amended to read: • Surfaces of bearing and base plates and other metal surfaces that are to come in contact with each other or with ground concrete surfaces or with asbestos sheet packing shall be flat to within 1/32-inch tolerance in 12 inches and to within 1/16-inch tolerance overall. Surfaces of bearing and base plates and other metal bearing surfaces that are to come in contact with preformed fabric pads, elastomeric bearing pads, or mortar shall be flat to within 1/8-inch tolerance in 12 inches and to within 3/16-inch tolerance overall. 7/14

6-47

PART 6/COUNTY

Item B of the first paragraph of Section 55-3.10, "Fastener Threads," of the Standard Specifications is amended to read: B. Internal threads shall conform to the requirements in ASTM Designation: A 563. The third paragraph in Section 55-3.19, "Bearings and Anchorages," of the Standard Specifications is amended to read: • Immediately before setting bearing assemblies or masonry plates directly on ground concrete surfaces, the Contractor shall thoroughly clean the surfaces of the concrete and the metal to be in contact and shall apply a coating of nonsag polysulfide or polyurethane caulking conforming to the requirements in ASTM Designation: C 920 to contact areas to provide full bedding. The fifth paragraph in Section 55-3.19, "Bearings and Anchorages," of the Standard Specifications is amended to read: • Mortar to be placed below masonry plates or bearing plates of the bearing assemblies and in anchor bolt sleeves or canisters shall conform to the provisions in Section 51-1.135, "Mortar," except that the proportion of cementitious material to sand shall be 1:3. Item D of the first paragraph of Section 55-4.01, "Measurement," of the Standard Specifications is amended to read: D. To determine the pay quantities of galvanized metal, the weight to be added to the calculated weight of the base metal for the galvanizing will be determined from the table of weights of zinc coatings specified in ASTM Designation: A 153/A 153M. SECTION 56: SIGNS Issue Date: March 16, 2007 The fifth paragraph in Section 56-1.03, "Fabrication," of the Standard Specifications is amended to read: • Clips, eyes, or removable brackets shall be affixed to all signs and all posts and shall be used to secure the sign during shipping and for lifting and moving during erection as necessary to prevent damage to the finished galvanized or painted surfaces. Brackets on tubular sign structures shall be removed after erection. Details of the devices shall be shown on the working drawings. The fourth paragraph of Section 56-1.10, "Payment," of the Standard Specifications is amended to read: 7/14

6-48

PART 6/COUNTY

• The contract price paid per pound for install sign structure of the type or types designated in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing sign structures, complete in place, including installing anchor bolt assemblies, removable sign panel frames, and sign panels and performing any welding, painting or galvanizing required during installation, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. The fourth paragraph in Section 56-2.03, "Construction," of the Standard Specifications is amended to read: • Backfill material for metal posts shall consist of minor concrete conforming to the provisions in Section 90-10, "Minor Concrete," and shall contain not less than 463 pounds of cementitious material per cubic yard. SECTION 59: PAINTING Issue Date: May 1, 2006 The third paragraph of Section 59-2.12, "Painting," of the Standard Specifications is amended to read: • Contact surfaces of stiffeners, railings, built up members or open seam exceeding 6 mils in width that would retain moisture, shall be caulked with polysulfide or polyurethane sealing compound conforming to the requirements in ASTM Designation: C 920, Type S, Grade NS, Class 25, Use O, or other approved material. The fourth paragraph of Section 59-2.12, "Painting," of the Standard Specifications is amended to read: • The dry film thickness of the paint will be measured in place with a calibrated Type 2 magnetic film thickness gage in conformance with the requirements in SSPC-PA 2, "Measurement of Dry Coating Thickness with Magnetic Gages," of the "SSPC: The Society for Protective Coatings," except that there shall be no limit to the number or location of spot measurements to verify compliance with specified thickness requirements. SECTION 64: PLASTIC PIPE Issue Date: July 31, 2007 The first paragraph of Section 64-1.06, "Concrete Backfill," of the Standard Specifications is amended to read:

7/14

6-49

PART 6/COUNTY

• At locations where pipe is to be backfilled with concrete as shown on the plans, the concrete backfill shall be constructed of minor concrete or Class 4 concrete conforming to the provisions in Section 90, "Portland Cement Concrete." Minor concrete shall contain not less than 380 pounds of cementitious material per cubic yard. The concrete to be used will be designated in the contract item or shown on the plans. The third paragraph of Section 64-1.06, "Concrete Backfill," of the Standard Specifications is amended to read: • The surface of the concrete backfill shall be broomed with a heavy broom to produce a uniform rough surface if hot mix asphalt is to be placed directly thereon. SECTION 65: REINFORCED CONCRETE PIPE Issue Date: July 31, 2007 The first paragraph of Section 65-1.02, "Materials," of the Standard Specifications is amended to read: • Cementitious material and aggregate shall conform to the provisions in Section 90-2, "Materials" except that mortar strengths relative to Ottawa sand and grading requirements shall not apply to the aggregate. Use of supplemental cementitious material shall conform to AASHTO Designation: M 170. Subparagraph "c" of the eleventh paragraph of Section 65-1.02A(1) "Circular Reinforced Concrete Pipe (Designated or Selected by Class)," of the Standard Specifications is amended to read: c. Cementitious material and aggregate for non-reinforced concrete pipe shall conform to the provisions in Section 65-1.02, "Materials." The first paragraph of Section 65-1.035, "Concrete Backfill," of the Standard Specifications is amended to read: • At locations where pipe is to be backfilled with concrete as shown on the plans, the concrete backfill shall be constructed of minor concrete or Class 4 concrete in conformance with the provisions in Section 90, "Portland Cement Concrete." Minor concrete shall contain not less than 380 pounds of cementitious material per cubic yard. The concrete to be used will be designated in the contract item. The third paragraph of Section 65-1.035, "Concrete Backfill," of the Standard Specifications is amended to read: • The surface of the concrete backfill shall be broomed with a heavy broom to produce a uniform rough surface if hot mix asphalt is to be placed directly thereon. 7/14

6-50

PART 6/COUNTY

The first subparagraph of the second paragraph of Section 65-1.06, "Joints," of the Standard Specifications is amended to read: • Cement Mortar.- Mortar shall be composed of one part cementitious material and 2 parts sand by volume. Supplementary cementitious material will not be required. SECTION 66: CORRUGATED METAL PIPE Issue Date: July 31, 2007 The first paragraph of Section 66-1.045, "Concrete Backfill," of the Standard Specifications is amended to read: • At locations where pipe is to be backfilled with concrete as shown on the plans, the concrete backfill shall be constructed of minor concrete or Class 4 concrete conforming to the provisions in Section 90, "Portland Cement Concrete." Minor concrete shall contain not less than 380 pounds of cementitious material per cubic yard. The concrete to be used will be designated in the contract item or shown on the plans. The third paragraph of Section 66-1.045, "Concrete Backfill," of the Standard Specifications is amended to read: • The surface of the concrete backfill shall be broomed with a heavy broom to produce a uniform rough surface if hot mix asphalt is to be placed directly thereon. SECTION 68: SUBSURFACE DRAINS Issue Date: July 31, 2007 The first and second paragraphs of Section 68-3.02D, "Miscellaneous," of the Standard Specifications are amended to read: • Concrete for splash pads shall be produced from minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. • Mortar placed where edge drain outlets and vents connect to drainage pipe and existing drainage inlets shall conform to the provisions in Section 51-1.135, "Mortar." The thirteenth paragraph of Section 68-3.03, "Installation," of the Standard Specifications is amended to read: • Cement treated permeable material, which is not covered with hot mix asphalt within 12 hours after compaction of the permeable material, shall be cured by either sprinkling the material with a fine spray of water every 4 hours during daylight hours or covering the material with a white polyethylene sheet, not less than 6 mils thick. The 7/14

6-51

PART 6/COUNTY

above curing requirements shall begin at 7:00 a.m. on the morning following compaction of the cement treated permeable material and continue for the next 72 hours or until the material is covered with hot mix asphalt, whichever is less. The cement treated permeable material shall not be sprayed with water during the first 12 hours after compacting, but may be covered with the polyethylene sheet during the first 12 hours or prior to the beginning of the cure period. The seventeenth and eighteenth paragraphs of Section 68-3.03, "Installation," of the Standard Specifications are amended to read: • Hot mix asphalt for backfilling trenches in existing paved areas shall be produced from commercial quality aggregates and asphalt and mixed at a central mixing plant. The aggregate shall conform to the 3/4 inch grading, or the 1/2 inch grading for Type A and Type B hot mix asphalt specified in Section 39-1.02E, "Aggregate." The amount of asphalt binder to be mixed with the aggregate shall be between 4 percent and 7 percent by weight of the dry aggregate, as determined by the Engineer. • Hot mix asphalt backfill shall be spread and compacted in approximately 2 equal layers by methods that will produce a hot mix asphalt surfacing of uniform smoothness, texture and density. Each layer shall be compacted before the temperature of the mixture drops below 250º F. Prior to placing the hot mix asphalt backfill, a tack coat of asphaltic emulsion conforming to the provisions in Section 94, "Asphaltic Emulsions," shall be applied to the vertical edges of existing pavement at an approximate rate of 0.05-gallon per square yard. The twentieth paragraph of Section 68-3.03, "Installation," of the Standard Specifications is amended to read: • Type A pavement markers conforming to the details shown on the plans and the provisions in Section 85, "Pavement Markers," shall be placed on paved shoulders or dikes at outlet, vent and cleanout locations as directed by the Engineer. The waiting period for placing pavement markers on new hot mix asphalt surfacing will not apply. Section 68-3.05, "Payment," of the Standard Specifications is amended to read: • The contract price paid per linear foot for plastic pipe (edge drain) of the size or sizes shown in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing edge drains complete in place, including excavation (and removal of any concrete deposits that may occur along the lower edge of the concrete pavement in Type 1 installations) and hot mix asphalt backfill for Type 1 edge drain installation, tack coat, filter fabric, and treated permeable material, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. • The contract price paid per linear foot for plastic pipe (edge drain outlet) of the size or sizes shown in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing edge drain outlets, vents and cleanouts complete in place, 7/14

6-52

PART 6/COUNTY

including outlet and vent covers, expansion plugs, pavement markers, concrete splash pads, connecting outlets and vents to drainage facilities, and excavation and backfill [aggregate base, hot mix asphalt, tack coat, and native material] for outlets, vents, and cleanouts to be installed in embankments and existing shoulders, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. SECTION 69: OVERSIDE DRAINS Issue Date: July 31, 2007 The first paragraph of Section 69-1.01, "Description," of the Standard Specifications is amended to read: • This work shall consist of furnishing and installing entrance tapers, pipe downdrains, tapered inlets, flume downdrains, anchor assemblies, reducers, slip joints and hot mix asphalt overside drains to collect and carry surface drainage down the roadway slopes as shown on the plans or as directed by the Engineer and as specified in these specifications and the special provisions. Section 69-1.02D, "Asphalt Concrete," of the Standard Specifications is amended to read: 69-1.02D Hot Mix Asphalt • Hot mix asphalt for overside drains shall conform to the provisions in Section 39-1.13, "Miscellaneous Areas." Section 69-1.04, "Asphalt Concrete Overside Drains," is amended to read: 69-1.04 HOT MIX ASPHALT OVERSIDE DRAINS • Hot mix asphalt overside drains shall be constructed as shown on the plans or as directed by the Engineer. The hot mix asphalt shall be placed in conformance with the provisions in Section 39-1.13, "Miscellaneous Areas." The second paragraph of Section 69-1.06, "Payment," of the Standard Specifications is amended to read: • Quantities of hot mix asphalt placed for overside drains will be paid for as provided in Section 39-5, "Measurement and Payment," for hot mix asphalt placed in miscellaneous areas. SECTION 70: MISCELLANEOUS FACILITIES Issue Date: January 5, 2007 7/14

6-53

PART 6/COUNTY

The second paragraph of Section 70-1.02C, "Flared End Sections," of the Standard Specifications is amended to read: • Precast concrete flared end sections shall conform to the requirements for Class III Reinforced Concrete Pipe in AASHTO Designation: M 170M. Cementitious materials and aggregate shall conform to the provisions in Section 90-2, "Materials," except that mortar strengths relative to Ottawa sand and grading requirements shall not apply to the aggregate. Use of supplementary cementitious material shall conform to the requirements in AASHTO Designation: M 170. The area of steel reinforcement per meter of flared end section shall be at least equal to the minimum steel requirements for circular reinforcement in circular pipe for the internal diameter of the circular portion of the flared end section. The basis of acceptance of the precast concrete flared end section shall conform to the requirements of Section 5.1.2 of AASHTO Designation: M 170. The first paragraph of Section 70-1.02H, "Precast Concrete Structures," of the Standard Specifications is amended to read: • Precast concrete pipe risers and pipe reducers, and precast concrete pipe sections, adjustment rings and tapered sections for pipe energy dissipators, pipe inlets and pipe manholes shall conform to the requirements in AASHTO Designation: M 199M/M 199, except that the cementitious material and aggregate shall conform to the provisions in Section 90-2, "Materials," except that mortar strengths relative to Ottawa sand and grading requirements shall not apply to the aggregate. Use of supplementary cementitious material shall conform to the requirements in AASHTO Designation: M 170. The second paragraph of Section 70-1.03, "Installation," of the Standard Specifications is amended to read: • Cutoff walls for precast concrete flared end sections shall be constructed of minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. SECTION 73: CONCRETE CURBS AND SIDEWALKS Issue Date: July 31, 2007 The second subparagraph of the second paragraph of Section 73-1.01, "Description," of the Standard Specifications is amended to read: 2. Minor concrete shall contain not less than 463 pounds of cementitious material per cubic yard except that when extruded or slip-formed curbs are constructed using 3/8-inch maximum size aggregate, minor concrete shall contain not less than 548 pounds of cementitious material per cubic yard. 7/14

6-54

PART 6/COUNTY

The fifteenth paragraph of Section 73-1.06, "Sidewalk, Gutter Depression, Island Paving, Curb Ramp (Wheelchair Ramp) and Driveway Construction," of the Standard Specifications is amended to read: • Where hot mix asphalt or portland cement concrete pavements are to be placed around or adjacent to manholes, pipe inlets or other miscellaneous structures in sidewalk, gutter depression, island paving, curb ramps or driveway areas, the structures shall not be constructed to final grade until after the pavements have been constructed for a reasonable distance on each side of the structures. SECTION 75: MISCELLANEOUS METAL Issue Date: January 18, 2008 The 13th paragraph of Section 75-1.03, "Miscellaneous Bridge Metal," of the Standard Specifications is amended to read: • Concrete anchorage devices shall be mechanical expansion or resin capsule types installed in drilled holes or cast-in-place insert types. The anchorage devices shall be selected from the Department's Pre-Qualified Products List at: http://www.dot.ca.gov/hq/esc/approved_products_list • The anchorage devices shall be a complete system, including threaded studs, hex nuts, and cut washers. Thread dimensions for externally threaded concrete anchorage devices prior to zinc coating, shall conform to the requirements in ANSI Standard: B1.1 having Class 2A tolerances or ANSI Standard: B1.13M having Grade 6g tolerances. Thread dimensions for internally threaded concrete anchorage devices shall conform to the requirements in ASTM A 563. The 18th paragraph of Section 75-1.03, "Miscellaneous Bridge Metal," of the Standard Specifications is amended to read: • Mechanical expansion anchors shall, when installed in accordance with the manufacturer's instructions and these specifications and tested in conformance with the requirements in California Test 681, withstand the application of a sustained tension test load of at least the following values for at least 48 hours with a movement not greater than 0.035 inch:

7/14

6-55

PART 6/COUNTY

Stud Diameter

(inches) *3/4 5/8 1/2 3/8 1/4

Sustained Tension Test Load (pounds) 5,000 4,100 3,200 2,100 1,000

* Maximum stud diameter permitted for mechanical expansion anchors.

• Resin capsule anchors shall, when installed in accordance with the manufacturer's instructions and these specifications and tested in conformance with the requirements in California Test 681, withstand the application of a sustained tension test load of at least the following values for at least 48 hours with a movement not greater than 0.010 inch: Stud Diameter

(inches) 1-1/4 1 7/8 3/4 5/8 1/2 3/8 1/4

Sustained Tension Test Load (pounds) 31,000 17,900 14,400 5,000 4,100 3,200 2,100 1,000

• At least 25 days before use, the Contractor shall submit one sample of each resin capsule anchor per lot to the Transportation Laboratory for testing. A lot of resin capsule anchors is 100 units, or fraction thereof, of the same brand and product name. The 20th paragraph of Section 75-1.03, "Miscellaneous Bridge Metal," of the Standard Specifications is amended to read: • The Pre-Qualified Products List for concrete anchorage devices has been developed from data previously furnished by suppliers or manufacturers for each type and size. Approval of additional anchorage device types and sizes is contingent upon the Contractor submitting to the Engineer one sample of each type of concrete anchorage device, manufacturer's installation instructions, and certified results of tests, either by a private testing laboratory or the manufacturer, indicating compliance with the above requirements. The twenty-fourth paragraph of Section 75-1.03, "Miscellaneous Bridge Metal," of the Standard Specifications is amended to read: 7/14

6-56

PART 6/COUNTY

• Sealing compound, for caulking and adhesive sealing, shall be a polysulfide or polyurethane material conforming to the requirements in ASTM Designation: C 920, Type S, Grade NS, Class 25, Use O. The 1st sentence of the 3rd paragraph of Section 75-1.035, "Bridge Joint Restrainer Units." of the Standard Specifications is amended to read: Cables shall be 3/4 inch preformed, 6 x 19, wire strand core or independent wire rope core (IWRC), galvanized in conformance with the requirements in Federal Specification RR-W-410, right regular lay, manufactured of improved plow steel with a minimum breaking strength of 23 tons. Item C of the fourth paragraph of Section 75-1.035, "Bridge Joint Restrainer Units," of the Standard Specifications is amended to read: C. Nuts shall conform to the requirements in ASTM Designation: Appendix X1, except lubrication is not required.

A 563 including

The twelfth paragraph in Section 75-1.035, "Bridge Joint Restrainer Units," of the Standard Specifications is amended to read: • Concrete for filling cable drum units shall conform to the provisions in Section 90-10, "Minor Concrete," or at the option of the Contractor, may be a mix with 3/8-inch maximum size aggregate and not less than 675 pounds of cementitious material per cubic yard. The sixth paragraph of Section 75-1.05, "Galvanizing," of the Standard Specifications is amended to read: • Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the requirements in ASTM Designation: A 153/A 153M, except whenever threaded studs, bolts, nuts, and washers are specified to conform to the requirements in ASTM Designation: A 307, A 325, A 449, A 563, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in conformance with the requirements in the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. The eighth paragraph of Section 75-1.05, "Galvanizing," of the Standard Specifications is amended to read: • Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563. 7/14

6-57

PART 6/COUNTY

SECTION 80: FENCES Issue Date: January 5, 2007 The fourth paragraph of Section 80-3.01F, "Miscellaneous," of the Standard Specifications is amended to read: • Portland cement concrete for metal post and brace footings and for deadmen shall be minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. The fourth paragraph of Section 80-4.01C, "Miscellaneous," of the Standard Specifications is amended to read: • Portland cement concrete for metal post and for deadmen shall be produced from minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. SECTION 83: RAILINGS AND BARRIERS Issue Date: August 17, 2007 The seventh paragraph in Section 83-1.02, "Materials and Construction," of the Standard Specifications is amended to read: • Mortar shall conform to the provisions in Section 51-1.135, "Mortar," and shall consist of one part by volume of cementitious material and 3 parts of clean sand. The 1st sentence of the 8th subparagraph of the 24th paragraph of Section 83-1.02B, "Metal Beam Guard Railing," of the Standard Specifications is amended to read: Anchor cable shall be 3/4 inch preformed, 6 x 19, wire strand core or independent wire rope core (IWRC), galvanized in conformance with the requirements in Federal Specification RR-W-410, right regular lay, manufactured of improved plow steel with a minimum breaking strength of 23 tons. The 2nd sentence of the 6th paragraph of Section 83-1.02E, "Cable Railing," of the Standard Specifications is amended to read: Cable shall be galvanized in conformance with the requirements in Federal Specification RR-W-410.

7/14

6-58

PART 6/COUNTY

The 5th paragraph of Section 83-1.02I, "Chain Link Railing," of the Standard Specifications is amended to read: Where shown on the plans, cables used in the frame shall be 5/16 inch in diameter, wire rope, with a minimum breaking strength of 5,000 pounds and shall be galvanized in conformance with the requirements in Federal Specification RR-W-410. The 14th paragraph of Section 83-1.02I, "Chain Link Railing," of the Standard Specifications is amended to read: Chain link fabric shall be either 11-gage Type I zinc-coated fabric conforming to the requirements in AASHTO M 181 or 11-gage Type IV polyvinyl chloride (PVC) coated fabric conforming to the requirements in Federal Specification RR-F-191/1. Item b of the first paragraph in Section 83-2.02D(2), "Materials," of the Standard Specifications is amended to read: b. If the 3/8-inch maximum size aggregate grading is used to construct extruded or slip-formed concrete barriers, the cementitious material content of the minor concrete shall be not less than 675 pounds per cubic yard. The third paragraph in Section 83-2.02D(2), "Materials," of the Standard Specifications is amended to read: • The concrete paving between the tops of the 2 walls of concrete barrier (Types 50E, 60E, 60GE, and 60SE) and the optional concrete slab at the base between the 2 walls of concrete barrier (Types 50E, 60E, 60GE, and 60SE) shall be constructed of minor concrete conforming to the provisions of Section 90-10, "Minor Concrete," except that the minor concrete shall contain not less than 505 pounds of cementitious material per cubic yard. SECTION 85: PAVEMENT MARKERS Issue Date: July 31, 2007 The sixth paragraph in Section 85-1.06, "Placement," of the Standard Specifications is amended to read: • Pavement markers shall not be placed on new hot mix asphalt surfacing or seal coat until the surfacing or seal coat has been opened to public traffic for a period of not less than 7 days when hot melt bituminous adhesive is used, and not less than 14 days when epoxy adhesive is used. The second sentence of the fourteenth paragraph in Section 85-1.06, "Placement," of the Standard Specifications is amended to read: 7/14

6-59

PART 6/COUNTY

• Cleaning shall be done by blast cleaning on all surfaces regardless of age or type, except that blast cleaning of clean, new hot mix asphalt and clean, new seal coat surfaces will not be required when hot melt bituminous adhesive is used. SECTION 86: SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS Issue Date: July 31, 2007 The first sentence of the first paragraph of Section 86-2.02, "Removing and Replacing Improvements," of the Standard Specifications is amended to read: • Improvements such as sidewalks, curbs, gutters, portland cement concrete and hot mix asphalt pavement, underlying material, lawns and plants and any other improvements removed, broken or damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The fourth paragraph in Section 86-2.03, "Foundations," of the Standard Specifications is amended to read: • After each post, standard, and pedestal on structures is in proper position, mortar shall be placed under the base plate as shown on the plans. The exposed portions shall be formed to present a neat appearance. Mortar shall conform to Section 51-1.135, "Mortar," except the mortar shall consist of one part by volume of cementitious material and 3 parts of clean sand and shall contain only sufficient moisture to permit packing. Mortar shall be cured by keeping it damp for 3 days. Item D of the eighteenth paragraph in Section 86-2.05C, "Installation," of the Standard Specifications is amended to read: D. The conduit shall be placed in the bottom of the trench, and the trench shall be backfilled with minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." Minor concrete shall contain not less than 590 pounds of cementitious material per cubic yard. Concrete backfill shall be placed to the pavement surface except, when the trench is in hot mix asphalt pavement and additional pavement is not being placed, the top 0.10 foot of the trench shall be backfilled with hot mix asphalt produced from commercial quality paving asphalt and aggregates. Item E of the eighteenth paragraph in Section 86-2.05C, "Installation," of the Standard Specifications is amended to read: E. Prior to spreading hot mix asphalt, tack coat shall be applied in conformance with the provisions in Section 39, "Hot Mix Asphalt." Spreading and compacting of hot mix asphalt shall be performed by any method which will produce a hot mix asphalt surfacing of uniform smoothness, texture and density. 7/14

6-60

PART 6/COUNTY

Item C of the twenty-third paragraph in Section 86-2.05C, "Installation," of the Standard Specifications is amended to read: C. Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of minor concrete and commercial quality welded wire fabric. Minor concrete shall conform to the provisions in Section 90-10, "Minor Concrete," and shall contain not less than 590 pounds of cementitious material per cubic yard. The cradles shall be moist cured for not less than 3 days. Item G of the twenty-third paragraph in Section 86-2.05C, "Installation," of the Standard Specifications is amended to read: G. The space around conduits through bridge abutment walls shall be filled with mortar conforming to the provisions in Section 51-1.135, "Mortar," except that the proportion of cementitious material to sand shall be one to 3. The fifth paragraph in Section 86-2.07, "Traffic Pull Boxes," of the Standard Specifications is amended to read: • Concrete placed around and under traffic pull boxes as shown on the plans shall be minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." The traffic signal controller cabinet requirement in the table in Section 86-2.08A, "Conductor Identification," of the Standard Specifications is amended to read: Traffic Signal Controller Cabinet

Ungrounded Circuit Conductor Grounded Circuit Conductor

Blk Wht

None None

CON-1 CON-2

6 6

The first sentence of the first paragraph of Section 86-4.06, "Pedestrian Signal Faces," of the Standard Specifications is amended to read: • Message symbols for pedestrian signal faces shall be white WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements in the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "California MUTCD." The second sentence of the tenth paragraph of Section 86-4.07, "Light Emitting Diode Pedestrian Signal Face 'Upraised Hand' Module," of the Standard Specifications is amended to read: • The color of "UPRAISED HAND" shall be Portland orange conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "California MUTCD."

7/14

6-61

PART 6/COUNTY

The second sentence of the first paragraph of subsection, "Elastomeric Sealant," of Section 86-5.01A(5), "Installation Details," of the Standard Specifications is amended to read: • Sealant shall be suitable for use in both hot mix asphalt and portland cement concrete. The first sentence of the first paragraph of subsection, "Asphatic Emulsion Sealant," of Section 86-5.01A(5), "Installation Details," of the Standard Specifications is amended to read: • Asphaltic emulsion sealant shall conform to the requirements in State Specification 8040-41A-15 and shall be used only for filling slots in hot mix asphalt pavement. The third sentence of the first paragraph of subsection, "Hot-Melt Rubberized Asphalt Sealant," of Section 86-5.01A(5), "Installation Details," of the Standard Specifications is amended to read: • Sealant shall be suitable for use in both hot mix asphalt and portland cement concrete. The tenth paragraph of subsection, "Hot-Melt Rubberized Asphalt Sealant," of Section 86-5.01A(5), "Installation Details," of the Standard Specifications is amended to read: • If hot mix asphalt surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of hot mix asphalt. The conductors shall be installed, as shown on the plans, in the compacted layer of hot mix asphalt immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. The first paragraph in Section 86-5.01D, "Removing or Abandoning Existing PressureSensitive Detectors," of the Standard Specifications is amended to read: • When a foundation for a pressure-sensitive vehicle detector is to be removed, the hole left by removing the detector frame and foundation shall be filled with minor concrete, except the roadway surface shall be reconstructed with material to match existing surfacing. Minor concrete shall conform to the provisions in Section 90-10, "Minor Concrete," except that the concrete shall contain not less than 420 pounds of cementitious material per cubic yard for hot mix asphalt surfaced roadways and not less than 590 pounds of cementitious material per cubic yard for portland cement concrete surfaced roadways. The first paragraph of Section 86-8.01, "Payment," of the Standard Specifications is amended to read: 7/14

6-62

PART 6/COUNTY

• The contract lump sum price or prices paid for signal, ramp metering, flashing beacon, lighting, sign illumination, traffic monitoring station, highway advisory radio systems, closed circuit television systems, or combinations thereof; for modifying or removing those systems; for temporary systems; or the lump sum or unit prices paid for various units of those systems; or the lump sum or per foot price paid for conduit of the various sizes, types and installation methods listed in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except when shown as a separate contract item); pedestrian barricades; furnishing and installing illuminated street name signs; installing sign panels on pedestrian barricades, on flashing beacon standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. SECTION 90: PORTLAND CEMENT CONCRETE Issue Date: January 5, 2007 Section 90, "Portland Cement Concrete," of the Standard Specifications is amended to read: SECTION 90: PORTLAND CEMENT CONCRETE 90-1 GENERAL 90-1.01 DESCRIPTION • Portland cement concrete shall be composed of cementitious material, fine aggregate, coarse aggregate, admixtures if used, and water, proportioned and mixed as specified in these specifications. • The Contractor shall determine the mix proportions for concrete in conformance with these specifications. • Class 1 concrete shall contain not less than 675 pounds of cementitious material per cubic yard. • Class 2 concrete shall contain not less than 590 pounds of cementitious material per cubic yard. • Class 3 concrete shall contain not less than 505 pounds of cementitious material per cubic yard. • Class 4 concrete shall contain not less than 420 pounds of cementitious material per cubic yard. • Minor concrete shall contain not less than 550 pounds of cementitious material per cubic yard unless otherwise specified in these specifications or the special provisions. 7/14

6-63

PART 6/COUNTY

• Unless otherwise designated on the plans or specified in these specifications or the special provisions, the amount of cementitious material used per cubic yard of concrete in structures or portions of structures shall conform to the following: Use

Cementitious Material Content (Pounds/CY)

Concrete designated by compressive strength: Deck slabs and slab spans of bridges Roof sections of exposed top box culverts Other portions of structures Concrete not designated by compressive strength: Deck slabs and slab spans of bridges Roof sections of exposed top box culverts Prestressed members Seal courses Other portions of structures Concrete for precast members

675 min., 800 max. 675 min., 800 max. 590 min., 800 max. 675 min. 675 min. 675 min. 675 min. 590 min. 590 min., 925 max.

• Whenever the 28-day compressive strength shown on the plans is greater than 3,600 pounds per square inch, the concrete shall be designated by compressive strength. If the plans show a 28-day compressive strength that is 4,000 pounds per square inch or greater, an additional 14 days will be allowed to obtain the specified strength. The 28-day compressive strengths shown on the plans that are 3,600 pounds per square inch or less are shown for design information only and are not a requirement for acceptance of the concrete. • Concrete designated by compressive strength shall be proportioned such that the concrete will attain the strength shown on the plans or specified in the special provisions. • Before using concrete for which the mix proportions have been determined by the Contractor, or in advance of revising those mix proportions, the Contractor shall submit in writing to the Engineer a copy of the mix design. • Compliance with cementitious material content requirements will be verified in conformance with procedures described in California Test 518 for cement content. For testing purposes, supplementary cementitious material shall be considered to be cement. Batch proportions shall be adjusted as necessary to produce concrete having the specified cementitious material content. • If any concrete has a cementitious material, portland cement, or supplementary cementitious material content that is less than the minimum required, the concrete shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place and the Contractor shall pay to the State $0.25 for each pound of cementitious material, portland cement, or supplementary cementitious material that is less than the minimum required. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. The deductions will not be made unless the difference between the contents required and those actually provided exceeds the batching tolerances permitted by Section 90-5, "Proportioning." No deductions will be made based on the results of California Test 518. 7/14

6-64

PART 6/COUNTY

• The requirements of the preceding paragraph shall not apply to minor concrete or commercial quality concrete. 90-2 MATERIALS 90-2.01 CEMENTITIOUS MATERIALS • Unless otherwise specified, cementitious material shall be either a combination of Type II or Type V portland cement and a supplementary cementitious material, or a blended cement. • Cementitious materials used in cast-in-place concrete for exposed surfaces of like elements of a structure shall be from the same sources and of the same proportions. • Cementitious materials shall be protected from moisture until used. Sacked cementitious materials shall be piled to permit access for tallying, inspecting, and identifying each shipment. • Facilities shall be provided to ensure that cementitious materials meeting this Section 90-2.01 are kept separate from other cementitious materials. Sampling cementitious materials shall be in conformance with California Test 125. • The Contractor shall furnish a Certificate of Compliance for cementious materials in conformance with the provisions in Section 6-1.07, "Certificates of Compliance." The Certificate of Compliance shall indicate the source by name and location (including country, state, and city). If cementitious material is delivered directly to the job site, the Certificate of Compliance shall be signed by the cementitious material supplier. If the cementitious material is used in ready-mixed concrete or in precast concrete products purchased as such by the Contractor, the Certificate of Compliance shall be signed by the manufacturer of the concrete or product. 90-2.01A CEMENT • Portland cement shall conform to the requirements in ASTM Designation: C 150 except, using a 10-sample moving average, limestone shall not exceed 2.5 percent. The C 3 S content of Type II cement shall not exceed 65 percent. • Blended cement shall conform to the requirements for Portland Blast-Furnace Slag, Cement Type IS (MS) or Portland-Pozzolan Cement, Type IP (MS) in AASHTO Designation: M 240 and shall be comprised of an intimate and uniform blend of Type II or Type V cement and supplementary cementitious material in an amount conforming to the requirements in Section 90-2.01C, "Required Use of Supplementary Cementitious Materials." • In addition, blended cement, Type II portland cement, and Type V portland cement shall conform to the following requirements: A. The cement shall not contain more than 0.60-percent by mass of alkalies, calculated as the percentage of Na 2 O plus 0.658 times the percentage of K 2 O, when determined by methods as required in AASHTO Designation: T 105; B. The autoclave expansion shall not exceed 0.50-percent; and C. Mortar, containing the cement to be used and Ottawa sand, when tested in conformance with California Test 527, shall not expand in water more than 0.010-percent and shall not 7/14

6-65

PART 6/COUNTY

contract in air more than 0.048-percent, except that when cement is to be used for precast prestressed concrete piling, precast prestressed concrete members, or steam cured concrete products, the mortar shall not contract in air more than 0.053-percent. • Type III portland cement shall be used only as specified in the special provisions or with the approval of the Engineer. Type III portland cement shall conform to the additional requirements listed above for Type II portland cement, except when tested in conformance with California Test 527, mortar containing Type III portland cement shall not contract in air more than 0.075-percent. 90-2.01B SUPPLEMENTARY CEMENTITIOUS MATERIALS (SCM) • Fly ash shall conform to the requirements in AASHTO Designation: M 295, Class F, and the following: A. Calcium oxide content shall not exceed 10 percent. B. The available alkali, as sodium oxide equivalent, shall not exceed 1.5 percent when determined in conformance with the requirements in ASTM Designation: C 311 or the total alkali, as sodium oxide equivalent, shall not exceed 5.0 percent when determined in conformance with the requirements in AASHTO Designation: T 105. C. Commingling of fly ash from different sources at uncontrolled ratios is permissible only if the following criteria are satisfied: 1. Sources of fly ash to be commingled shall be on the approved list of materials for use in concrete. 2. Testing of the commingled product is the responsibility of the fly ash supplier. 3. Each fly ash's running average of density shall not differ from any other by more than 0.01-pound per cubic inch at the time of commingling. 4. Each fly ash's running average of loss on ignition shall not differ from any other by more than one percent at the time of commingling. 5. The final product of commingled fly ash shall conform to the requirement in AASHTO Designation: M 295. • Raw or calcined natural pozzolans shall conform to the requirements in AASHTO Designation: M 295, Class N and the following requirements: A. Calcium oxide content shall not exceed 10 percent. B. The available alkali, as sodium oxide equivalent, shall not exceed 1.5 percent when determined in conformance with the requirements in ASTM Designation: C 311 or the total alkali, as sodium oxide equivalent, shall not exceed 5.0 percent when determined in conformance with the requirements in AASHTO Designation: T 105. • Ground Granulated Blast Furnace Slag (GGBFS) shall conform to the requirements in AASHTO Designation: M 302, Grade 100 or Grade 120. • Silica Fume shall conform to the requirements of AASHTO Designation: M 307, with reduction in mortar expansion of 80 percent, minimum, using the cement from the proposed mix design. 7/14

6-66

PART 6/COUNTY

90-2.01C REQUIRED USE OF SUPPLEMENTARY CEMENTITIOUS MATERIALS • The amount of portland cement and SCM used in portland cement concrete shall conform to the minimum cementitious material content provisions in Section 90-1.01, "Description," or Section 90-4.05, "Optional Use of Chemical Admixtures," and the following: A. If a blended cement conforming to the provisions in Section 90-2.01A, "Cement," is used, the minimum amount of SCM incorporated into the cement shall conform to the provisions in this Section 90-2.01C. B. Fly ash or natural pozzolan, silica fume, or GGBFS shall not be used with Type IP or Type IS cements. •

Use of SCMs shall conform to the following: A. If fly ash or natural pozzolan is used: 1. The minimum amount of portland cement shall not be less than 75 percent by weight of the specified minimum cementitious material content. 2. The minimum amount of fly ash or natural pozzolan shall be: a. Fifteen percent by weight of the total amount of cementitious material if the calcium oxide content of fly ash or natural pozzolan is equal to or less than 2 percent by weight; b. Twenty-five percent by weight of the total amount of cementitious material if the calcium oxide content of fly ash or natural pozzolan is greater than 2 percent by weight. 3. The total amount of fly ash or natural pozzolan shall not exceed 35 percent by weight of the total amount of cementitious material to be used in the mix. If Section 90-1.01, "Description," specifies a maximum cementitious material content in pounds per cubic yard, the total weight of portland cement and fly ash or natural pozzolan per cubic yard shall not exceed the specified maximum cementitious material content. B. If silica fume is used: 1. The amount of silica fume shall not be less than 10 percent by weight of the total amount of cementitious material. 2. The amount of portland cement shall not be less than 75 percent by weight of the specified minimum cementitious material content. 3. If Section 90-1.01, "Description," specifies a maximum cementitious material content in pounds per cubic yard, the total weight of portland cement and silica fume per cubic yard shall not exceed the specified maximum cementitious material content. C. If GGBFS is used: 1. The minimum amount of GGBFS shall be either:

7/14

6-67

PART 6/COUNTY

a. Forty percent of the total cementitious material to be used, if the aggregates used in the concrete are on the Department's list of "Approved Aggregates For Use in Concrete with Reduced Fly Ash." b. No less than 50 percent. 2. The amount of GGBFS shall not exceed 60 percent by weight of the total amount of cementitious materials to be used. 90-2.02 AGGREGATES • Aggregates shall be free from deleterious coatings, clay balls, roots, bark, sticks, rags, and other extraneous material. • The Contractor shall provide safe and suitable facilities, including necessary splitting devices for obtaining samples of aggregates, in conformance with California Test 125. • Aggregates shall be of such character that it will be possible to produce workable concrete within the limits of water content provided in Section 90-6.06, "Amount of Water and Penetration." • Aggregates shall have not more than 10 percent loss when tested for soundness in conformance with the requirements in California Test 214. The soundness requirement for fine aggregate will be waived, provided that the durability index, D f , of the fine aggregate is 60 or greater when tested for durability in conformance with California Test 229. • If the results of any one or more of the Cleanness Value, Sand Equivalent, or aggregate grading tests do not meet the requirements specified for "Operating Range" but all meet the "Contract Compliance" requirements, the placement of concrete shall be suspended at the completion of the current pour until tests or other information indicate that the next material to be used in the work will comply with the requirements specified for "Operating Range." • If the results of either or both the Cleanness Value and coarse aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete that is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $3.50 per cubic yard for paving concrete and $5.50 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. • If the results of either or both the Sand Equivalent and fine aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete which is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $3.50 per cubic yard for paving concrete and $5.50 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. • The 2 preceding paragraphs apply individually to the "Contract Compliance" requirements for coarse aggregate and fine aggregate. When both coarse aggregate 7/14

6-68

PART 6/COUNTY

and fine aggregate do not conform to the "Contract Compliance" requirements, both paragraphs shall apply. The payments specified in those paragraphs are in addition to any payments made in conformance with the provisions in Section 90-1.01, "Description." • No single Cleanness Value, Sand Equivalent, or aggregate grading test shall represent more than 300 cubic yards of concrete or one day's pour, whichever is smaller. • When the source of an aggregate is changed, the Contractor shall adjust the mix proportions and submit in writing to the Engineer a copy of the mix design before using the aggregates. 90-2.02A COARSE AGGREGATE • Coarse aggregate shall consist of gravel, crushed gravel, crushed rock, reclaimed aggregate, crushed air-cooled iron blast furnace slag or combinations thereof. Crushed air-cooled blast furnace slag shall not be used in reinforced or prestressed concrete. • Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious material. Reclaimed aggregate shall conform to all aggregate requirements. • Coarse aggregate shall conform to the following quality requirements: Tests Loss in Los Angeles Rattler (after 500 revolutions) Cleanness Value Operating Range Contract Compliance

California Test 211

Requirements 45% max.

227 227

75 min. 71 min.

• In lieu of the above Cleanness Value requirements, a Cleanness Value "Operating Range" limit of 71, minimum, and a Cleanness Value "Contract Compliance" limit of 68, minimum, will be used to determine the acceptability of the coarse aggregate if the Contractor furnishes a Certificate of Compliance, as provided in Section 6-1.07, "Certificates of Compliance," certifying that: A. Coarse aggregate sampled at the completion of processing at the aggregate production plant had a Cleanness Value of not less than 82 when tested in conformance with the requirements in California Test 227; and B. Prequalification tests performed in conformance with the requirements in California Test 549 indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent, based on concrete. 90-2.02B FINE AGGREGATE • Fine aggregate shall consist of natural sand, manufactured sand produced from larger aggregate or a combination thereof. Manufactured sand shall be well graded. 7/14

6-69

PART 6/COUNTY



Fine aggregate shall conform to the following quality requirements: California Test 213 515

Test

Requirements Organic Impurities Satisfactorya Mortar Strengths Relative to Ottawa Sand 95%, min. Sand Equivalent: Operating Range 217 75, min. Contract Compliance 217 71, min. a Fine aggregate developing a color darker than the reference standard color solution may be accepted if it is determined by the Engineer, from mortar strength tests, that a darker color is acceptable.

• In lieu of the above Sand Equivalent requirements, a Sand Equivalent "Operating Range" limit of 71, minimum, and a Sand Equivalent "Contract Compliance" limit of 68, minimum, will be used to determine the acceptability of the fine aggregate if the Contractor furnishes a Certificate of Compliance, as provided in Section 6-1.07, "Certificates of Compliance," certifying that: A. Fine aggregate sampled at the completion of processing at the aggregate production plant had a Sand Equivalent value of not less than 82 when tested by California Test 217; and B. Prequalification tests performed in conformance with California Test 549 indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent, based on concrete. 90-2.03 WATER • In conventionally reinforced concrete work, the water for curing, for washing aggregates, and for mixing shall be free from oil and shall not contain more than 1,000 parts per million of chlorides as Cl, when tested in conformance with California Test 422, nor more than 1,300 parts per million of sulfates as SO 4 , when tested in conformance with California Test 417. In prestressed concrete work, the water for curing, for washing aggregates, and for mixing shall be free from oil and shall not contain more than 650 parts per million of chlorides as Cl, when tested in conformance with California Test 422, nor more than 1,300 parts per million of sulfates as SO 4 , when tested in conformance with California Test 417. In no case shall the water contain an amount of impurities that will cause either: 1) a change in the setting time of cement of more than 25 percent when tested in conformance with the requirements in ASTM Designation: C 191 or ASTM Designation: C 266 or 2) a reduction in the compressive strength of mortar at 14 days of more than 5 percent, when tested in conformance with the requirements in ASTM Designation: C 109, when compared to the results obtained with distilled water or deionized water, tested in conformance with the requirements in ASTM Designation: C 109. • In nonreinforced concrete work, the water for curing, for washing aggregates and for mixing shall be free from oil and shall not contain more than 2,000 parts per million of chlorides as Cl, when tested in conformance with California Test 422, or more than 1,500 parts per million of sulfates as SO 4 , when tested in conformance with California Test 417. 7/14

6-70

PART 6/COUNTY

• In addition to the above provisions, water for curing concrete shall not contain impurities in a sufficient amount to cause discoloration of the concrete or produce etching of the surface. • Water reclaimed from mixer wash-out operations may be used in mixing concrete. The water shall not contain coloring agents or more than 300 parts per million of alkalis (Na 2 O + 0.658 K 2 O) as determined on the filtrate. The specific gravity of the water shall not exceed 1.03 and shall not vary more than ±0.010 during a day's operations. 90-2.04 ADMIXTURE MATERIALS • Admixture materials shall conform to the requirements in the following ASTM Designations: A. Chemical Admixtures—ASTM Designation: C 494. B. Air-entraining Admixtures—ASTM Designation: C 260. 90-3 AGGREGATE GRADINGS 90-3.01 GENERAL • Before beginning concrete work, the Contractor shall submit in writing to the Engineer the gradation of the primary aggregate nominal sizes that the Contractor proposes to furnish. If a primary coarse aggregate or the fine aggregate is separated into 2 or more sizes, the proposed gradation shall consist of the gradation for each individual size, and the proposed proportions of each individual size, combined mathematically to indicate one proposed gradation. The proposed gradation shall meet the grading requirements shown in the table in this section, and shall show the percentage passing each of the sieve sizes used in determining the end result. • The Engineer may waive, in writing, the gradation requirements in this Section 90-3.01 and in Sections 90-3.02, "Coarse Aggregate Grading," 90-3.03, "Fine Aggregate Grading," and 90-3.04, "Combined Aggregate Gradings," if, in the Engineer's opinion, furnishing the gradation is not necessary for the type or amount of concrete work to be constructed. • Gradations proposed by the Contractor shall be within the following percentage passing limits: Primary Aggregate Nominal Size

Sieve Size

Limits of Proposed Gradation

1"

19 - 41

1" x No. 4

3/4"

52 - 85

1" x No. 4

3/8"

15 - 38

1/2" x No. 4

3/8"

40 - 78

3/8" x No. 8

3/8"

50 - 85

Fine Aggregate

No. 16

55 - 75

Fine Aggregate

No. 30

34 - 46

Fine Aggregate

No. 50

16 - 29

1 1/2" x 3/4"

7/14

6-71

PART 6/COUNTY

• Should the Contractor change the source of supply, the Contractor shall submit in writing to the Engineer the new gradations before their intended use. 90-3.02 COARSE AGGREGATE GRADING • The grading requirements for coarse aggregates are shown in the following table for each size of coarse aggregate: Percentage Passing Primary Aggregate Nominal Sizes 1 1/2" x 3/4" 1" x No. 4 1/2" x No. 4 3/8" x No. 8 Operating Contract Operating Contract Operating Contract Operating Contract Sieve Sizes Range Compliance Range Compliance Range Compliance Range Compliance 2" 100 100 — — — — — — 1 1/2" 88 - 100 85 - 100 100 100 — — — — 1" X ±18 X ±25 88 - 100 86 - 100 — — — — 3/4" 0 - 17 0 - 20 X ±15 X ±22 100 100 — — 1/2" — — — — 82 - 100 80 - 100 100 100 3/8" 0-7 0-9 X ±15 X ±22 X ±15 X ±22 X ±15 X ±20 No. 4 — — 0 - 16 0 - 18 0 - 15 0 - 18 0 - 25 0 - 28 No. 8 — — 0-6 0-7 0-6 0-7 0-6 0-7

• In the above table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." • Coarse aggregate for the 1 1/2 inch, maximum, combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," shall be furnished in 2 or more primary aggregate nominal sizes. Each primary aggregate nominal size may be separated into 2 sizes and stored separately, provided that the combined material conforms to the grading requirements for that particular primary aggregate nominal size. • When the one inch, maximum, combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," is to be used, the coarse aggregate may be separated into 2 sizes and stored separately, provided that the combined material shall conform to the grading requirements for the 1" x No. 4 primary aggregate nominal size. 90-3.03 FINE AGGREGATE GRADING • Fine aggregate shall be graded within the following limits: Sieve Sizes 3/8" No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200

7/14

Percentage Passing Operating Range Contract Compliance 100 100 95 - 100 93 - 100 65 - 95 61 - 99 X ±10 X ±13 X ±9 X ±12 X ±6 X ±9 2 - 12 1 - 15 0-8 0 - 10

6-72

PART 6/COUNTY

• In the above table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." • In addition to the above required grading analysis, the distribution of the fine aggregate sizes shall be such that the difference between the total percentage passing the No. 16 sieve and the total percentage passing the No. 30 sieve shall be between 10 and 40, and the difference between the percentage passing the No. 30 and No. 50 sieves shall be between 10 and 40. • Fine aggregate may be separated into 2 or more sizes and stored separately, provided that the combined material conforms to the grading requirements specified in this Section 90-3.03. 90-3.04 COMBINED AGGREGATE GRADINGS • Combined aggregate grading limits shall be used only for the design of concrete mixes. Concrete mixes shall be designed so that aggregates are combined in proportions that shall produce a mixture within the grading limits for combined aggregates as specified herein. • The combined aggregate grading, except when otherwise specified in these specifications or the special provisions, shall be either the 1 1/2 inch, maximum grading, or the 1 inch, maximum grading, at the option of the Contractor.

Sieve Sizes 2" 1 1/2" 1" 3/4" 1/2" 3/8" No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200

Grading Limits of Combined Aggregates Percentage Passing 1 1/2" Max. 1" Max. 1/2" Max. 100 — — 90 - 100 100 — 50 - 86 90 - 100 — 45 - 75 55 - 100 100 — — 90 - 100 38 - 55 45 - 75 55 - 86 30 - 45 35 - 60 45 - 63 23 - 38 27 - 45 35 - 49 17 - 33 20 - 35 25 - 37 10 - 22 12 - 25 15 - 25 4 - 10 5 - 15 5 - 15 1-6 1-8 1-8 0-3 0-4 0-4

3/8" Max. — — — — 100 50 - 100 45 - 63 35 - 49 25 - 37 15 - 25 5 - 15 1-8 0-4

• Changes from one grading to another shall not be made during the progress of the work unless permitted by the Engineer. 90-4 ADMIXTURES 90-4.01 GENERAL • Admixtures used in portland cement concrete shall conform to and be used in conformance with the provisions in this Section 90-4 and the special provisions. Admixtures shall be used when specified or ordered by the Engineer and may be used at the Contractor's option as provided herein. 7/14

6-73

PART 6/COUNTY

• Chemical admixtures and air-entraining admixtures containing chlorides as Cl in excess of one percent by weight of admixture, as determined by California Test 415, shall not be used. • Admixtures shall be uniform in properties throughout their use in the work. Should it be found that an admixture as furnished is not uniform in properties, its use shall be discontinued. • If more than one admixture is used, the admixtures shall be compatible with each other so that the desirable effects of all admixtures used will be realized. • Chemical admixtures shall be used in conformance with the manufacturer's written recommendations. 90-4.02 MATERIALS • Admixture materials shall conform to the provisions in Section 90–2.04, "Admixture Materials." 90-4.03 ADMIXTURE APPROVAL • No admixture brand shall be used in the work unless it is on the Department's current list of approved brands for the type of admixture involved. • Admixture brands will be considered for addition to the approved list if the manufacturer of the admixture submits to the Transportation Laboratory a sample of the admixture accompanied by certified test results demonstrating that the admixture complies with the requirements in the appropriate ASTM Designation and these specifications. The sample shall be sufficient to permit performance of all required tests. Approval of admixture brands will be dependent upon a determination as to compliance with the requirements, based on the certified test results submitted, together with tests the Department may elect to perform. • If the Contractor proposes to use an admixture of a brand and type on the current list of approved admixture brands, the Contractor shall furnish a Certificate of Compliance from the manufacturer, as provided in Section 6-1.07, "Certificates of Compliance," certifying that the admixture furnished is the same as that previously approved. If a previously approved admixture is not accompanied by a Certificate of Compliance, the admixture shall not be used in the work until the Engineer has had sufficient time to make the appropriate tests and has approved the admixture for use. The Engineer may take samples for testing at any time, whether or not the admixture has been accompanied by a Certificate of Compliance. 90-4.04 REQUIRED USE OF CHEMICAL ADMIXTURES • If the use of a chemical admixture is specified, the admixture shall be used at the dosage specified, except that if no dosage is specified, the admixture shall be used at the dosage normally recommended by the manufacturer of the admixture. 90-4.05 OPTIONAL USE OF CHEMICAL ADMIXTURES • The Contractor may use Type A or F, water-reducing; Type B, retarding; or Type D or G, water-reducing and retarding admixtures as described in ASTM 7/14

6-74

PART 6/COUNTY

Designation: C 494 to conserve cementitious material or to facilitate any concrete construction application subject to the following conditions: A. If a water-reducing admixture or a water-reducing and retarding admixture is used, the cementitious material content specified or ordered may be reduced by a maximum of 5 percent by weight, except that the resultant cementitious material content shall be not less than 505 pounds per cubic yard; and B. When a reduction in cementitious material content is made, the dosage of admixture used shall be the dosage used in determining approval of the admixture. • Unless otherwise specified, a Type C accelerating chemical admixture conforming to the requirements in ASTM Designation: C 494, may be used in portland cement concrete. Inclusion in the mix design submitted for approval will not be required provided that the admixture is added to counteract changing conditions that contribute to delayed setting of the portland cement concrete, and the use or change in dosage of the admixture is approved in writing by the Engineer. 90-4.06 REQUIRED USE OF AIR-ENTRAINING ADMIXTURES • When air-entrainment is specified or ordered by the Engineer, the air-entraining admixture shall be used in amounts to produce a concrete having the specified air content as determined by California Test 504. 90-4.07 OPTIONAL USE OF AIR-ENTRAINING ADMIXTURES • When air-entrainment has not been specified or ordered by the Engineer, the Contractor will be permitted to use an air-entraining admixture to facilitate the use of any construction procedure or equipment provided that the average air content, as determined by California Test 504, of 3 successive tests does not exceed 4 percent, and no single test value exceeds 5.5 percent. If the Contractor elects to use an air-entraining admixture in concrete for pavement, the Contractor shall so indicate at the time the Contractor designates the source of aggregate. 90-4.08 BLANK 90-4.09 BLANK 90-4.10 PROPORTIONING AND DISPENSING LIQUID ADMIXTURES • Chemical admixtures and air-entraining admixtures shall be dispensed in liquid form. Dispensers for liquid admixtures shall have sufficient capacity to measure at one time the prescribed quantity required for each batch of concrete. Each dispenser shall include a graduated measuring unit into which liquid admixtures are measured to within ±5 percent of the prescribed quantity for each batch. Dispensers shall be located and maintained so that the graduations can be accurately read from the point at which proportioning operations are controlled to permit a visual check of batching accuracy prior to discharge. Each measuring unit shall be clearly marked for the type and quantity of admixture. 7/14

6-75

PART 6/COUNTY

• Each liquid admixture dispensing system shall be equipped with a sampling device consisting of a valve located in a safe and readily accessible position such that a sample of the admixture may be withdrawn slowly by the Engineer. • If more than one liquid admixture is used in the concrete mix, each liquid admixture shall have a separate measuring unit and shall be dispensed by injecting equipment located in such a manner that the admixtures are not mixed at high concentrations and do not interfere with the effectiveness of each other. When air-entraining admixtures are used in conjunction with other liquid admixtures, the air-entraining admixture shall be the first to be incorporated into the mix, unless it is demonstrated that a different sequence improves performance. • When automatic proportioning devices are required for concrete pavement, dispensers for liquid admixtures shall operate automatically with the batching control equipment. The dispensers shall be equipped with an automatic warning system in good operating condition that will provide a visible or audible signal at the point at which proportioning operations are controlled when the quantity of admixture measured for each batch of concrete varies from the preselected dosage by more than 5 percent, or when the entire contents of the measuring unit are not emptied from the dispenser into each batch of concrete. • Unless liquid admixtures are added to premeasured water for the batch, their discharge into the batch shall be arranged to flow into the stream of water so that the admixtures are well dispersed throughout the batch, except that air-entraining admixtures may be dispensed directly into moist sand in the batching bins provided that adequate control of the air content of the concrete can be maintained. • Liquid admixtures requiring dosages greater than one-half gallon per cubic yard shall be considered to be water when determining the total amount of free water as specified in Section 90-6.06, "Amount of Water and Penetration." 90-4.11 BLANK 90-5 PROPORTIONING 90-5.01 STORAGE OF AGGREGATES • Aggregates shall be stored or stockpiled in such a manner that separation of coarse and fine particles of each size shall be avoided and the various sizes shall not become intermixed before proportioning. • Aggregates shall be stored or stockpiled and handled in a manner that prevent contamination by foreign materials. In addition, storage of aggregates at batching or mixing facilities that are erected subsequent to the award of the contract and that furnish concrete to the project shall conform to the following: A. Intermingling of the different sizes of aggregates shall be positively prevented. The Contractor shall take the necessary measures to prevent intermingling. The preventive measures may include, but are not necessarily limited to, physical separation of stockpiles or construction of bulkheads of adequate length and height; and B. Contamination of aggregates by contact with the ground shall be positively prevented. The Contractor shall take the necessary measures to prevent contamination. The 7/14

6-76

PART 6/COUNTY

preventive measures shall include, but are not necessarily limited to, placing aggregates on wooden platforms or on hardened surfaces consisting of portland cement concrete, asphalt concrete, or cement treated material. • In placing aggregates in storage or in moving the aggregates from storage to the weigh hopper of the batching plant, any method that may cause segregation, degradation, or the combining of materials of different gradings that will result in any size of aggregate at the weigh hopper failing to meet the grading requirements, shall be discontinued. Any method of handling aggregates that results in excessive breakage of particles shall be discontinued. The use of suitable devices to reduce impact of falling aggregates may be required by the Engineer. 90-5.02 PROPORTIONING DEVICES • Weighing, measuring, or metering devices used for proportioning materials shall conform to the requirements in Section 9-1.01, "Measurement of Quantities," and this Section 90-5.02. In addition, automatic weighing systems shall comply with the requirements for automatic proportioning devices in Section 90-5.03A, "Proportioning for Pavement." Automatic devices shall be automatic to the extent that the only manual operation required for proportioning the aggregates, cement, and supplementary cementitious material for one batch of concrete is a single operation of a switch or starter. • Proportioning devices shall be tested as frequently as the Engineer may deem necessary to ensure their accuracy. • Weighing equipment shall be insulated against vibration or movement of other operating equipment in the plant. When the plant is in operation, the weight of each batch of material shall not vary from the weight designated by the Engineer by more than the tolerances specified herein. • Equipment for cumulative weighing of aggregate shall have a zero tolerance of ±0.5 percent of the designated total batch weight of the aggregate. For systems with individual weigh hoppers for the various sizes of aggregate, the zero tolerance shall be ±0.5 percent of the individual batch weight designated for each size of aggregate. Equipment for cumulative weighing of cement and supplementary cementitious material shall have a zero tolerance of ±0.5 percent of the designated total batch weight of the cement and supplementary cementitious material. Equipment for weighing cement or supplementary cementitious material separately shall have a zero tolerance of ±0.5 percent of their designated individual batch weights. Equipment for measuring water shall have a zero tolerance of ±0.5 percent of its designated weight or volume. • The weight indicated for any batch of material shall not vary from the preselected scale setting by more than the following: A. Aggregate weighed cumulatively shall be within 1.0 percent of the designated total batch weight of the aggregate. Aggregates weighed individually shall be within 1.5 percent of their respective designated batch weights; and B. Cement shall be 99 to 102 percent of its designated batch weight. When weighed individually, supplementary cementitious material shall be 99 to 102 percent of its designated batch weight. When supplementary cementitious material and cement are 7/14

6-77

PART 6/COUNTY

permitted to be weighed cumulatively, cement shall be weighed first to 99 to 102 percent of its designated batch weight, and the total for cement and supplementary cementitious material shall be 99 to 102 percent of the sum of their designated batch weights; and C. Water shall be within 1.5 percent of its designated weight or volume. • Each scale graduation shall be approximately 0.001 of the total capacity of the scale. The capacity of scales for weighing cement, supplementary cementitious material, or cement plus supplementary cementitious material and aggregates shall not exceed that of commercially available scales having single graduations indicating a weight not exceeding the maximum permissible weight variation above, except that no scale shall be required having a capacity of less than 1,000 pounds, with one pound graduations. 90-5.03 PROPORTIONING • Proportioning shall consist of dividing the aggregates into the specified sizes, each stored in a separate bin, and combining them with cementitious material and water as provided in these specifications. Aggregates shall be proportioned by weight. • At the time of batching, aggregates shall have been dried or drained sufficiently to result in a stable moisture content such that no visible separation of water from aggregate will take place during transportation from the proportioning plant to the point of mixing. In no event shall the free moisture content of the fine aggregate at the time of batching exceed 8 percent of its saturated, surface-dry weight. • Should separate supplies of aggregate material of the same size group, but of different moisture content or specific gravity or surface characteristics affecting workability, be available at the proportioning plant, withdrawals shall be made from one supply exclusively and the materials therein completely exhausted before starting upon another. • Bulk Type IP (MS) cement shall be weighed in an individual hopper and shall be kept separate from the aggregates until the ingredients are released for discharge into the mixer. • Bulk cement and supplementary cementitious material may be weighed in separate, individual weigh hoppers or may be weighed in the same weigh hopper and shall be kept separate from the aggregates until the ingredients are released for discharge into the mixer. If the cement and supplementary cementitious material are weighed cumulatively, the cement shall be weighed first. • If cement and supplementary cementitious material are weighed in separate weigh hoppers, the weigh systems for the proportioning of the aggregate, the cement, and the supplementary cementitious material shall be individual and distinct from all other weigh systems. Each weigh system shall be equipped with a hopper, a lever system, and an indicator to constitute an individual and independent material-weighing device. The cement and the supplementary cementitious material shall be discharged into the mixer simultaneously with the aggregate. • The scales and weigh hoppers for bulk weighing cement, supplementary cementitious material, or cement plus supplementary cementitious material shall be separate and distinct from the aggregate weighing equipment. 7/14

6-78

PART 6/COUNTY

• For batches of one cubic yard or more, the batching equipment shall conform to one of the following combinations: A. Separate boxes and separate scale and indicator for weighing each size of aggregate. B. Single box and scale indicator for all aggregates. C. Single box or separate boxes and automatic weighing mechanism for all aggregates. • In order to check the accuracy of batch weights, the gross weight and tare weight of batch trucks, truck mixers, truck agitators, and non-agitating hauling equipment shall be determined when ordered by the Engineer. The equipment shall be weighed on scales designated by the Engineer. 90-5.03A PROPORTIONING FOR PAVEMENT • Aggregates and bulk supplementary cementitious material for use in pavement shall be proportioned by weight by means of automatic proportioning devices of approved type conforming to these specifications. • The Contractor shall install and maintain in operating condition an electronically actuated moisture meter that will indicate, on a readily visible scale, changes in the moisture content of the fine aggregate as it is batched within a sensitivity of 0.5 percent by weight of the fine aggregate. • The batching of cement, supplementary cementitious material, or cement plus supplementary cementitious material and aggregate shall be interlocked so that a new batch cannot be started until all weigh hoppers are empty, the proportioning devices are within zero tolerance, and the discharge gates are closed. The interlock shall permit no part of the batch to be discharged until all aggregate hoppers and the cement and supplementary cementitious material hoppers or the cement plus supplementary cementitious material hopper are charged with weights that are within the tolerances specified in Section 90-5.02, "Proportioning Devices." • If interlocks are required for cement and supplementary cementitious material charging mechanisms and cement and supplementary cementitious material are weighed cumulatively, their charging mechanisms shall be interlocked to prevent the introduction of mineral admixture until the weight of cement in the cement weigh hopper is within the tolerances specified in Section 90-5.02, "Proportioning Devices." • If concrete is completely mixed in stationary paving mixers, the supplementary cementitious materials shall be weighed in a separate weigh hopper and the supplementary cementitious material and cement shall be introduced simultaneously into the mixer proportionately with the aggregate. If the Contractor provides certification that the stationary mixer is capable of mixing the cement, supplementary cementitious material, aggregates, and water uniformly before discharge, weighing the supplementary cementitious material cumulatively with the cement is permitted. Certification shall contain the following: A. Test results for 2 compressive strength test cylinders of concrete taken within the first one-third and 2 compressive strength test cylinders of concrete taken within the last one-third of the concrete discharged from a single batch from the stationary paving 7/14

6-79

PART 6/COUNTY

mixer. Strength tests and cylinder preparation will be in conformance with the provisions of Section 90-9, "Compressive Strength"; B. Calculations demonstrating that the difference in the averages of 2 compressive strengths taken in the first one-third is no greater than 7.5 percent different than the averages of 2 compressive strengths taken in the last one-third of the concrete discharged from a single batch from the stationary paving mixer. Strength tests and cylinder preparation will be in conformance with the provisions of Section 90-9, "Compressive Strength;" and C. The mixer rotation speed and time of mixing before discharge that are required to produce a mix that meets the requirements above. • The discharge gate on the cement and supplementary cementitious material hoppers or the cement plus supplementary cementitious material hopper shall be designed to permit regulating the flow of cement, supplementary cementitious material, or cement plus supplementary cementitious material into the aggregate as directed by the Engineer. • If separate weigh boxes are used for each size of aggregate, the discharge gates shall permit regulating the flow of each size of aggregate as directed by the Engineer. • Material discharged from the several bins shall be controlled by gates or by mechanical conveyors. The means of withdrawal from the several bins, and of discharge from the weigh box, shall be interlocked so that not more than one bin can discharge at a time, and so that the weigh box cannot be tripped until the required quantity from each of the several bins has been deposited therein. Should a separate weigh box be used for each size of aggregate, all may be operated and discharged simultaneously. • If the discharge from the several bins is controlled by gates, each gate shall be actuated automatically so that the required mass is discharged into the weigh box, after which the gate shall automatically close and lock. • The automatic weighing system shall be designed so that all proportions required may be set on the weighing controller at the same time. 90-6 MIXING AND TRANSPORTING 90-6.01 GENERAL • Concrete shall be mixed in mechanically operated mixers, except that when permitted by the Engineer, batches not exceeding 1/3 cubic yard may be mixed by hand methods in conformance with the provisions in Section 90-6.05, "Hand-Mixing." • Equipment having components made of aluminum or magnesium alloys that would have contact with plastic concrete during mixing, transporting, or pumping of portland cement concrete shall not be used. • Concrete shall be homogeneous and thoroughly mixed, and there shall be no lumps or evidence of undispersed cementitious material. • Uniformity of concrete mixtures will be determined by differences in penetration as determined by California Test 533, or slump as determined by ASTM Designation: C 143, and by variations in the proportion of coarse aggregate as determined by California Test 529.

7/14

6-80

PART 6/COUNTY

• When the mix design specifies a penetration value, the difference in penetration, determined by comparing penetration tests on 2 samples of mixed concrete from the same batch or truck mixer load, shall not exceed 1/2-inch. When the mix design specifies a slump value, the difference in slump, determined by comparing slump tests on 2 samples of mixed concrete from the same batch or truck mixer load, shall not exceed the values given in the table below. Variation in the proportion of coarse aggregate will be determined by comparing the results of tests of 2 samples of mixed concrete from the same batch or truck mixer load and the difference between the 2 results shall not exceed 170 pounds per cubic yard of concrete. Average Slump Less than 4" 4" to 6" Greater than 6" to 9"

Maximum Permissible Difference 1" 1 1/2" 2"

• The Contractor shall furnish samples of the freshly mixed concrete and provide satisfactory facilities for obtaining the samples. 90-6.02 MACHINE MIXING • Concrete mixers may be of the revolving drum or the revolving blade type, and the mixing drum or blades shall be operated uniformly at the mixing speed recommended by the manufacturer. Mixers and agitators that have an accumulation of hard concrete or mortar shall not be used. • The temperature of mixed concrete, immediately before placing, shall be not less than 50° F or more than 90° F. Aggregates and water shall be heated or cooled as necessary to produce concrete within these temperature limits. Neither aggregates nor mixing water shall be heated to exceed 150° F. If ice is used to cool the concrete, discharge of the mixer will not be permitted until all ice is melted. • The batch shall be so charged into the mixer that some water will enter in advance of cementitious materials and aggregates. All water shall be in the drum by the end of the first one-fourth of the specified mixing time. • Cementitious materials shall be batched and charged into the mixer by means that will not result either in loss of cementitious materials due to the effect of wind, in accumulation of cementitious materials on surfaces of conveyors or hoppers, or in other conditions that reduce or vary the required quantity of cementitious material in the concrete mixture. • Paving and stationary mixers shall be operated with an automatic timing device. The timing device and discharge mechanism shall be interlocked so that during normal operation no part of the batch will be discharged until the specified mixing time has elapsed. • The total elapsed time between the intermingling of damp aggregates and all cementitious materials and the start of mixing shall not exceed 30 minutes. • The size of batch shall not exceed the manufacturer's guaranteed capacity. • When producing concrete for pavement or base, suitable batch counters shall be installed and maintained in good operating condition at job site batching plants and 7/14

6-81

PART 6/COUNTY

stationary mixers. The batch counters shall indicate the exact number of batches proportioned and mixed. • Concrete shall be mixed and delivered to the job site by means of one of the following combinations of operations: A. Mixed completely in a stationary mixer and the mixed concrete transported to the point of delivery in truck agitators or in nonagitating hauling equipment (central-mixed concrete). B. Mixed partially in a stationary mixer, and the mixing completed in a truck mixer (shrink-mixed concrete). C. Mixed completely in a truck mixer (transit-mixed concrete). D. Mixed completely in a paving mixer. • Agitators may be truck mixers operating at agitating speed or truck agitators. Each mixer and agitator shall have attached thereto in a prominent place a metal plate or plates on which is plainly marked the various uses for which the equipment is designed, the manufacturer's guaranteed capacity of the drum or container in terms of the volume of mixed concrete and the speed of rotation of the mixing drum or blades. • Truck mixers shall be equipped with electrically or mechanically actuated revolution counters by which the number of revolutions of the drum or blades may readily be verified. • When shrink-mixed concrete is furnished, concrete that has been partially mixed at a central plant shall be transferred to a truck mixer and all requirements for transit-mixed concrete shall apply. No credit in the number of revolutions at mixing speed will be allowed for partial mixing in a central plant. 90-6.03 TRANSPORTING MIXED CONCRETE • Mixed concrete may be transported to the delivery point in truck agitators or truck mixers operating at the speed designated by the manufacturer of the equipment as agitating speed, or in non-agitating hauling equipment, provided the consistency and workability of the mixed concrete upon discharge at the delivery point is suitable for adequate placement and consolidation in place, and provided the mixed concrete after hauling to the delivery point conforms to the provisions in Section 90-6.01, "General." • Truck agitators shall be loaded not to exceed the manufacturer's guaranteed capacity and shall maintain the mixed concrete in a thoroughly mixed and uniform mass during hauling. • Bodies of nonagitating hauling equipment shall be constructed so that leakage of the concrete mix, or any part thereof, will not occur at any time. • Concrete hauled in open-top vehicles shall be protected during hauling against rain or against exposure to the sun for more than 20 minutes when the ambient temperature exceeds 75° F. • No additional mixing water shall be incorporated into the concrete during hauling or after arrival at the delivery point, unless authorized by the Engineer. If the Engineer authorizes additional water to be incorporated into the concrete, the drum shall be revolved not less than 30 revolutions at mixing speed after the water is added and before discharge is commenced. 7/14

6-82

PART 6/COUNTY

• The rate of discharge of mixed concrete from truck mixer-agitators shall be controlled by the speed of rotation of the drum in the discharge direction with the discharge gate fully open. • If a truck mixer or agitator is used for transporting concrete to the delivery point, discharge shall be completed within 1.5 hours or before 250 revolutions of the drum or blades, whichever occurs first, after the introduction of the cement to the aggregates. Under conditions contributing to quick stiffening of the concrete, or if the temperature of the concrete is 85° F or above, the time allowed may be less than 1.5 hours. If an admixture is used to retard the set time, the temperature of the concrete shall not exceed 85° F, the time limit shall be 2 hours, and the revolution limitation shall be 300. • If nonagitating hauling equipment is used for transporting concrete to the delivery point, discharge shall be completed within one hour after the addition of the cement to the aggregates. Under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete is 85° F or above, the time between the introduction of cement to the aggregates and discharge shall not exceed 45 minutes. • Each load of concrete delivered at the job site shall be accompanied by a weighmaster certificate showing the mix identification number, nonrepeating load number, date and time at which the materials were batched, the total amount of water added to the load, and for transit-mixed concrete, the reading of the revolution counter at the time the truck mixer is charged with cement. This weighmaster certificate shall also show the actual scale weights (pounds) for the ingredients batched. Theoretical or target batch weights shall not be used as a substitute for actual scale weights. • Weighmaster certificates shall be provided in printed form, or if approved by the Engineer, the data may be submitted in electronic media. Electronic media shall be presented in a tab-delimited format on a 3 1/2-inch diskette with a capacity of at least 1.4 megabytes. Captured data, for the ingredients represented by each batch shall be "line feed, carriage return" (LFCR) and "one line, separate record" with allowances for sufficient fields to satisfy the amount of data required by these specifications. • The Contractor may furnish a weighmaster certificate accompanied by a separate certificate that lists the actual batch weights or measurements for a load of concrete provided that both certificates are imprinted with the same nonrepeating load number that is unique to the contract and delivered to the jobsite with the load. • Weighmaster certificates furnished by the Contractor shall conform to the provisions in Section 9-1.01, "Measurement of Quantities." 90-6.04 TIME OR AMOUNT OF MIXING • Mixing of concrete in paving or stationary mixers shall continue for the required mixing time after all ingredients, except water and admixture, if added with the water, are in the mixing compartment of the mixer before any part of the batch is released. Transfer time in multiple drum mixers shall not be counted as part of the required mixing time. • The required mixing time, in paving or stationary mixers, of concrete used for concrete structures, except minor structures, shall be not less than 90 seconds or more than 5 minutes, except that when directed by the Engineer in writing, the requirements of the following paragraph shall apply. 7/14

6-83

PART 6/COUNTY

• The required mixing time, in paving or stationary mixers, except as provided in the preceding paragraph, shall be not less than 50 seconds or more than 5 minutes. • The minimum required revolutions at the mixing speed for transit-mixed concrete shall not be less than that recommended by the mixer manufacturer, but in no case shall the number of revolutions be less than that required to consistently produce concrete conforming to the provisions for uniformity in Section 90-6.01, "General." • When a high range water-reducing admixture is added to the concrete at the job site, the total number of revolutions shall not exceed 300. 90-6.05 HAND-MIXING • Hand-mixed concrete shall be made in batches of not more than 1/3 cubic yard and shall be mixed on a watertight, level platform. The proper amount of coarse aggregate shall be measured in measuring boxes and spread on the platform and the fine aggregate shall be spread on this layer, the 2 layers being not more than one foot in total depth. On this mixture shall be spread the dry cementitious materials and the whole mass turned no fewer than 2 times dry; then sufficient clean water shall be added, evenly distributed, and the whole mass again turned no fewer than 3 times, not including placing in the carriers or forms. 90-6.06 AMOUNT OF WATER AND PENETRATION • The amount of water used in concrete mixes shall be regulated so that the penetration of the concrete as determined by California Test 533 or the slump of the concrete as determined by ASTM Designation: C 143 is within the nominal values shown in the following table. When the penetration or slump of the concrete is found to exceed the nominal values listed, the mixture of subsequent batches shall be adjusted to reduce the penetration or slump to a value within the nominal range shown. Batches of concrete with a penetration or slump exceeding the maximum values listed shall not be used in the work. If Type F or Type G chemical admixtures are added to the mix, the penetration requirements shall not apply and the slump shall not exceed 9 inches after the chemical admixtures are added. Type of Work

Concrete Pavement Non-reinforced concrete facilities Reinforced concrete structures Sections over 12 inches thick Sections 12 inches thick or less Concrete placed under water Cast-in-place concrete piles

Nominal Penetration Slump (inches) (inches) 0-1 — 0 - 1 1/2 — 0 - 1 1/2 0-2 — 2 1/2 - 3 1/2

— — 6-8 5-7

Maximum Penetration Slump (inches) (inches) 1 1/2 — 2 — 2 1/2 3 — 4

— — 9 8

• The amount of free water used in concrete shall not exceed 310 pounds per cubic yard, plus 20 pounds for each required 100 pounds of cementitious material in excess of 550 pounds per cubic yard. • The term free water is defined as the total water in the mixture minus the water absorbed by the aggregates in reaching a saturated surface-dry condition. 7/14

6-84

PART 6/COUNTY

• If there are adverse or difficult conditions that affect the placing of concrete, the above specified penetration and free water content limitations may be exceeded providing the Contractor is granted permission by the Engineer in writing to increase the cementitious material content per cubic yard of concrete. The increase in water and cementitious material shall be at a ratio not to exceed 30 pounds of water per added 100 pounds of cementitious material per cubic yard. Full compensation for additional cementitious material and water added under these conditions shall be considered as included in the contract price paid for the concrete work involved and no additional compensation will be allowed therefor. • The equipment for supplying water to the mixer shall be constructed and arranged so that the amount of water added can be measured accurately. Any method of discharging water into the mixer for a batch shall be accurate within 1.5 percent of the quantity of water required to be added to the mix for any position of the mixer. Tanks used to measure water shall be designed so that water cannot enter while water is being discharged into the mixer and discharge into the mixer shall be made rapidly in one operation without dribbling. All equipment shall be arranged so as to permit checking the amount of water delivered by discharging into measured containers. 90-7 CURING CONCRETE 90-7.01 METHODS OF CURING • Newly placed concrete shall be cured by the methods specified in this Section 90-7.01 and the special provisions. 90-7.01A WATER METHOD • The concrete shall be kept continuously wet by the application of water for a minimum curing period of 7 days after the concrete has been placed. • Cotton mats, rugs, carpets, or earth or sand blankets may be used as a curing medium to retain the moisture during the curing period. • If a curing medium consisting of cotton mats, rugs, carpets, polyethylene sheeting, polyethylene sheeting on burlap, or earth or sand blankets is to be used to retain the moisture, the entire surface of the concrete shall be kept damp by applying water with a nozzle that so atomizes the flow that a mist and not a spray is formed, until the surface of the concrete is covered with the curing medium. The moisture from the nozzle shall not be applied under pressure directly upon the concrete and shall not be allowed to accumulate on the concrete in a quantity sufficient to cause a flow or wash the surface. At the expiration of the curing period, the concrete surfaces shall be cleared of all curing media. • At the option of the Contractor, a curing medium consisting of white opaque polyethylene sheeting extruded onto burlap may be used to cure concrete structures. The polyethylene sheeting shall have a minimum thickness of 4-mil, and shall be extruded onto 10-ounce burlap. • At the option of the Contractor, a curing medium consisting of polyethylene sheeting may be used to cure concrete columns. The polyethylene sheeting shall have a minimum thickness of 10-mil achieved in a single layer of material. 7/14

6-85

PART 6/COUNTY

• If the Contractor chooses to use polyethylene sheeting or polyethylene sheeting on burlap as a curing medium, these media and any joints therein shall be secured as necessary to provide moisture retention and shall be within 3 inches of the concrete at all points along the surface being cured. When these media are used, the temperature of the concrete shall be monitored during curing. If the temperature of the concrete cannot be maintained below 140° F, use of these curing media shall be disallowed. • When concrete bridge decks and flat slabs are to be cured without the use of a curing medium, the entire surface of the bridge deck or slab shall be kept damp by the application of water with an atomizing nozzle as specified above, until the concrete has set, after which the entire surface of the concrete shall be sprinkled continuously with water for a period of not less than 7 days. 90-7.01B CURING COMPOUND METHOD • Surfaces of the concrete that are exposed to the air shall be sprayed uniformly with a curing compound. • 1. 2. 3. 4. 5. 6.

Curing compounds to be used shall be as follows: Pigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 2, Class B, except the resin type shall be poly-alpha-methylstyrene. Pigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 2, Class B. Pigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 2, Class A. Nonpigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 1, Class B. Nonpigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 1, Class A. Nonpigmented curing compound with fugitive dye conforming to the requirements in ASTM Designation: C 309, Type 1-D, Class A.

• The infrared scan for the dried vehicle from curing compound (1) shall match the infrared scan on file at the Transportation Laboratory. • The loss of water for each type of curing compound, when tested in conformance with the requirements in California Test 534, shall not be more than 0.28-pounds per square yard in 24 hours. • The curing compound to be used will be specified elsewhere in these specifications or in the special provisions. • If the use of curing compound is required or permitted elsewhere in these specifications or in the special provisions and no specific kind is specified, any of the curing compounds listed above may be used. • Curing compound shall be applied at a nominal rate of one gallon per 150 square feet, unless otherwise specified. • At any point, the application rate shall be within ±50 square feet per gallon of the nominal rate specified, and the average application rate shall be within ±25 square feet per gallon of the nominal rate specified when tested in conformance with the 7/14

6-86

PART 6/COUNTY

requirements in California Test 535. Runs, sags, thin areas, skips, or holidays in the applied curing compound shall be evidence that the application is not satisfactory. • Curing compounds shall be applied using power operated spray equipment. The power operated spraying equipment shall be equipped with an operational pressure gage and a means of controlling the pressure. Hand spraying of small and irregular areas that are not reasonably accessible to mechanical spraying equipment, in the opinion of the Engineer, may be permitted. • The curing compound shall be applied to the concrete following the surface finishing operation, immediately before the moisture sheen disappears from the surface, but before any drying shrinkage or craze cracks begin to appear. In the event of any drying or cracking of the surface, application of water with an atomizing nozzle as specified in Section 90-7.01A, "Water Method," shall be started immediately and shall be continued until application of the compound is resumed or started; however, the compound shall not be applied over any resulting freestanding water. Should the film of compound be damaged from any cause before the expiration of 7 days after the concrete is placed in the case of structures and 72 hours in the case of pavement, the damaged portion shall be repaired immediately with additional compound. • At the time of use, compounds containing pigments shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. A paddle shall be used to loosen all settled pigment from the bottom of the container, and a power driven agitator shall be used to disperse the pigment uniformly throughout the vehicle. • Agitation shall not introduce air or other foreign substance into the curing compound. • The manufacturer shall include in the curing compound the necessary additives for control of sagging, pigment settling, leveling, de-emulsification, or other requisite qualities of a satisfactory working material. Pigmented curing compounds shall be manufactured so that the pigment does not settle badly, does not cake or thicken in the container, and does not become granular or curdled. Settlement of pigment shall be a thoroughly wetted, soft, mushy mass permitting the complete and easy vertical penetration of a paddle. Settled pigment shall be easily redispersed, with minimum resistance to the sideways manual motion of the paddle across the bottom of the container, to form a smooth uniform product of the proper consistency. • Curing compounds shall remain sprayable at temperatures above 40° F and shall not be diluted or altered after manufacture. • The curing compound shall be packaged in clean 274-gallon totes, 55-gallon barrels or 5-gallon pails shall be supplied from a suitable storage tank located at the jobsite. The containers shall comply with "Title 49, Code of Federal Regulations, Hazardous Materials Regulations." The 274-gallon totes and the 55-gallon barrels shall have removable lids and airtight fasteners. The 5-gallon pails shall be round and have standard full open head and bail. Lids with bungholes will not be permitted. Settling or separation of solids in containers, except tanks, must be completely redispersed with low speed mixing prior to use, in conformance with these specifications and the manufacturer's recommendations. Mixing shall be accomplished either manually by use of a paddle or by use of a mixing blade driven by a drill motor, at low speed. Mixing blades shall be the type used for mixing paint. On-site storage tanks shall be kept clean 7/14

6-87

PART 6/COUNTY

and free of contaminants. Each tank shall have a permanent system designed to completely redisperse settled material without introducing air or other foreign substances. • Steel containers and lids shall be lined with a coating that will prevent destructive action by the compound or chemical agents in the air space above the compound. The coating shall not come off the container or lid as skins. Containers shall be filled in a manner that will prevent skinning. Plastic containers shall not react with the compound. • Each container shall be labeled with the manufacturer's name, kind of curing compound, batch number, volume, date of manufacture, and volatile organic compound (VOC) content. The label shall also warn that the curing compound containing pigment shall be well stirred before use. Precautions concerning the handling and the application of curing compound shall be shown on the label of the curing compound containers in conformance with the Construction Safety Orders and General Industry Safety Orders of the State. • Containers of curing compound shall be labeled to indicate that the contents fully comply with the rules and regulations concerning air pollution control in the State. • When the curing compound is shipped in tanks or tank trucks, a shipping invoice shall accompany each load. The invoice shall contain the same information as that required herein for container labels. • Curing compound will be sampled by the Engineer at the source of supply, at the job site, or at both locations. • Curing compound shall be formulated so as to maintain the specified properties for a minimum of one year. The Engineer may require additional testing before use to determine compliance with these specifications if the compound has not been used within one year or whenever the Engineer has reason to believe the compound is no longer satisfactory. • Tests will be conducted in conformance with the latest ASTM test methods and methods in use by the Transportation Laboratory. 90-7.01C WATERPROOF MEMBRANE METHOD • The exposed finished surfaces of concrete shall be sprayed with water, using a nozzle that so atomizes the flow that a mist and not a spray is formed, until the concrete has set, after which the curing membrane, shall be placed. The curing membrane shall remain in place for a period of not less than 72 hours. • Sheeting material for curing concrete shall conform to the requirements in AASHTO Designation: M 171 for white reflective materials. • The sheeting material shall be fabricated into sheets of such width as to provide a complete cover for the entire concrete surface. Joints in the sheets shall be securely cemented together in such a manner as to provide a waterproof joint. The joint seams shall have a minimum lap of 0.33-foot. • The sheets shall be securely weighted down by placing a bank of earth on the edges of the sheets or by other means satisfactory to the Engineer. • Should any portion of the sheets be broken or damaged before the expiration of 72 hours after being placed, the broken or damaged portions shall be immediately repaired with new sheets properly cemented into place. 7/14

6-88

PART 6/COUNTY

• Sections of membrane that have lost their waterproof qualities or have been damaged to such an extent as to render them unfit for curing the concrete shall not be used. 90-7.01D FORMS-IN-PLACE METHOD • Formed surfaces of concrete may be cured by retaining the forms in place. The forms shall remain in place for a minimum period of 7 days after the concrete has been placed, except that for members over 20 inches in least dimension the forms shall remain in place for a minimum period of 5 days. • Joints in the forms and the joints between the end of forms and concrete shall be kept moisture tight during the curing period. Cracks in the forms and cracks between the forms and the concrete shall be resealed by methods subject to the approval of the Engineer. 90-7.02 CURING PAVEMENT • The entire exposed area of the pavement, including edges, shall be cured by the waterproof membrane method, or curing compound method using curing compound (1) or (2) as the Contractor may elect. Should the side forms be removed before the expiration of 72 hours following the start of curing, the exposed pavement edges shall also be cured. If the pavement is cured by means of the curing compound method, the sawcut and all portions of the curing compound that have been disturbed by sawing operations shall be restored by spraying with additional curing compound. • Curing shall commence as soon as the finishing process provided in Section 40-1.10, "Final Finishing," has been completed. The method selected shall conform to the provisions in Section 90-7.01, "Methods of Curing." • When the curing compound method is used, the compound shall be applied to the entire pavement surface by mechanical sprayers. Spraying equipment shall be of the fully atomizing type equipped with a tank agitator that provides for continual agitation of the curing compound during the time of application. The spray shall be adequately protected against wind, and the nozzles shall be so oriented or moved mechanically transversely as to result in the minimum specified rate of coverage being applied uniformly on exposed faces. Hand spraying of small and irregular areas, and areas inaccessible to mechanical spraying equipment, in the opinion of the Engineer, will be permitted. When the ambient air temperature is above 60° F, the Contractor shall fog the surface of the concrete with a fine spray of water as specified in Section 90-7.01A, "Water Method." The surface of the pavement shall be kept moist between the hours of 10:00 a.m. and 4:30 p.m. on the day the concrete is placed. However, the fogging done after the curing compound has been applied shall not begin until the compound has set sufficiently to prevent displacement. Fogging shall be discontinued if ordered in writing by the Engineer. 90-7.03 CURING STRUCTURES • Newly placed concrete for cast-in-place structures, other than highway bridge decks, shall be cured by the water method, the forms-in-place method, or, as permitted 7/14

6-89

PART 6/COUNTY

herein, by the curing compound method, in conformance with the provisions in Section 90-7.01, "Methods of Curing." • The curing compound method using a pigmented curing compound may be used on concrete surfaces of construction joints, surfaces that are to be buried underground, and surfaces where only ordinary surface finish is to be applied and on which a uniform color is not required and that will not be visible from a public traveled way. If the Contractor elects to use the curing compound method on the bottom slab of box girder spans, the curing compound shall be curing compound (1). • The top surface of highway bridge decks shall be cured by both the curing compound method and the water method. The curing compound shall be curing compound (1). • Concrete surfaces of minor structures, as defined in Section 51-1.02, "Minor Structures," shall be cured by the water method, the forms-in-place method or the curing compound method. • When deemed necessary by the Engineer during periods of hot weather, water shall be applied to concrete surfaces being cured by the curing compound method or by the forms-in-place method, until the Engineer determines that a cooling effect is no longer required. Application of water for this purpose will be paid for as extra work as provided in Section 4-1.03D, "Extra Work." 90-7.04 CURING PRECAST CONCRETE MEMBERS • Precast concrete members shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." Curing shall be provided for the minimum time specified for each method or until the concrete reaches its design strength, whichever is less. Steam curing may also be used for precast members and shall conform to the following provisions: A. After placement of the concrete, members shall be held for a minimum 4-hour presteaming period. If the ambient air temperature is below 50° F, steam shall be applied during the presteaming period to hold the air surrounding the member at a temperature between 50° F and 90° F. B. To prevent moisture loss on exposed surfaces during the presteaming period, members shall be covered as soon as possible after casting or the exposed surfaces shall be kept wet by fog spray or wet blankets. C. Enclosures for steam curing shall allow free circulation of steam about the member and shall be constructed to contain the live steam with a minimum moisture loss. The use of tarpaulins or similar flexible covers will be permitted, provided they are kept in good repair and secured in such a manner as to prevent the loss of steam and moisture. D. Steam at the jets shall be at low pressure and in a saturated condition. Steam jets shall not impinge directly on the concrete, test cylinders, or forms. During application of the steam, the temperature rise within the enclosure shall not exceed 40° F per hour. The curing temperature throughout the enclosure shall not exceed 150° F and shall be maintained at a constant level for a sufficient time necessary to develop the required transfer strength. Control cylinders shall be covered to prevent moisture loss and shall be placed in a location where temperature is representative of the average temperature of the enclosure. 7/14

6-90

PART 6/COUNTY

E. Temperature recording devices that will provide an accurate, continuous, permanent record of the curing temperature shall be provided. A minimum of one temperature recording device per 200 feet of continuous bed length will be required for checking temperature. F. Members in pretension beds shall be detensioned immediately after the termination of steam curing while the concrete and forms are still warm, or the temperature under the enclosure shall be maintained above 60° F until the stress is transferred to the concrete. G. Curing of precast concrete will be considered completed after termination of the steam curing cycle. 90-7.05 CURING PRECAST PRESTRESSED CONCRETE PILES • Newly placed concrete for precast prestressed concrete piles shall be cured in conformance with the provisions in Section 90-7.04, "Curing Precast Concrete Members," except that piles in a corrosive environment shall be cured as follows: A. Piles shall be either steam cured or water cured. If water curing is used, the piles shall be kept continuously wet by the application of water in conformance with the provisions in Section 90-7.01A, "Water Method." B. If steam curing is used, the steam curing provisions in Section 90-7.04, "Curing Precast Concrete Members," shall apply except that the piles shall be kept continuously wet for their entire length for a period of not less than 3 days, including the holding and steam curing periods. 90-7.06 CURING SLOPE PROTECTION • Concrete slope protection shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." • Concreted-rock slope protection shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing," with a blanket of earth kept wet for 72 hours, or by sprinkling with a fine spray of water every 2 hours during the daytime for a period of 3 days. 90-7.07 CURING MISCELLANEOUS CONCRETE WORK • Exposed surfaces of curbs shall be cured by pigmented curing compounds as specified in Section 90-7.01B, "Curing Compound Method." • Concrete sidewalks, gutter depressions, island paving, curb ramps, driveways, and other miscellaneous concrete areas shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." • Shotcrete shall be cured for at least 72 hours by spraying with water, by a moist earth blanket, or by any of the methods provided in Section 90-7.01, "Methods of Curing." • Mortar and grout shall be cured by keeping the surface damp for 3 days. • After placing, the exposed surfaces of sign structure foundations, including pedestal portions, if constructed, shall be cured for at least 72 hours by spraying with water, by a moist earth blanket, or by any of the methods provided in Section 90-7.01, "Methods of Curing." 7/14

6-91

PART 6/COUNTY

90-8 PROTECTING CONCRETE 90-8.01 GENERAL • In addition to the provisions in Section 7-1.16, "Contractor's Responsibility for the Work and Materials," the Contractor shall protect concrete as provided in this Section 90-8. If required by the Engineer, the Contractor shall submit a written outline of the proposed methods for protecting the concrete. • The Contractor shall protect concrete from damage from any cause, which shall include, but not be limited to: rain, heat, cold, wind, Contractor's actions, and actions of others. • Concrete shall not be placed on frozen or ice-coated ground or subgrade nor on ice-coated forms, reinforcing steel, structural steel, conduits, precast members, or construction joints. • Under rainy conditions, placing of concrete shall be stopped before the quantity of surface water is sufficient to damage surface mortar or cause a flow or wash of the concrete surface, unless the Contractor provides adequate protection against damage. • Concrete that has been frozen or damaged by other causes, as determined by the Engineer, shall be removed and replaced by the Contractor at the Contractor's expense. 90-8.02 PROTECTING CONCRETE STRUCTURES • Structure concrete and shotcrete used as structure concrete shall be maintained at a temperature of not less than 45° F for 72 hours after placing and at not less than 40° F for an additional 4 days. 90-8.03 PROTECTING CONCRETE PAVEMENT • Pavement concrete shall be maintained at a temperature of not less than 40° F for 72 hours. • Except as provided in Section 7-1.08, "Public Convenience," the Contractor shall protect concrete pavement against construction and other activities that abrade, scar, discolor, reduce texture depth, lower coefficient of friction, or otherwise damage the surface. Stockpiling, drifting, or excessive spillage of soil, gravel, petroleum products, and concrete or asphalt mixes on the surface of concrete pavement is prohibited unless otherwise specified in these specifications, the special provisions or permitted by the Engineer. • If ordered by the Engineer or shown on the plans or specified in the special provisions, pavement crossings shall be constructed for the convenience of public traffic. The material and work necessary for the construction of the crossings, and their subsequent removal and disposal, will be paid for at the contract unit prices for the items of work involved and if there are no contract items for the work involved, payment for pavement crossings will be made by extra work as provided in Section 4-1.03D, "Extra Work.". Where public traffic will be required to cross over the new pavement, Type III portland cement may be used in concrete, if permitted in writing by the Engineer. The pavement may be opened to traffic as soon as the concrete has 7/14

6-92

PART 6/COUNTY

developed a modulus of rupture of 550 pounds per square inch. The modulus of rupture will be determined by California Test 523. • No traffic or Contractor's equipment, except as hereinafter provided, will be permitted on the pavement before a period of 10 days has elapsed after the concrete has been placed, nor before the concrete has developed a modulus of rupture of at least 550 pounds per square inch. Concrete that fails to attain a modulus of rupture of 550 pounds per square inch within 10 days shall not be opened to traffic until directed by the Engineer. • Equipment for sawing weakened plane joints will be permitted on the pavement as specified in Section 40-1.08B, "Weakened Plane Joints." • When requested in writing by the Contractor, the tracks on one side of paving equipment will be permitted on the pavement after a modulus of rupture of 350 pounds per square inch has been attained, provided that: A. Unit pressure exerted on the pavement by the paver shall not exceed 20 pounds per square inch; B. Tracks with cleats, grousers, or similar protuberances shall be modified or shall travel on planks or equivalent protective material, so that the pavement is not damaged; and C. No part of the track shall be closer than one foot from the edge of pavement. • In case of visible cracking of, or other damage to the pavement, operation of the paving equipment on the pavement shall be immediately discontinued. • Damage to the pavement resulting from early use of pavement by the Contractor's equipment as provided above shall be repaired by the Contractor. • The State will furnish the molds and machines for testing the concrete for modulus of rupture, and the Contractor, at the Contractor's expense, shall furnish the material and whatever labor the Engineer may require. 90-9 COMPRESSIVE STRENGTH 90-9.01 GENERAL • Concrete compressive strength requirements consist of a minimum strength that shall be attained before various loads or stresses are applied to the concrete and, for concrete designated by strength, a minimum strength at the age of 28 days or at the age otherwise allowed in Section 90-1.01, "Description." The various strengths required are specified in these specifications or the special provisions or are shown on the plans. • The compressive strength of concrete will be determined from test cylinders that have been fabricated from concrete sampled in conformance with the requirements of California Test 539. Test cylinders will be molded and initially field cured in conformance with California Test 540. Test cylinders will be cured and tested after receipt at the testing laboratory in conformance with the requirements of California Test 521. A strength test shall consist of the average strength of 2 cylinders fabricated from material taken from a single load of concrete, except that, if any cylinder should show evidence of improper sampling, molding, or testing, that cylinder shall be discarded and the strength test shall consist of the strength of the remaining cylinder.

7/14

6-93

PART 6/COUNTY

• When concrete compressive strength is specified as a prerequisite to applying loads or stresses to a concrete structure or member, test cylinders for other than steam cured concrete will be cured in conformance with Method 1 of California Test 540. The compressive strength of concrete determined for these purposes will be evaluated on the basis of individual tests. • When concrete is designated by 28-day compressive strength rather than by cementitious material content, the concrete strength to be used as a basis for acceptance of other than steam cured concrete will be determined from cylinders cured in conformance with Method 1 of California Test 540. If the result of a single compressive strength test at the maximum age specified or allowed is below the specified strength but is 95 percent or more of the specified strength, the Contractor shall make corrective changes, subject to approval of the Engineer, in the mix proportions or in the concrete fabrication procedures, before placing additional concrete, and shall pay to the State $10 for each in-place cubic yard of concrete represented by the deficient test. If the result of a single compressive strength test at the maximum age specified or allowed is below 95 percent of the specified strength, but is 85 percent or more of the specified strength, the Contractor shall make the corrective changes specified above, and shall pay to the State $15 for each in-place cubic yard of concrete represented by the deficient test. In addition, such corrective changes shall be made when the compressive strength of concrete tested at 7 days indicates, in the judgment of the Engineer, that the concrete will not attain the required compressive strength at the maximum age specified or allowed. Concrete represented by a single test that indicates a compressive strength of less than 85 percent of the specified 28-day compressive strength will be rejected in conformance with the provisions in Section 6-1.04, "Defective Materials." • If the test result indicates that the compressive strength at the maximum curing age specified or allowed is below the specified strength, but is 85 percent or more of the specified strength, payments to the State as required above shall be made, unless the Contractor, at the Contractor's expense, obtains and submits evidence acceptable to the Engineer that the strength of the concrete placed in the work meets or exceeds the specified 28-day compressive strength. If the test result indicates a compressive strength at the maximum curing age specified or allowed below 85 percent, the concrete represented by that test will be rejected, unless the Contractor, at the Contractor's expense, obtains and submits evidence acceptable to the Engineer that the strength and quality of the concrete placed in the work are acceptable. If the evidence consists of tests made on cores taken from the work, the cores shall be obtained and tested in conformance with the requirements in ASTM Designation: C 42. • No single compressive strength test shall represent more than 320 cubic yards. • If a precast concrete member is steam cured, the compressive strength of the concrete will be determined from test cylinders that have been handled and stored in conformance with Method 3 of California Test 540. The compressive strength of steam cured concrete will be evaluated on the basis of individual tests representing specific portions of production. If the concrete is designated by 28-day compressive strength rather than by cementitious material content, the concrete shall be considered to be acceptable whenever its compressive strength reaches the specified 28-day 7/14

6-94

PART 6/COUNTY

compressive strength provided that strength is reached in not more than the maximum number of days specified or allowed after the member is cast. • When concrete is specified by compressive strength, prequalification of materials, mix proportions, mixing equipment, and procedures proposed for use will be required prior to placement of the concrete. Prequalification shall be accomplished by the submission of acceptable certified test data or trial batch reports by the Contractor. Prequalification data shall be based on the use of materials, mix proportions, mixing equipment, procedures, and size of batch proposed for use in the work. • Certified test data, in order to be acceptable, shall indicate that not less than 90 percent of at least 20 consecutive tests exceed the specified strength at the maximum number of cure days specified or allowed, and none of those tests are less than 95 percent of specified strength. Strength tests included in the data shall be the most recent tests made on concrete of the proposed mix design and all shall have been made within one year of the proposed use of the concrete. • Trial batch test reports, in order to be acceptable, shall indicate that the average compressive strength of 5 consecutive concrete cylinders, taken from a single batch, at not more than 28 days (or the maximum age allowed) after molding shall be at least 580 pounds per square inch greater than the specified 28-day compressive strength, and no individual cylinder shall have a strength less than the specified strength at the maximum age specified or allowed. Data contained in the report shall be from trial batches that were produced within one year of the proposed use of specified strength concrete in the project. Whenever air-entrainment is required, the air content of trial batches shall be equal to or greater than the air content specified for the concrete without reduction due to tolerances. • Tests shall be performed in conformance with either the appropriate California Test methods or the comparable ASTM test methods. Equipment employed in testing shall be in good condition and shall be properly calibrated. If the tests are performed during the life of the contract, the Engineer shall be notified sufficiently in advance of performing the tests in order to witness the test procedures. • The certified test data and trial batch test reports shall include the following information: A. Date of mixing. B. Mixing equipment and procedures used. C. The size of batch in cubic yards and the weight, type, and source of all ingredients used. D. Penetration or slump (if the concrete will be placed under water or placed in cast-in-place concrete piles) of the concrete. E. The air content of the concrete if an air-entraining admixture is used. F. The age at time of testing and strength of all concrete cylinders tested. • Certified test data and trial batch test reports shall be signed by an official of the firm that performed the tests. • When approved by the Engineer, concrete from trial batches may be used in the work at locations where concrete of a lower quality is required and the concrete will be paid for as the type or class of concrete required at that location. 7/14

6-95

PART 6/COUNTY

• After materials, mix proportions, mixing equipment, and procedures for concrete have been prequalified for use, additional prequalification by testing of trial batches will be required prior to making changes that, in the judgment of the Engineer, could result in a strength of concrete below that specified. • The Contractor's attention is directed to the time required to test trial batches and the Contractor shall be responsible for production of trial batches at a sufficiently early date so that the progress of the work is not delayed. • When precast concrete members are manufactured at the plant of an established manufacturer of precast concrete members, the mix proportions of the concrete shall be determined by the Contractor, and a trial batch and prequalification of the materials, mix proportions, mixing equipment, and procedures will not be required. 90-10 MINOR CONCRETE 90-10.01 GENERAL • Concrete for minor structures, slope paving, curbs, sidewalks and other concrete work, when designated as minor concrete on the plans, in the specifications, or in the contract item, shall conform to the provisions specified herein. • The Engineer, at the Engineer's discretion, will inspect and test the facilities, materials and methods for producing the concrete to ensure that minor concrete of the quality suitable for use in the work is obtained. 90-10.02 MATERIALS • Minor concrete shall conform to the following requirements: 90-10.02A CEMENTITIOUS MATERIAL • Cementitious material shall conform to the provisions in Section 90-1.01, "Description." 90-10.02B AGGREGATE • Aggregate shall be clean and free from deleterious coatings, clay balls, roots, and other extraneous materials. • Use of crushed concrete or reclaimed aggregate is acceptable only if the aggregate satisfies all aggregate requirements. • The Contractor shall submit to the Engineer for approval, a grading of the combined aggregate proposed for use in the minor concrete. After acceptance of the grading, aggregate furnished for minor concrete shall conform to that grading, unless a change is authorized in writing by the Engineer. • The Engineer may require the Contractor to furnish periodic test reports of the aggregate grading furnished. The maximum size of aggregate used shall be at the option of the Contractor, but in no case shall the maximum size be larger than 1 1/2-inch or smaller than 3/4-inch. • The Engineer may waive, in writing, the gradation requirements in this Section 90-10.02B, if, in the Engineer's opinion, the furnishing of the gradation is not necessary for the type or amount of concrete work to be constructed. 7/14

6-96

PART 6/COUNTY

90-10.02C WATER • Water used for washing, mixing, and curing shall be free from oil, salts, and other impurities that would discolor or etch the surface or have an adverse affect on the quality of the concrete. 90-10.02D ADMIXTURES • The use of admixtures shall conform to the provisions in Section 90-4, "Admixtures." 90-10.03 PRODUCTION • Cementitious material, water, aggregate, and admixtures shall be stored, proportioned, mixed, transported, and discharged in conformance with recognized standards of good practice that will result in concrete that is thoroughly and uniformly mixed, that is suitable for the use intended, and that conforms to requirements specified herein. Recognized standards of good practice are outlined in various industry publications such as are issued by American Concrete Institute, AASHTO, or the Department. • The cementitious material content of minor concrete shall conform to the provisions in Section 90-1.01, "Description." • The amount of water used shall result in a consistency of concrete conforming to the provisions in Section 90-6.06, "Amount of Water and Penetration." Additional mixing water shall not be incorporated into the concrete during hauling or after arrival at the delivery point, unless authorized by the Engineer. • Discharge of ready-mixed concrete from the transporting vehicle shall be made while the concrete is still plastic and before stiffening occurs. An elapsed time of 1.5 hours (one hour in non-agitating hauling equipment), or more than 250 revolutions of the drum or blades, after the introduction of the cementitious material to the aggregates, or a temperature of concrete of more than 90° F will be considered conditions contributing to the quick stiffening of concrete. The Contractor shall take whatever action is necessary to eliminate quick stiffening, except that the addition of water will not be permitted. • The required mixing time in stationary mixers shall be not less than 50 seconds or more than 5 minutes. • The minimum required revolutions at mixing speed for transit-mixed concrete shall be not less than that recommended by the mixer manufacturer, and shall be increased, if necessary, to produce thoroughly and uniformly mixed concrete. • When a high range water-reducing admixture is added to the concrete at the job site, the total number of revolutions shall not exceed 300. • Each load of ready-mixed concrete shall be accompanied by a weighmaster certificate that shall be delivered to the Engineer at the discharge location of the concrete, unless otherwise directed by the Engineer. The weighmaster certificate shall be clearly marked with the date and time of day when the load left the batching plant and, if hauled in truck mixers or agitators, the time the mixing cycle started. • A Certificate of Compliance conforming to the provisions in Section 6–1.07, "Certificates of Compliance," shall be furnished to the Engineer, prior to placing minor 7/14

6-97

PART 6/COUNTY

concrete from a source not previously used on the contract, stating that minor concrete to be furnished meets contract requirements, including minimum cementitious material content specified. 90-10.04 CURING MINOR CONCRETE • Curing minor concrete shall conform to the provisions in Section 90-7, "Curing Concrete." 90-10.05 PROTECTING MINOR CONCRETE • Protecting minor concrete shall conform to the provisions in Section 90-8, "Protecting Concrete," except the concrete shall be maintained at a temperature of not less than 40° F for 72 hours after placing. 90-10.06 MEASUREMENT AND PAYMENT • Minor concrete will be measured and paid for in conformance with the provisions specified in the various sections of these specifications covering concrete construction when minor concrete is specified in the specifications, shown on the plans, or indicated by contract item in the Engineer's Estimate. 90-11 MEASUREMENT AND PAYMENT 90-11.01 MEASUREMENT • Portland cement concrete will be measured in conformance with the provisions specified in the various sections of these specifications covering construction requiring concrete. • For concrete measured at the mixer, the volume in cubic feet shall be computed as the total weight of the batch in pounds divided by the density of the concrete in pounds per cubic foot. The total weight of the batch shall be calculated as the sum of all materials, including water, entering the batch. The density of the concrete will be determined in conformance with the requirements in California Test 518. 90-11.02 PAYMENT • Portland cement concrete will be paid for in conformance with the provisions specified in the various sections of these specifications covering construction requiring concrete. • Full compensation for furnishing and incorporating admixtures required by these specifications or the special provisions will be considered as included in the contract prices paid for the concrete involved and no additional compensation will be allowed therefor. • Should the Engineer order the Contractor to incorporate any admixtures in the concrete when their use is not required by these specifications or the special provisions, furnishing the admixtures and adding them to the concrete will be paid for as extra work as provided in Section 4-1.03D, "Extra Work." • Should the Contractor use admixtures in conformance with the provisions in Section 90-4.05, "Optional Use of Chemical Admixtures," or Section 90-4.07, "Optional Use of Air-entraining Admixtures," or should the Contractor request and obtain 7/14

6-98

PART 6/COUNTY

permission to use other admixtures for the Contractor's benefit, the Contractor shall furnish those admixtures and incorporate them into the concrete at the Contractor's expense and no additional compensation will be allowed therefor. SECTION 91: PAINT Issue Date: May 1, 2006 Section 91-3, "Paints for Timber," of the Standard Specifications is amended to read: 91-3 PAINTS FOR TIMBER 91-3.01 WOOD PRIMER, LATEX-BASE Classification: • This specification covers a ready-mixed priming paint for use on unpainted wood or exterior woodwork. It shall conform with the requirements in the Detailed Performance Standards of the Master Painters Institute (MPI) for exterior wood primers, and be listed on the Exterior Latex Wood Primer MPI List Number 6. 91-3.02 PAINT; LATEX-BASE FOR EXTERIOR WOOD, WHITE AND TINTS Classification: • This specification covers a ready-mixed paint for use on wood surfaces subject to outside exposures. This paint shall conform to the requirements in the Detailed Performance Standards of the Master Painters Institute (MPI) for Paint, Latex, Exterior, and shall be listed on the following MPI Approved Products List: A. Exterior Latex, Flat MPI Gloss Level 1, MPI List Number 10. B. Exterior Latex, Semi-Gloss, MPI Gloss Level 5, MPI List Number 11. C. Exterior Latex, Gloss, MPI Gloss Level 6, MPI List Number 119. • Unpainted wood shall first be primed with wood primer conforming to the provisions in Section 91-3.01, "Wood Primer, Latex-Base." Section 91-4, "Miscellaneous Paints," of the Standard Specifications is amended to read: 91-4 MISCELLANEOUS PAINTS 91-4.01 THROUGH 91-4.04 (BLANK) 91-4.05 PAINT; ACRYLIC EMULSION, EXTERIOR WHITE AND LIGHT AND MEDIUM TINTS Classification: • This specification covers an acrylic emulsion paint designed for use on exterior masonry. This paint shall conform to the requirements in the Detailed Performance Standards of the Master Painters Institute (MPI) for Paint, Latex, Exterior, and shall be listed on the following MPI Approved Products Lists: 7/14

6-99

PART 6/COUNTY

A. Exterior Latex, Flat MPI Gloss Level 1, MPI List Number 10. B. Exterior Latex, Semi-Gloss, MPI Gloss Level 5, MPI List Number 11. C. Exterior Latex, Gloss, MPI Gloss Level 6, MPI List Number 119. •

This paint may be tinted by using "universal" or "all purpose" concentrates. SECTION 92: ASPHALTS

Issue Date: March 21, 2008 Section 92, "Asphalts," of the Standard Specifications is amended to read: 92-1.01 DESCRIPTION • Asphalt is refined petroleum or a mixture of refined liquid asphalt and refined solid asphalt that are prepared from crude petroleum. Asphalt is: 1. Free from residues caused by the artificial distillation of coal, coal tar, or paraffin 2. Free from water 3. Homogeneous 92-1.02 MATERIALS GENERAL • Furnish asphalt under the Department's "Certification Program for Suppliers of Asphalt." The Department maintains the program requirements, procedures, and a list of approved suppliers at: http://www.dot.ca.gov/hq/esc/Translab/fpm/fpmcoc.htm • Transport, store, use, and dispose of asphalt safely. • Prevent the formation of carbonized particles caused by overheating asphalt during manufacturing or construction.



7/14

GRADES Performance graded (PG) asphalt binder is:

6-100

PART 6/COUNTY

Performance Graded Asphalt Binder Specification Grade Property

Flash Point, Minimum °C Solubility, Minimum % b Viscosity at 135°C, c Maximum, Pa·s Dynamic Shear, Test Temp. at 10 rad/s, °C Minimum G*/sin(delta), kPa RTFO Test, e Mass Loss, Maximum, % Dynamic Shear, Test Temp. at 10 rad/s, °C Minimum G*/sin(delta), kPa Ductility at 25°C Minimum, cm PAV f Aging, Temperature, °C

AASHTO Test Method T 48 T 44 T 316

PG PG 58-22 a 64-10 Original Binder 230 230 99 99

PG 64-16

PG 64-28

PG 70-10

230 99

230 99

230 99

3.0

3.0

3.0

3.0

3.0

58 1.00

64 1.00

64 1.00

64 1.00

70 1.00

1.00

1.00

1.00

64 2.20

64 2.20

70 2.20

75

75

75

100

100

110

T 315

T 240 1.00 1.00 RTFO Test Aged Binder T 315 58 64 2.20 2.20 T 51 75 75 R 28 100 100 RTFO Test and PAV Aged Binder T 315 22 d 31 d 5000 5000 T 313 -12 0 300 300 0.300 0.300

Dynamic Shear, Test Temp. at 10 rad/s, °C 28 d 22 d 34 d Maximum G*sin(delta), kPa 5000 5000 5000 Creep Stiffness, Test Temperature, °C -6 -18 0 Maximum S-value, Mpa 300 300 300 Minimum M-value 0.300 0.300 0.300 Notes: a. Use as asphalt rubber base stock for high mountain and high desert area. b. The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's "Certification Program for Suppliers of Asphalt." c. The Engineer waives this specification if the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. d. Test the sample at 3°C higher if it fails at the specified test temperature. G*sin(delta) remains 5000 kPa maximum. e. "RTFO Test" means the asphaltic residue obtained using the Rolling Thin Film Oven Test, AASHTO Test Method T 240 or ASTM Designation: D 2872. The residue from mass change determination may be used for other tests. f. "PAV" means Pressurized Aging Vessel.



7/14

Performance graded polymer modified asphalt binder (PG Polymer Modified) is:

6-101

PART 6/COUNTY

Performance Graded Polymer Modified Asphalt Binder a Specification Grade Property AASHTO Test Method PG PG PG 58-34 PM 64-28 PM 76-22 PM Original Binder Flash Point, Minimum °C T 48 230 230 230 Solubility, Minimum % b T 44c 98.5 98.5 98.5 Viscosity at 135°C, d T 316 Maximum, Pa·s 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta), kPa 1.00 1.00 1.00 RTFO Test , T 240 Mass Loss, Maximum, % 1.00 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta), kPa 2.20 2.20 2.20 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C Note e Note e Note e Maximum (delta), % 80 80 80 Elastic Recoveryf, T 301 Test Temp., °C 25 25 25 Minimum recovery, % 75 75 65 PAVg Aging, R 28 Temperature, °C 100 100 110 RTFO Test and PAV Aged Binder Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 16 22 31 Maximum G*sin(delta), kPa 5000 5000 5000 Creep Stiffness, T 313 Test Temperature, °C -24 -18 -12 Maximum S-value, MPa 300 300 300 Minimum M-value 0.300 0.300 0.300 Notes: a. Do not modify PG Polymer Modified using acid modification. b. The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's "Certification Program for Suppliers of Asphalt." c. The Department allows ASTM D 5546 instead of AASHTO T 44 d. The Engineer waives this specification if the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. e. Test temperature is the temperature at which G*/sin(delta) is 2.2 kPa. A graph of log G*/sin(delta) plotted against temperature may be used to determine the test temperature when G*/sin(delta) is 2.2 kPa. A graph of (delta) versus temperature may be used to determine delta at the temperature when G*/sin(delta) is 2.2 kPa. The Engineer also accepts direct measurement of (delta) at the temperature when G*/sin(delta) is 2.2 kPa. f. Tests without a force ductility clamp may be performed. g. "PAV" means Pressurized Aging Vessel.

7/14

6-102

PART 6/COUNTY

SAMPLING • Provide a sampling device in the asphalt feed line connecting the plant storage tanks to the asphalt weighing system or spray bar. Make the sampling device accessible between 24 and 30 inches above the platform. Provide a receptacle for flushing the sampling device. • Include with the sampling device a valve: 1. Between 1/2 and 3/4 inch in diameter 2. Manufactured in a manner that a one-quart sample may be taken slowly at any time during plant operations 3. Maintained in good condition • Replace failed valves. • In the Engineer's presence, take 2 one-quart samples per operating day. Provide round, friction top, one-quart containers for storing samples. 92-1.03 EXECUTION • If asphalt is applied, you must comply with the heating and application specifications for liquid asphalt in Section 93, "Liquid Asphalts." 92-1.04 MEASUREMENT • If the contract work item for asphalt is paid by weight, the Department measures asphalt tons by complying with the specifications for weight determination of liquid asphalt in Section 93, "Liquid Asphalts." • The Engineer determines the asphalt weight from volumetric measurements if you: 1. Use a partial asphalt load 2. Use asphalt at a location other than a mixing plant and no scales within 20 miles are available and suitable 3. Deliver asphalt in either of the following: 3.1. A calibrated truck with each tank accompanied by its measuring stick and calibration card 3.2. A truck equipped with a calibrated thermometer that determines the asphalt temperature at the delivery time and with a vehicle tank meter complying with the specifications for weighing, measuring, and metering devices in Section 9-1.01, "Measurement of Quantities" • If you furnish hot mix asphalt from a mixing plant producing material for only one project, the Engineer determines the asphalt quantity by measuring the volume in the tank at the project's start and end provided the tank is calibrated and equipped with its measuring stick and calibration card. • The Engineer determines pay quantities from volumetric measurements as follows: 7/14

6-103

PART 6/COUNTY

1. Before converting the volume to weight, the Engineer reduces the measured volume to that which the asphalt would occupy at 60 °F. 2. The Engineer uses 235 gallons per ton and 8.51 pounds per gallon for the average weight and volume for PG and PG Polymer Modified asphalt grades at 60 °F. 3. The Engineer uses the Conversion Table in Section 93, "Liquid Asphalts." SECTION 93: LIQUID ASPHALTS Issue Date: November 3, 2006 The ninth paragraph of Section 93-1.04, "Measurement," of the Standard Specifications is amended to read: • The following Legend and Conversion Table is to be used for converting volumes of liquid asphalt products, Grades 70 to 3000, inclusive, and paving asphalt Grades PG 58-22, PG 64-10, PG 64-16, PG 64-28, and PG 70-10, and Grades PG 58-34 PM, PG 64-28 PM, and PG 76-22 PM.

END OF AMENDMENTS

7/14

6-104

PART 6/COUNTY

PART VII

SPECIAL PROVISIONS - MODIFICATIONS TO SECTIONS 1 THROUGH 9 AND SECTION 12 OF THE STANDARD SPECIFICATIONS AND TO AMENDMENTS TO SECTIONS 1 THROUGH 9 AND SECTION 12 OF THE STANDARD SPECIFICATIONS

7/14

7-1

PART 7/COUNTY

Sections 1 through 9 and Section 12 of the Standard Specifications, dated May 2006, State of California, Department of Transportation and the Amendments to Sections 1 through 9 and Section 12 of said Standard Specifications, contained in Part VI of these Contract Documents, are modified below. A modification to an amended subsection of Sections 1 through 9 or Section 12 shall take precedence over and be used in lieu of that modification to the unamended subsection. SECTION 1 - DEFINITIONS AND TERMS 1-1.031 Attorney General. Wherever used in the Standard Specifications shall refer to County Counsel. 1-1.071 Board of Supervisors or Board of Directors. Also Board: Refers to the governing body created by law and the awarding authority for the Owner, acting either directly or through its duly appointed officials. 1-1.081 California Standard Specifications. The Standard Specifications dated May 2006, State of California, Department of Transportation. 1-1.082 Chief Engineer. Wherever used in the Standard Specifications, shall refer to the County Engineer. 1-1.101 County. County of San Diego, a political subdivision of the State of California, as created by law. 1-1.102 County Engineer. The Director, Department of Public Works, and the appointed official of the County of San Diego authorized to administer the contract. 1-1.13 Department. Also Department of Transportation: Wherever used in the Standard Specifications, refers to the Board, except when used in reference to test methods of, or to denote publications or designate the mailing address of an agency of the State of California. 1-1.15 Director. Also Director of Transportation: Specifications, the Board.

Means, wherever used in the Standard

1-1.17 Division of Measurement Standards. Wherever used in the Standard Specifications, shall refer to the Department of Agriculture-Weights and Measures of the County of San Diego. 1-1.18 Engineer. The County Engineer, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them. 1-1.25 Laboratory. The established laboratory authorized by the County Engineer to test materials used in the work. 1-1.26 Liquidated Damages. The amount prescribed in the specifications to be paid to the Owner or to be deducted from any payment due or to become due the Contractor for each day's delay in completing the whole or any specified portion of the work beyond the time allowed in the specifications. 1-1.276 Owner. The political subdivision of the State of California, as created by law, designated in the Notice to Contractors Inviting Bids. 7/14

7-2

PART 7/COUNTY

1-1.29 Plans. At “The Standard Plans issued by the Department of Transportation.”, delete the period and add: “and the San Diego Area Regional Standard Drawings.” 1-1.39 State. Also, State of California: As used in these specifications relative to the contract administration, refers to the political subdivision indicated as the Owner in the Notice to Contractors Inviting Bids. 1-1.40 State Contract Act. Chapter 1, Part 2, Division 2 of the Public Contract Code. The provisions of the State Contract Act are not applicable to this contract except specific provisions as may be referenced in the Contract Documents. SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.03 Examination of Plans, Specifications, Contract and Site of Work. The first sentence of the fifth paragraph is modified to read: “Inspection of the records of investigations and project records may be made at the office of the County Engineer.” 2-1.05 Proposal Forms. In the second paragraph delete the first sentence and substitute the following: "The proposal form is on the Department of Purchasing & Contracting BuyNet website together with the notice to contractors, special provisions, and contract." Delete the fourth and fifth paragraphs and substitute the following: "Contract Documents, including Plans, Specifications, and Proposal Forms are available to be downloaded, free of charge, from the Department of Purchasing & Contracting BuyNet website at: https://buynet.sdcounty.ca.gov" 2-1.054 Required Listing of Proposed Subcontractors. In the first paragraph delete the first sentence and substitute the following: "Each proposal shall have listed therein the business name and address, the portion of work to be subcontracted, and license number of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of 1/2 of one percent of the total bid or, in the case of bids for the construction of streets or highways, including bridges, in an amount in excess of 1/2 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." Delete the second paragraph and substitute the following: "A sheet for listing the subcontractors, as required herein, is included in the proposal." 2-1.07 Proposal Guaranty. In the first paragraph delete the statement following the colon and substitute the following: "Cash, a cashier's check, a certified check, or a bidder's bond executed by a corporation duly authorized to issue bonds in the State of California, made payable to the Owner designated in the Notice to Contractors Inviting Bids.” 7/14

7-3

PART 7/COUNTY

Delete the last paragraph in its entirety and substitute the following: "A bidder's bond will not be accepted unless it conforms to the bond form included in the Contract Documents for the project and is properly filled out and executed. The bidder's bond form included in the Contract Documents may be used. Upon request 'Bidder's Bond' forms may be obtained from the County Engineer." 2-1.08 Withdrawal of Proposals. In the first sentence, delete the word “Department” and replace with “Department of Purchasing and Contracting.” 2-1.095 Relief of Bidders. In the fourth line, change the word "Department" to "Engineer.” 2-1.105 Previous Disqualification, Removal or Other Prevention of Bidding. Delete this section in its entirety. 2-1.108 Compliance with Orders of the National Labor Relations Board. Delete this section in its entirety. 2-1.11 Ineligibility to Contract. Delete this section in its entirety. SECTION 3. AWARD AND EXECUTION OF CONTRACT 3-1.01 Award of Contract. Delete the second paragraph and substitute the following: "The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made to the lowest responsible bidder within the time specified in the Proposal to the Board. The periods of time specified within which the award of contract may be made shall be subject to extension for such further period as may be agreed upon in writing between the Owner and the bidder concerned." 3-1.02 Contract Bonds. Delete the first paragraph and substitute the following: "The successful bidder shall furnish a surety bond as security for the faithful performance of the contract, and shall furnish a separate surety bond as security for the payment of all persons performing labor and furnishing materials in connection with the contract as specified by Chapter 5 (commencing at Section 3225) and Chapter 7 (commencing at Section 3247), Title 15, Part 4, Division 3, of the California Civil Code. The aforesaid bonds shall be in amounts as stated in the Notice to Contractors Inviting Bids and shall conform to the bond forms included in the Contract Documents for the project." In the second paragraph delete the words "at least one-half of". 3-1.025 Insurance Policies. Delete this section in its entirety. 3-1.03 Execution of Contract. Delete the first paragraph in its entirety and substitute the following:

7/14

7-4

PART 7/COUNTY

"The contract shall be signed by the successful bidder and returned together with the contract bonds within 10 days, not including Saturdays, Sundays and legal holidays, of receiving notice that the contract has been awarded." SECTION 4. SCOPE OF WORK No Modifications. SECTION 5. CONTROL OF WORK 5-1.04 Contract Components. In the second paragraph delete Items 1 through 5 in their entirety and substitute the following: “1. The governing ranking of contract parts in descending order is: 1.1. Special Provisions-Technical Provisions 1.2. Special Provisions-Special Conditions 1.3 Project Plans 1.4.1 Modifications to Amendments to Section 1 through 9 and Section 12 of the Standard Specifications 1.4.2 Modifications to Sections 1 through 9 and Section 12 of the Standard Specifications 1.5 Amendments to the Standard Specifications 1.6 Standard Specifications 1.7 San Diego County Design Standards contained in the contract documents 1.8 San Diego Regional Standard Drawings 1.9 Revised Caltrans Standard Plans 1.10 Caltrans Standard Plans 1.11 Supplemental Project Information 2. 3. 4. 5.

Written numbers and notes on a drawing govern over graphics A detail drawing governs over a general drawing A detail specification governs over a general specification A specification in a section governs over a specification referenced by that section.” SECTION 6. CONTROL OF MATERIALS

6-3.01 General. In the table following the third paragraph, in the first line under the headings, delete "216 or 231" and substitute "216F". SECTION 7. LEGAL RELATIONS AND RESPONSIBILITY 7-1.01A(2) Prevailing Wage. In the fourth paragraph delete the first sentence and substitute the following: "The general prevailing wage rates are a part of the contract and these wage rates and any applicable changes to these wage rates are on file and are available at the Department of Purchasing and Contracting of the County of San Diego." 7-1.01A(6) (Blank). Delete this section in its entirety and substitute the following: “7-1.01A(6) Workers’ Compensation 7/14

7-5

PART 7/COUNTY

“Pursuant to the requirements in Section 1860 of the Labor Code, the Contractor will be required to secure the payment of workers’ compensation to the Contractor’s employees in conformance with the requirements in Section 3700 of the Labor Code. “Prior to the commencement of work, the Contractor shall sign and file with the Engineer a certification in the following form: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” “This certification is included in the contract, and signature and return of the contract as provided in Section 3-1.03, “Execution of Contract,” shall constitute signing and filing of the certificate.” 7-1.01C Contractor's Licensing Laws. Delete the third paragraph in its entirety and substitute the following: "Attention is also directed to the provisions of Public Contract Code Section 20103.5. In all projects where Federal funds are involved, the Contractor shall be properly licensed at the time the contract is awarded." 7-1.01F Air Pollution Control. Add the following: "The Contractor shall comply with the requirements of the San Diego County Air Pollution Control District. A copy of the San Diego County Air Pollution Control District regulations is on file with the County Engineer and the Board of Supervisors." 7-1.12 Indemnification and Insurance. Delete the title of this Section, the first paragraph in its entirety, Section 7-1.12A in its entirety and Section 7-1.12B in its entirety, and substitute the following: "7-1.12 Indemnification, Insurance and Bonds. The Contractor's obligation regarding indemnification of the County of San Diego and the requirements for insurance and bonds shall conform to the provisions in Sections 7-1.12A, "Contractor's Indemnity," 71.12B, "Contractor's Insurance," 7-1.12C, "Contractor's Bonds,” and 7-1.12D, “Miscellaneous.” "7-1.12A Contractor's Indemnity. "The Contractor shall indemnify and save harmless the Owner named in the Notice to Contractors Inviting Bids and all officers and employees thereof connected with the work, including but not limited to the Board and the Engineer, from all claims, suits or actions of every name, kind and description, brought forth, or on account of, injuries to or death of any person including but not limited to workers and the public, or damage to property resulting from the performance of a contract, excepting only such injury or harm as may be caused solely and exclusively by the fault or negligence of said Owner, and except as otherwise provided by statute. The duty of the Contractor to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. This clause shall survive the termination of this Contract. 7/14

7-6

PART 7/COUNTY

"7-1.12B Contractor’s Insurance. Without limiting Contractor’s indemnification obligations to County, Contractor shall provide at its sole expense and maintain for the duration of this Contract, or as may be further required herein, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of the work by the Contractor, his agents, representatives, employees or subcontractors. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: A. Commercial General Liability, Occurrence form, Insurance Services Office form CG0001. B. Automobile Liability covering all owned, non owned and hired auto, Insurance Services Office form CA0001. C. Workers’ Compensation, as required by State of California and Employer’s Liability Insurance. D. Professional Liability required if Contractor provides or engages any type of professional services including but not limited to engineers and architects. 2. Minimum Limits of Insurance Contractor shall maintain limits no less than: A. Commercial General Liability including Premises, Operations, Products and Completed Operations, Contractual Liability, and Independent Contractors Liability: $1,000,000 per occurrence for bodily injury, personal injury, and property damage. The General Aggregate limit shall be $2,000,000. B. Automobile Liability: $1,000,000 each accident for bodily injury and property damage. C. Employer’s Liability: $1,000,000 each accident for bodily injury or disease. Coverage shall include a waiver of subrogation endorsement in favor of County of San Diego. D. Professional Liability: $1,000,000 per claim with an aggregate limit of not less than $2,000,000. Any self retained limit shall not be greater than $50,000 per occurrence/event without County Risk Management approval. Coverage shall include contractual liability coverage. If policy contains one or more aggregate limits, a minimum of 50% of any such aggregate limit must remain available at all times; if over 50% of any such aggregate limit has been paid or reserved, County will require additional coverage to be purchased by Contractor to restore the required limits. This coverage shall be maintained for a minimum of two years following termination or completion of Contractor’s work pursuant to the Contract. 3. Deductibles and Self-Insured Retentions Any deductible or self-insured retention must be declared to, and approved by County Risk Management if over $50,000. At the option of the County, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the County, 7/14

7-7

PART 7/COUNTY

the members of the Board of Supervisors of the County and the officers, agents, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the County, guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4. Other Insurance Provisions The general liability and automobile liability are to contain, or be endorsed to contain the following provisions: A. Additional Insured endorsement Any general liability policy provided by Contractor shall contain an additional insured endorsement applying coverage to the County of San Diego, the members of the Board of Supervisors of the County and the officers, agents, employees and volunteers of the County, individually and collectively. B. Primary Insurance endorsement For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects the County, the members of the Board of Supervisors of the County and the officers, agents, employees and volunteers of the County, individually and collectively. Any insurance or self-insurance maintained by the County, its officers, employees, or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. C. Notice of Cancellation Notice of Cancellation shall be provided in accordance with the policy provisions. D. Severability of Interest clause Coverage applies separately to each insured, except with respect to the limits of liability, and that an act or omission by one of the named insureds shall not reduce or avoid coverage to the other named insureds. General Provisions 5. Qualifying Insurers All required policies of insurance shall be issued by companies which have been approved to do business in the State of California by the State Department of Insurance, and which hold a current policy holder’s alphabetic and financial size category rating of not less than A-, VII according to the current Best’s Key Rating guide, or a company of equal financial stability that is approved by County Risk Management. 6. Evidence of Insurance Prior to commencement of this Contract, but in no event later than the effective date of the Contract, Contractor shall furnish the County with certificate of insurance and amendatory endorsements effecting coverage required by this clause. Renewal certificates and amendatory endorsements shall be furnished to County within thirty days of the expiration of the term of any required policy. Contractor shall permit County at all reasonable times to inspect any required policies of insurance. 7. Failure to Obtain or Maintain Insurance; County’s Remedies Contractor’s failure to provide insurance specified or failure to furnish certificates of insurance and amendatory endorsements, or failure to make premium payments 7/14

7-8

PART 7/COUNTY

required by such insurance, shall constitute a material breach of the Contract, and County may, at its option, terminate the Contract for any such default by Contractor. 8. No Limitation of Obligations The foregoing insurance requirements as to the types and limits of insurance coverage to be maintained by Contractor, and any approval of said insurance by the County are not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by Contractor pursuant to the Contract, including, but not limited to, the provisions concerning indemnification. 9. Review of Coverage County retains the right at any time to review the coverage, form and amount of insurance required herein and may require Contractor to obtain insurance reasonably sufficient in coverage, form and amount to provide adequate protection against the kind and extent of risk which exists at the time a change in insurance is required. 10. Self-Insurance Contractor may, with the prior written consent of County Risk Management, fulfill some or all of the insurance requirements contained in the Contract under a plan of selfinsurance. Contractor shall only be permitted to utilize such self-insurance if in the opinion of County Risk Management, Contractor’s (i) net worth, and (ii) reserves for payment of claims of liability against Contractor, are sufficient to adequately compensate for the lack of other insurance coverage required by this Contract. Contractor’s utilization of self-insurance shall not in any way limit liabilities assumed by Contractor under the Contract. 11. Claims Made Coverage If coverage is written on a “claims made” basis, the Certificate of Insurance shall clearly so state. In addition to the coverage requirements specified above, such policy shall provide that: A. The policy retroactive date coincides with or precedes Contractor’s commencement of work under the Contract (including subsequent policies purchased as renewals or replacements). B. Contractor will make every effort to maintain similar insurance during the required extended period of coverage following expiration of the Contract, including the requirement of adding all additional insureds. C. If insurance is terminated for any reason, Contractor shall purchase an extended reporting provision of at least two years to report claims arising in connection with the Contract. D. The policy allows for reporting of circumstances or incidents that might give rise to future claims. 12. Subcontractors’ Insurance Contractor shall require that any and all subcontractors hired by Contractor are insured in accordance with this Contract. If any subcontractor’s coverage does not comply with the foregoing provisions, Contractor shall defend and indemnify the County from any damage, loss, cost, or expense, including attorneys’ fees, incurred by County as a result 7/14

7-9

PART 7/COUNTY

of subcontractors failure to maintain required coverage. 13. Waiver of Subrogation Contractor and County release each other, and their respective authorized representatives from any Claims (as defined in the Article entitled “indemnity” of the Contract), but only to the extent that the proceeds received from any policy of insurance carried by County or Contractor, other than any self-insurance, covers any such Claim or damage included in any policy or policies of insurance provided by Contractor hereunder shall be a standard waiver of rights of Subrogation against County by the insurance company issuing said policy or policies. 7-1.12C Contractor’s Bonds. Prior to execution of the Contract, Contractor shall file with the County on the approved forms, the two surety bonds in the amounts and for the purposes noted below, duly executed by a reputable surety company satisfactory to County, and Contractor shall pay all premiums and costs thereof and incidental thereto, as security for payment of persons named in California Civil Code Section 3181 or amounts due under Unemployment Insurance Code with respect to Work or Labor performed by any such claimant. All alterations, time extensions, extra and additional work, and other changes authorized by the Specifications, or any part of the Contract, may be made without securing consent of the surety or sureties on the contract bonds. Each bond shall be signed by both Contractor and the sureties. A. The Payment Bond for public works shall be in an amount of one hundred percent (100%) of the Contract price, as determined from the prices in the bid form, and shall insure to the benefit of persons performing labor or furnishing materials in connection with the work of the proposed Contract. This bond shall be maintained in full force and effect until all work under the Contract is completed and accepted by the County, and until all claims for materials and labor have been paid. B. The Performance Bond shall be in an amount of one percent (100%) of the Contract price as determined from the prices in the bid form, and shall insure the faithful performance by the Contractor of all work under the Contract. It shall also insure the replacing of, or making acceptable, any defective materials or faulty workmanship. C. Qualification of Sureties. Should any surety or sureties be deemed unsatisfactory at any time by the County, notice will be given Contractor to that effect, and Contractor shall substitute a new surety or sureties satisfactory to the County. No further payment shall be deemed due or will be made under the contract until the sureties qualify and are accepted by the County. "7-1.12D Miscellaneous. Nothing contained in the Contract is intended to make the public or any member thereof a third party beneficiary of the Insurance, Indemnity or Bonding provisions of these Standard Specifications, nor is any term, condition or other provision of the Contract intended to establish a standard of care owed to the public or any member thereof." 7-1.19 Rights in Land and Improvements. Delete the second paragraph and substitute the following;

7/14

7-10

PART 7/COUNTY

"The Contractor shall not occupy State-owned property outside the right of way as shown on the plans or maps available in the County Engineer's office, unless he enters into a rental agreement with the Department. The agreement will be based on the fair rental values." SECTION 8. PROSECUTION AND PROGRESS 8-1.01 Subcontracting. In the third paragraph delete the last two sentences and substitute the following: "When either an entire item or a portion of an item is subcontracted, the value of work subcontracted will be that portion of the bid item price which represents the payment to the subcontractor, determined from information submitted by the Contractor, subject to approval of the Engineer." Delete the fifth paragraph and substitute the following: "Subcontracting shall be in accordance with the provisions of the 'Subletting and Subcontracting Fair Practices Act' (California Public Contract Code Section 4100-4113)." 8-1.03 Beginning of Work. In the second paragraph delete the second sentence and substitute the following: "The notice shall be delivered to the office of the County Engineer, Attention: Construction Engineer, and shall specify the date the Contractor intends to start." 8-1.08 Termination of Control. Delete this section in its entirety and substitute the following: "If the Engineer deems that a Contractor has failed to supply an adequate working force, supply material as described in the Contract or of proper quality, pay subcontractors, maintain the insurance coverage required by the Contract, include required subcontract provision in a federal-aid project, or has failed in any other respect to prosecute the work with the diligence and force specified by the contract, the Director of Purchasing and Contracting may: 1.

After written notice of at least five (5) days to the Contractor, specifying the defaults to be remedied, provide any such labor or materials and deduct the cost from any money due or to become due to the Contractor under the contract; or

2.

If it considers that the failure is sufficient ground for such action, the Director of Purchasing and Contracting may give written notice of at least five (5) days to the Contractor and the Contractor's sureties, that if the defaults are not remedied the Contractor's control over the work will be terminated.

"If the defaults are not remedied within the time specified in the notice, the Contractor's control shall terminate as of the expiration of that time. In the event of such termination, the County shall immediately serve written notice thereof upon surety and Contractor. Surety shall have the rights and obligations set forth in the performance bond. Subject to the surety's rights under the performance bond (which rights are waived upon a default under the performance bond), the County may, at its sole option, take over the Work and prosecute it to completion by contract or by 7/14

7-11

PART 7/COUNTY

any other methods it may deem advisable, or require the surety to prosecute the Work to completion. The County may take possession of and use all or any part of the Contractor’s materials, tools, equipment, and appliances upon the premises to complete the contract. The County may effectuate the provisions of this paragraph through any necessary written agreement with the Surety, Contractor, or other contractors.

"If the Contractor's control of the work is terminated or the Contractor abandons the work and the contract work is completed in conformance with the provisions of this subsection, any dispute concerning the amount to be paid by the Owner to the Contractor or its Surety or to be paid to the Owner by the Contractor or its Surety shall be subject to arbitration in accordance with the provisions of Section 9-1.10, "Arbitration”, of the Standard Specifications. The Surety shall be bound by the arbitration award and is entitled to participate in such arbitration proceedings." SECTION 9. MEASUREMENT AND PAYMENT 9-1.01 Measurement of Quantities. In the seventh paragraph - "A County Sealer of Weights and Measures,” shall read: "The County Sealer of Weights and Measures.” 9-1.06 Partial Payments. The third paragraph is amended to read: “For non-Federal-aid or CDBG funded projects, the County retains 5 percent of the estimated value of the work done and 5 percent of the value of materials estimated to have been furnished and delivered and unused or furnished and stored as part security for the fulfillment of the contract by the Contractor. The retentions specified in this paragraph are those defined in Public Contract Code § 9203(a).” 9-1.065 Release of Retained Funds. Delete paragraphs two, three, four, five and six in their entirety and substitute the following: "At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the public agency, or with a state or federally chartered bank in California as the escrow agent, who shall then pay such moneys to the Contractor. Upon satisfactory completion of the contract, the securities shall be returned to the Contractor. "Alternatively, the Contractor may request and the owner shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the Contractor may direct the investment of the payments into securities and the Contractor shall receive the interest earned on the investments upon the same terms provided for in this section for securities deposited by the Contractor. Upon satisfactory completion of the contract, the Contractor shall receive from the escrow agent all securities, interest, and payments received by the escrow agent from the owner, pursuant to the terms of this section. The Contractor shall pay to each subcontractor, not later than 20 days of receipt of the payment, the respective amount of interest earned, net of costs attributed to retention withheld from each subcontractor, on the amount of retention withheld to insure the performance of the Contractor.

7/14

7-12

PART 7/COUNTY

"Securities eligible for investment under this section shall include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the public agency. "The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon. "The escrow agreement used hereunder shall be null, void and unenforceable unless it is substantially similar to the 'Escrow Agreement For Security Deposits In Lieu of Retention' in Section 22300 of the Public Contract Code, deemed as incorporated herein by reference." 9-1.10 Arbitration. Add the following at the end of the first paragraph: "However, any unresolved claims shall be resolved by first submitting such claims to mediation prior to their being taken to formal arbitration or litigation by any party, pursuant to the Special Condition entitled either "Claims" or "Dispute and Claims Resolution" in the Contract Documents for the project." Change the capital "C" in "Claims" to a small "c" and add the following at the beginning of the second paragraph: "Any mediated, yet still unresolved" Delete the last sentence of the last paragraph, and substitute the following: "A Complaint in Arbitration by the Contractor shall be made not later than 60 days after completion or termination of mediation on the claim." SECTION 12. CONSTRUCTION AREA TRAFFIC CONTROL DEVICES 12-2.02 Flagging Costs. In the first sentence delete "will be borne equally by the State and the Contractor" and substitute "will be borne totally by the Contractor.” Delete the last sentence of the first paragraph. 12-4.01 Measurement and Payment. following:

Delete the second paragraph and substitute the

"No separate payment will be made for construction area traffic control devices which are used to fulfill the Contractor's responsibility to provide for the safety of traffic and the public during construction in accordance with the requirements of Section 7-1.09, "Public Safety." Delete the first sentence of the seventh paragraph.

7/14

7-13

PART 7/COUNTY

PART VIII

STANDARD DRAWINGS, STANDARD PLANS AND PROJECT PLANS

7/14

8-1

PART8/COUNTY

PART VIII. STANDARD DRAWINGS, STANDARD PLANS AND PROJECT PLANS

Notice of Determination (3 pages) ............................................................................................... 8-4 Notification of Lake or Streambed Alteration (2 pages) .............................................................. 8-7 Clean Water Act Section 401 Water Quality Certification (33 pages)......................................... 8-9 Modification of the Nationwide Permit Verification (2 pages) .................................................... 8-45 Forest Service Special Use Permit (7 pages)............................................................................ 8-47

Supplemental Forms County of San Diego - Application for Traffic Control Permit ................................................... 8-54 State of California - Statement of Compliance CEM-2503 Modified (2 pages)......................... 8-55 County of San Diego - Project Wage Rate Sheet ..................................................................... 8-57 State of California - Final Report - Utilization of DVBE CEM-2402S (2 pages) ........................ 8-58

Supplemental Drawings Project Identification Sign .......................................................................................................... 8-60 USFS Sign (3 pages) ................................................................................................................. 8-61

San Diego County Design Standard (October 2012) DS-21A Curb Ramp – Type A (New Construction) ................................................................. 8-64 DS-21B Curb Ramp – Type B (New Construction) ................................................................. 8-65 DS-21C Curb Ramp – Type C (Existing Sidewalk) ................................................................. 8-66 DS-21D Curb Ramp – Type D (Alley Streets & Driveways) .................................................... 8-67 DS-21E General Notes for Curb Ramps ................................................................................. 8-68 DS-21F Curb Ramp Details ..................................................................................................... 8-69 DS-09 Fencing Cut Banks and Walls .................................................................................... 8-70

San Diego Regional Standard Drawings (August 2009) D-22 Asphalt Concrete Spillway .............................................................................................. 8-71 D-30 Straight Headwall – Type A [Circular Pipe]..................................................................... 8-72 D-40 Rip Rap Energy Dissipater .............................................................................................. 8-73 D-60 Pipe Bedding and Trench Backfill for Storm Drains ....................................................... 8-74 D-61 Rounded Pipe Ends in Drainage Structures ................................................................... 8-75 D-74 Graded Earth Channel .................................................................................................... 8-76 G-5 Dikes – Asphalt Concrete ............................................................................................... 8-77 M-6 Chain Link Fence ............................................................................................................ 8-78 M-20 Chain Link Fence Details ................................................................................................ 8-79 M-45 Break-Away Sign Post .................................................................................................... 8-80

San Diego Regional Standard Drawings (September 2012) G-14G Asphalt Concrete Driveway........................................................................................ 8-81 7/14

8-2

PART8/COUNTY

State of California, Department of Transportation, Standard Plans (May 2006) A20A Pavement Markers and Traffic Lines Typical Details .................................................... 8-82 A20D Pavement Markers and Traffic Lines Typical Details .................................................... 8-83 A24B Pavement Markings Arrows ........................................................................................... 8-84 A24D Pavement Markings Words ........................................................................................... 8-85 A24E Pavement Markings Words, Limit and Yield Signs (Revised Standard Plan) ............... 8-86

Project Plans (Separate Attachment) Sheet 1 Title Sheet & Index Sheet 2 Legend & Notes & Key Map Sheet 3 Typical Sections Sheet 4-5 Project Impact Area Map Sheet 6-10 Roadway Plan & Profile Sheet 11 Storm Drain Plan & Profile Sheet 12-13 Water Pollution Control Plans Sheet 14 Construction Details Sheet 15-16 Signing and Striping Plans Sheet 17-26 Stage Construction Plans

7/14

8-3

PART8/COUNTY

8-4

PART8/COUNTY

8-5

PART8/COUNTY

8-6

PART8/COUNTY

8-7

PART8/COUNTY

8-8

PART8/COUNTY

California Regional Water Quality Control Board, San Diego Region October 18, 2012

Certified Mail - Return Receipt Requested Article Number: 7011 047000028961 6350

Mr. Thomas Duffy Environmental Planning Manager Department of Public Works, Environmental Services Unit County of San Diego 5510 Overland Avenue Suite410 San Diego, CA 92123

Subject:

In reply/refer to: 779849:mporter

Clean Water Act Section 401 Water Quality Certification No. 11 C-087 for the Buckman Springs Road/Oak Drive Intersection Improvements Project

Mr. Duffy: Enclosed is Clean Water Act Section 401 Water Quality Certification No.11 C-087 (Certification) for discharges to waters of the U.S. and acknowledgment of enrollment under State Water Resources Control Board Order No. 2003-017 -DWQ for the Buckman Springs Road/Oak Drive Intersection Improvements Project (Project). A description of the Project and Project location can be found in the Project information sheet, location map, and site maps which are included as attachments to this Certification. Any petition for reconsideration of this Certification must be filed with the State Water Resources Control Board within 30 days of certification action (23 CCR § 3867). If no petition is received, it will be assumed that you have accepted and will comply with all the conditions of this Certification. Failure to comply with all conditions of this Certification may subject the County of San Diego to enforcement actions by the California Regional Water Quality Control Board, San Diego Region (San Diego Water Board), including administrative enforcement orders requiring you to cease and desist from violations, or to clean up waste and abate existing or threatened conditions of pollution or nuisance; administrative civil liability in amounts of up to $10,000 per day per violation; referral to the State Attorney General for injunctive relief; and, referral to the District Attorney for criminal prosecution.

I DAVID GiBSON. EXECUTIVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123 I (858) 467·2952 I www.waterboards.ca.gov/sandiego

GRANT DESTACHE. CHAIR

o

Recycled Paper

8-9

PART8/COUNTY

Mr. Thomas Duffy County of San Diego Certification No. 11 C-087

-2-

October 18, 2012

In the subject line of any response, please include the reference number 779849:mporter. For questions or comments, please contact Mike Porter by phone at 858-467-2726 or by email at [email protected].

Respectfully,

~w/h DAVID W. GIBSON Executive Officer

Enclosure: Clean Water Act Section 401 Water Quality Certification No. 11 C-087 for the Buckman Springs Road/Oak Drive Intersection Improvements Project, with four attachments. DWGjgseb:kdmgp

cc:

Ms. Meris Bantilan-Smith U.S. Army Corps of Engineers

San Diego Field Office

[email protected]

Ms. Kelly Fisher

California Department of Fish and Game

South Coast Region

Habitat Conservation Planning North

[email protected]

Ms. Malia Durand

Environmental Land Use Planner II

County of San Diego, Department of Public Works

Environmental Services Unit

[email protected]

Mr. Eric Raffini

Wetlands Regulatory Office

U.S Environmental Protection Agency, Region 9

[email protected]

GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

I (858) 467-2952 I www.waterboards.ca.govlsandiego

9174 Sky Park Court, Suite 100, San Diego, CA 92123

....

\J

Recycled Paper 8-10

PART8/COUNTY

- 3­

Mr. Thomas Duffy County of San Diego Certification No. 11C-087

October 18,2012

State Water Resources Control Board Division of Water Quality 401 Water Quality Certification and Wetlands Unit Stateboa rd40 1@waterboards,ca.gov U.S. Department of the Interior

Fish and Wildlife Service

6010 Hidden Valley Road

Carlsbad, CA 92011

Tech Staff Info & Use .:......;...-"--'--"-------4 Certification No. Party (GT/CIWQS) 10 File No. WOlD NPDES No. Reg. Measure 10 Place 10 Person 10 Inspection 10

11 C-087 11763 11C-087 9000002366 None 381865 772218 399949 None

GRANT DESTACHE. CHAIR

I DAVID GIBSON. EXECUTIVE OFFICER

I (858) 467·2952 I www.waterboards.ca.govlsandlego

9174 Sky Park Court, Suite 100, San Diego, CA 92123

...

"" Recycled Paper

8-11

PART8/COUNTY

8-12

PART8/COUNTY

California Regional Water Quality Control Board, San Diego Region Action on Request

for

Clean Water Act Section 401 Water Quality Certification

and

Waste Discharge Requirements

for

Discharge of Dredged and/or Fill Materials

PROJECT:

Buckman Springs Road/Oak Drive Intersection Improvements Project, Water Quality Certi'fication No. 11C-087, WOlD: 9000002398

APPLICANT: Mr. Thomas Duffy Environmental Planning Manager County of San Diego Department of Public Works Environmental Services Unit

5510 Overland Avenue

Suite 410

San Diego, CA 92123

Reg Meas. Place Party Person

384327 779849 7222 526363

ACTION:

0 Order for Low Impact Certification

0 Order for Denial of Certification

0: Order for Technically-conditioned,

0

Prog rammatic Certification 0: Enrollment in SWRCB GWDR Order No. 2003-017 DWQ

Waiver of Waste Discharge Requirements 0 Enrollment in Isolated Waters Order No. 2004-004 DWQ

PROJECT DESCRIPTION: The County of San Diego Buckman Springs Road/Oak Drive Intersection Improvements Project (Project) consists of improvements to a total of 0.39-mile of Buckman Springs Road and Oak Drive, including intersection improvements, drainage improvements, and construction of a trail segment. The installation of the dedicated facilities proposed in the project are needed to improve roadway line-of-sight for motorists, traffic flow, storm water conveyance to

GRANT OESTACHE. CHAIR

I DAVID GIBSON, EXECU,IVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123

I (858) 467-2952 I www.waterboards.ca.gov/sandiego

ft

"" Recycled Paper

8-13

PART8/COUNTY

County of San Diego Buckman Springs Roadl Oak Drive Intersection Improvements Certification No 11 C-087

October 18,2012

-2 -

accommodate 1OO-year storm water elevations, and safety for bicyclists, pedestrians, and equestrians. Permanent impacts to O.003-acre (16.5-linear feet) of non-wetland waters of the United States (U.S.) and/or State will be caused by roadway improvements and related facilities. The Project will also cause temporary impacts of O.036-acre (640-linear feet) to non-wetland waters of the U.S. and/or State. Unavoidable impacts will be mitigated through the onsite establishment of O.006-acres (37­ linear feet) of streambed and the onsite restoration of O.036-acre (640-linear feet) of streambed. Project impacts and mitigation are summarized in the following table:

Permanent Impacts to non-wetland waters of the U.S. and State

O.OO3-acre

16.5-linear feet

Temporary Impacts to non-wetland waters of the U.S. and State

O.036-acre

640-linear feet

rylitigation: onsite­ establishment of streambed -

O.OO6-acre

37-linear feet

O.036-acre

640-linear feet

......

Eryllli9~ti on: onsite restoration of streambed .....

GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

I (858) 467·2952 I www.waterboards.ca.govlsandiego

9174 Sky Park Court, Suite 100, San Diego, CA 92123

....

".I 8-14 Recycled

Paper

PART8/COUNTY

County of San Diego Buckman Springs Roadl

Oak Drive Intersection Improvements

Certification No. 11 C-OS7

-3-

October 18, 2012

TABLE OF CONTENTS I. STANDARD CONDITIONS: ...................................................................................................4

II. ADDITIONAL CONDITIONS: GENERAL ..............................................................................4

III. ADDITIONAL CONDITIONS: CONSTRUCTION BEST MANAGEMENT PRACTICES ....... 6

IV. ADDITIONAL CONDITIONS: POST-CONSTRUCTION BEST MANAGEMENT

PRACTICES .........................................................................................................................8

V. ADDITIONAL CONDITIONS: IMPACTS AND COMPENSATORY MITIGATION ................. 9

VI. NOTIFICATION REQUiREMENTS ..................................................................................... 11

VII. REPORTING REQUiREMENTS ........................................................................................ 12

VIII. CEQA FINDINGS ............................................................................................................. 15

IX. PUBLIC NOTIFICATION OF PROJECT APPLICATION ................................................... 15

X. SAN DIEGO WATER BOARD CONTACT PERSON .......................................................... 15

XI. WATER QUALITY CERTIFICATION ................................................................................. 16

GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123

....

I (858) 467·2952 I www.waterboards.ca.govlsandiego

" " Recycled Paper

8-15

PART8/COUNTY

County of San Diego Buckman Springs Road! Oak Drive Intersection Improvements Certification No. 11 C-087

- 4 -

October 18, 2012

I. STANDARD CONDITIONS:

The following three standard conditions apply to Eill Certification actions, except as noted under Condition C for denials. A. This Certification action is subject to modification or revocation upon administrative or judicial review, including review and amendment pursuant to section 13330 of the California Water Code and section 3867 of Title 23 of the California Code of Regulations (23 CCR).

B. This Certification action is not intended and must not be construed to apply to any discharge from any activity involving a hydroelectric facility requiring a Federal Energy Regulatory Commission (FERC) license or an amendment to a FERC license unless the pertinent Certification application was filed pursuant to 23 CCR subsection 3855(b) and the application specifically identified that a FERC license or amendment to a FERC license for a hydroelectric facility was being sought. C. The validity of any non-denial Certification action must be conditioned upon total payment of the full fee required under 23 CCR section 3833, unless othervvise stated in writing by the certifying agency.

II. ADDITIONAL CONDITIONS: GENERAL

A. Water Quality Certification No. 11 C-087 (Certification) is only valid if the project begins no later than 5 (five) years from the date of issuance. If the project has not begun within 5 years from the date of issuance, then this Certification shall expire 5 years from the date of issuance.

B. The County of San Diego (Applicant) must comply with the requirements of State Water Resources Control Board Water Quality Order No. 2003-0017-DWQ, Statewide General Waste Discharge Requirements for Discharges of Dredged or Fill Material that have Received State Water Quality Certification. These General Waste Discharge Requirements are accessible at: http://www.waterboards.ca.gov/water issues/programs!cwa401/docs!generalorders!go wdr401 r egulated projects. pdf.

C The Applicant must, at all times, fully comply with the engineering plans, speCifications and technical reports submitted to the California Regional Water Quality Control Board, San Diego Region (San Diego Water Board), to support this Certification and all subsequent submittals required as part of this Certification and as described in Attachment 1. The conditions within this Certification must supersede conflicting provisions within such plans submitted prior to the Certification action. Any I DAVID G,BSON, EXECUTIVE OFFICER 9174 Sky Park Court, Suite 100, San Diego, CA 92123 I (858) 467.2952 I www.waterboards.ca.gov/sandiego GRANT DESTACHE. CHAIR

ft

8-16

" " Recycled Paper

PART8/COUNTY

County of San Diego Buckman Springs Roadl Oak Drive Intersection Improvements Certification No. 11 C-087

-5-

October 18,2012

modifications thereto, would require notification to the San Diego Water Board and reevaluation for individual Waste Discharge Requirements and/or Certification amendment. D. During construction, the Applicant must maintain a copy of this Certification at the project site. This Certification must be available at all times to site personnel and agencies. E. Upon presentation of credentials, the Applicant must permit the San Diego Water Board or its authorized representative(s) to: 1. Enter onto project premises, including all areas on which wetland fill or wetland mitigation is located or in which records are kept. 2. Access and/or copy any records required to be kept under the terms and conditions of this Certification. 3 Inspect of any treatment equipment, monitoring equipment, or monitoring method required by this Certification. 4. Sample any discharge or surface water covered by this Certification. F. In the event of any violation or threatened violation of the conditions of this Certification, the violation or threatened violation must be subject to any remedies, penalties, process or sanctions as provided for under State law. For purposes of section 401 (d) of the Clean Water Act, the applicability of any State law authorizing remedies, penalties, process or sanctions for the violation or threatened violation constitutes a limitation necessary to assure compliance with the water quality standards and other pertinent requirements incorporated into this Certification. G. In response to a suspected violation of any condition of this Certification, the San Diego Water Board may, pursuant to California Water Code (CWC) sections 13267 and 13383, require the holder of any permit or license subject to this Certification to investigate, monitor, and report information on the violation; provided that the burden, including costs of preparing the reports, bears a reasonable relationship to the need for and the benefits to be obtained from the reports. H. In response to any violation of the conditions of this Certification, or If the results of the Project have unintended impacts to water quality, the San Diego Water Board may modify the conditions of this Certification as appropriate to ensure compliance.

GRANT DESTACrlE, CrlAIR

..

I DAVID GI8S0r,. EXECUTIVE OFFICER

I (858)467·2952 I www.waterboards.ca.gov/sandiego

9174 Sky Park Court. Suite 100, San Diego. CA 92123

\J

Recycled Paper

8-17

PART8/COUNTY

County of San Diego Buckman Springs Road/ Uak Drive Intersection Improvements Certification No. 11 C-087

-6 -

October 18, 2012

III. ADDITIONAL CONDITIONS: CONSTRUCTION BEST MANAGEMENT PRACTICES A. Construction Best Management Practices (BMPs) must be implemented as described in the June 2011 Stormwater Pollution Prevention Plan for Buckman Springs Road/Oak Drive Intersection, prepared by Dokken Engineering. Proposed construction BMPs must include, but not be limited to:

1. Sediment Control; 2. Erosion Control; 3. Material Delivery and Storage; 4. Material Use; 5. Stockpile Management; 6. Spill Prevention and Control; 7. Solid Waste Management; 8. Hazardous Waste Management; 9. Sanitary/Septic Waste Management; 10. Storm Drain Inlet Protection; 11. Water Conservation Practices; 12. Dewatering Operations; 13. Paving and Grinding Operations; 14. Vehicle and Equipment Cleaning; 15. Vehicle and Equipment Fueling; 16. Vehicle and Equipment Maintenance; 17. Concrete Waste and Curing Management; and 18. Stabilized Construction Ingress/Egress. B. The Applicant must enroll in and comply with the requirements of State Water Resources Control Board Water Quality Order No. 2009-0009-DWQ, NPDES No. CAS000002, General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities. C. Prior to the start of the Project, and annually thereafter, the Applicant must educate all personnel on the requirements in this Certification, pollution prevention measures, spill response, and BMPs implementation and maintenance.

o The Applicant must, at all times,

maintain appropriate types and sufficient quantities of materials on-site to contain any spill or inadvertent release of materials that may cause a condition of pollution or nuisance if the materials reach waters of the U.S. and/or State.

E. The treatment, storage, and disposal of wastewater during the life of the project must be done in accordance with waste discharge requirements established by the San Diego Water Board pursuant to CWC § 13260.

GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123 ft

I (858) 467-2952 I www.waterboards.ca.govlsandiego

8-18

"" Recycled Paper

PART8/COUNTY

County of San Diego Buckman Springs Road/ Oak Drive Intersection Improvements Certification No. 11 C-087

October 18,2012

-7-

F. Discharges of concentrated flow during construction or after completion must not cause downstream erosion or damage to properties or stream habitat.

G. Water containing mud, silt, or other pollutants from equipment washing or other activities, must not be discharged to waters of the United States and/or the State or placed in locations that may be subjected to storm flows. Pollutants discharged to areas within a stream diversion area must be removed at the end of each work day or sooner if rain is predicted.

H. All surface waters, including ponded waters, must be diverted away from areas undergoing grading, construction, excavation, vegetation removal, and/or any other activity which may result in a discharge to the receiving water. Diversion activities must not result in the degradation of beneficial uses or exceedance of water quality objectives of the receiving waters. Any temporary dam or other artificial obstruction constructed must only be built from materials such as clean gravel which will cause little or no siltation. Normal flows must be restored to the affected stream immediately upon completion of work at that location. I. All areas that will be left in a rough graded state must be stabilized no later than two weeks after completion of grading. The Applicant, land owners, and/or land managers are responsible for implementing and maintaining BMPs to prevent erosion of the rough graded areas. After completion of grading, all areas must be revegetated. The revegetation palette must not contain any plants listed on the California Invasive Plant Council Invasive Plant Inventory, which can be found online at http://www.cal­ ipc.org/ip/inventory/weedlist.php.

J. Except as authorized by this Certification, substances hazardous to aquatic life including, but not limited to, petroleum products, raw cement/concrete, asphalt, and coating materials, must be prevented from contaminating the soil and/or entering waters of the U.S. and/or State. BMPs must be implemented to prevent such discharges during each project activity involving hazardous materials. K. Removal of vegetation must occur by hand, mechanically, or using United States Environmental Protection Agency (USEPA) approved herbicides deployed using applicable BMPs to prevent impacts to Beneficial Uses of waters of the State. Use of aquatic pesticides must be done in accordance with State Water Resources Control Board Water Quality Order No. 2004-0009-DWQ, Statewide General National Pollution Discharge Elimination System Permit for the Discharge of Aquatic Weed Control in Waters of the United States, and any subsequent reissuance as applicable.) L. If groundwater dewatering with discharge to surface water is necessary for project construction, the Applicant must comply with San Diego Water Board Order No. R9­

2008-0002, General Waste Discharge Requirements for Discharges from Groundwater Extraction and Similar Discharges to Surface Waters within the San Diego Region. GRANT DESTACHE. CHAIR

I DAVID GIBSON.

9174 Sky Park Court, Suite 100, San Diego, CA 92123

CFFIC~R

I (858) 467·2952 I www.waterboards.ca.gov/sandiego

ft

\01 Recycled Paper

8-19

PART8/COUNTY

County of San Diego Buckman Springs Road! Oak Drive Intersection Improvements Certification No. 11 C-087

October 18. 2012

8-

These General Waste Discharge Requirements are accessible at: http://www.swrcb.ca.gov/rwqcb9/board decisions/adopted orders/2008/2008 0002.pdf

IV. ADDITIONAL CONDITIONS: POST-CONSTRUCTION BEST MANAGEMENT PRACTICES

A. Post-construction BMPs must be implemented as described in the June 2001 Plans for Construction of Buckman Springs Road/Oak Drive Intersection Improvements, prepared by Dokken Engineering, and the June 6, 2011Applicant Water Quality Technical Report. Proposed structural, post-construction BMPs must include two bioretention basins.

B. Structural Best Management Practices (BIVIPs) must be sized to comply with the

following numeric sizing criteria:

a) Volume Volume-based BMPs must be designed to mitigate (infiltrate, filter, or treat) either: I.

II.

The volume of runoff produced from a 24-hour 85 th percentile storm event, as determined from the local historical rainfall record (0.6 inch approximate average for the San Diego County area); or The volume of runoff produced by the 85th percentile 24-hour rainfall event, determined as the maximized capture storm water volume for the area, from the formula recommended in Urban Runoff Quality Management, WEF Manual of Practice No. 23/ASCE Manual of Practice No. 87, (1998); or

III.

The volume of annual runoff based on unit basin storage volume, to achieve 90% or more volume treatment by the method recommended in California Stormwater Best Management Practices Handbook - Industrial/Commercial, (1993); or

IV.

The volume of runoff, as determined from the local rlistorical rainfall record, that achieves approximately the same reduction in pollutant loads and flows as achieved by mitigation of the 85 th percentile 24-hour runoff event.

GRANT DESTACHE. CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123

I (858) 467-2952 I www.waterboards.ca.gov/sandiego

ft

\1 8-20 Recycled Paper

PART8/COUNTY

County of San Diego Buckman Springs Roadl Oak Drive Intersection Improvements Certification No, 11 C-087

-9-

October 18, 2012

b) Flow Flow-based BMPs must be designed to mitigate (infiltrate, filter, or treat) either: i. The maximum flow rate of runoff produced from a rainfall intensity of 0,2 inch of rainfall per hour; or ii. The maximum flow rate of runoff produced by the 85 th percentile hourly rainfall intensity, as determined from the local historical rainfall record, multiplied by a factor of two; or III.

The maximum flow rate of runoff, as determined from the local historical rainfall record, that achieves approximately the same reduction in pollutant loads and flows as achieved by mitigation of the 85 th percentile hourly rainfall intensity multiplied by a factor of two,

C. Pedestrian-accessible storm drain inlet structures within the project boundaries must be stamped and/or stenciled with appropriate language prohibiting non-storm water discharges. D. Post-construction BMPs must be installed and functional prior to occupancy and/or planned use of development areas, The Applicant must inspect and maintain post-construction structural BMPs per the manufacturers' specifications and/or engineering design specifications. An inspection and maintenance log must be maintained for review by the San Diego Water Board Copies of the inspection and maintenance log must be provided to upon request. F. Any extended bioretention basins must be designed and constructed in accordance with the most recent California Stormwater Quality Association guidance for extended bioretention basins

V. ADDITIONAL CONDITIONS: IMPACTS AND COMPENSATORY MITIGATION A Permanent impacts to waters of the U.S. and State are limited to 0.003-acre and 16,5­ linear feet. B. Temporary impacts to waters of the U.S. and State are limited to 0.036-acre and 640­ linear feet. C. Mitigation for permanent and temporary project impacts to non-wetland waters of the U, S, and State must be implemented as described in the Buckman Springs Road/Oak GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER I (858) 467·2952 I www.waterboards.ca.govlsandiego

-

9174 Sky Park Court, Suite 100, San Diego, CA 92123

" " Recycled Paper

8-21

PART8/COUNTY

county of San Diego Buckman Springs Road! Oak Drive Intersection Improvements Certification No. 11 C-087

- 10 -

October 18, 2012

Drive Intersection Biological Resources Letter Report, prepared by Technology

Associates, and dated March 20, 2012.

D. Compensatory impacts will be mitigated through onsite establishment of 0.006-acres (37-linear feet) of non-vegetated streambed to replace, in-kind, what is permanently impacted by the project and onsite restoration of 0.036-acre (640-linear feet) of streambed for temporary impacts.

E. The construction of proposed mitigation must be concurrent with project grading and completed no later than 9 months following the initial discharge of dredge or fill material into on-site waters. Delays in implementing mitigation must be compensated for by an increased mitigation implementation of 10 percent of the cumulative compensatory mitigation for each month of delay. F. The Applicant must restore all areas of temporary impacts and all other areas of temporary disturbance which could result in a discharge or a threatened discharge to waters of the U.S. and State. Restoration must include grading of disturbed areas to pre-project contours and revegetation with native species. G. Throughout the mitigation monitoring program phase, mitigation areas must be maintained free of perennial exotic plant species including, but not limited to, pampas grass, giant reed, tamarisk, sweet fennel, tree tobacco, castor bean, and pepper tree. Annual exotic plant species must not occupy more than 5 percent of the mitigation areas. H. San Diego Water Board acceptance of the final mitigation plan for each project site applies only to the site and plan that mitigates for each project and must not be construed as approval of the mitigation site or plan for use by other current or future projects that are planning to use additional acreage at the site for mitigation. I. Any maintenance activities that do not contribute to the success of the mitigation sites and enhancement of beneficial uses and ecological functions and services are prohibited. Maintenance activities are limited to the removal of trash and debris, removal of exotic plant species, replacement of dead native plant species and remedial measures deemed necessary for the success of the restoration program. J. If at any time during the implementation and establishment of the mitigation areas, and prior to verification of meeting success criteria, a catastrophic natural event (e.g., fire, flood) occurs and impacts the mitigation areas, the Applicant is responsible for repair and replanting of the damaged areas.

K. For purposes of this Certification, establishment is defined as the creation of vegetated or unvegetated waters of the U.S. and/or State where the resource has never previously existed (e.g. conversion of nonnative grassland to a freshwater marsh). Restoration is I DAVID GIBSON, EXECUTIVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123 I (858) 467·2952 I www.waterboards.ca.gov/sandiego

GRANT DESTACHE. CHAIR

...

".I 8-22 Recyc:ed Paper

PART8/COUNTY

county of San Diego Buckman Springs Roadl Oak Drive Intersection Improvements Certification No. 11 C-087

- 11 -

October 18, 2012

divided into two activities, re-establishment and rehabilitation. Re-establishment is defined as the return of natural/historic functions to a site where vegetated or unvegetated waters of the U.S. and/or State previously existed (e.g., removal of fill material to restore a drainage). Rehabilitation is defined as the improvement of the general suite of functions of degraded vegetated or unvegetated waters of the U.S. and/or State (e.g., removal of a heavy infestation or monoculture of exotic plant species from jurisdictional areas and replacing with native species). Enhancement is defined as the improvement to one or two functions of existing vegetated or unvegetated waters of the U.S. and/or State (e.g., removal of small patches of exotic plant species from an area containing predominantly natural plant species). Preservation is defined as the acquisition and legal protection from future impacts in perpetUIty of eXisting vegetated or unvegetated waters of the U.S. and/or State (e.g., conservation easement). L Mitigation site monitoring must continue until the mitigation site has met the success criteria stated in the mitigation plan(s). The mitigation site must be maintained free of non-native and invasive plant species and maintained in accordance with specified success criteria in perpetuity

VI. NOTIFICATION REQUIREMENTS

A. The Applicant must report to the San Diego Water Board any noncompliance that may endanger human health or the environment. Any information shall be provided orally within 24 hours from the time the Applicant becomes aware of the circumstances. A written submission shall also be provided within five (5) days of the time the Applicant becomes aware of the circumstances. The written submission shall contain a written description of the incident and its cause, the period of the noncompliance including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; and steps taken or planned to reduce, eliminate, and prevent reoccurrence of the noncompliance. The San Diego Water Board may waive the above-required written report under this provision on a case-by-case baSIS If an oral report has been received within 24 hours. B. The Applicant must notify the San Diego Water Board of any transfer in responsibility for implementation of the requirements of this Certification. Notification must include, but not be limited to, a statement that the Applicant has provided the transferee with a copy of the Certification and that the transferee understands and accepts the certification requirements and the obligation to implement them or be subject to liability for failure to do so. The Applicant and transferee must sign and date the notification and including a designated date of transfer. The Applicant must provide such notification to the Executive Officer of the San Diego Water Board prior to the intended date of transfer. Upon properly noticed transfers of responsibility, the transferee assumes responsibility for compliance with this Certification and references in this Certification to the Applicant will be interpreted to refer to the transferee as appropriate. Transfer of GRANT DESTACHE. CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

I (858) 467·2952 I www.waterboards.ca.gov/sandiego

9174 Sky Park Court, Suite 100, San Diego, CA 92123 ft

"" Recycled Paper

8-23

PART8/COUNTY

County of San Diego Buckman Springs Roadl Oak Dnve Intersection Improvements Certification No. 11 C-087

- 12 -

October 18, 2012

responsibility does not necessarily relieve the Applicant of this Certification in the event that a transferee fails to comply. C. Prior to the start of construction, the Applicant must provide the San Diego Water Board a draft preservation mechanism (e.g. deed restriction, conservation easement, etc.) that will protect all mitigation areas and their buffers in perpetuity. Within one year of the start of construction, the Applicant must submit proof of a completed preservation mechanism that will protect all mitigation areas and their buffers in perpetuity. The conservation easement, deed restriction, or other legal limitation on the mitigation property must be adequate to demonstrate that the site will be maintained without future development or encroachment on the site which could otherwise reduce the functions and values of the site for the variety of beneficial uses of waters of the United States that it supports. The legal limitation must prohibit, without exception, all residential, commercial, industrial, institutional, and transportation development, and any other infrastructure development that would not maintain or enhance the wetland and streambed functions and values of the site. The preservation mechanism must clearly prohibit activities that would result in soil disturbance or vegetation removal, other than the removal of non-native vegetation. Other infrastructure development to be prohibited includes, but is not limited to, additional utility lines, maintenance roads, and areas of maintained landscaping for recreation.

VII. REPORTING REQUIREMENTS A. The Applicant must submit annual progress reports describing status of compliance with all requirements of this Certification to the San Diego Water Board prior to August 1 of each year following the issuance of this Certification until the project has reached completion. The Applicant must submit a Final Project Annual Report to the San Diego Water Board prior to August 1 following completion of the project. The reports must include, but not be limited to, the following: 1. Date of construction initiation. 2. Projected date of construction completion. 3. Status of BMPs for the project. 4. Final Project Report: As-built drawings no larger than 11 "X 17", GPS readings of all post-construction BMPs, and photo documentation of post-construction BMPs. B. Mitigation monitoring reports must be submitted annually until mitigation has been deemed successful. Annual monitoring reports must be submitted prior to December 1 of each year. Monitoring reports must include, but not be limited to, the following:

GRANT DESTACHE. CHAIR

I DAVID GIBSON, EXECUT'VE OFFICE'l I (SSS) 467.2952 I www.waterboards.ca.gov/sandiego

9174 Sky Park Court, Suite 100, San Diego, CA 92123 ft

8-24

" " Recycled Paper

PART8/COUNTY

County of San Diego Buckman Springs Road/ Oak Drive Intersection Improvements Certification No. 11 C-087

- 13 -

October 18,2012

1. Names, qualifications, and affiliations of the persons contributing to the report; 2. Date of initiation of mitigation installation and date mitigation installation was

completed;

3. Mitigation as-builts, including topography maps and planting locations, 4. Tables presenting the raw data collected in the field as well as analyses of the physical and biological data; 5. Topographic complexity characteristics at each mitigation site; 6. Upstream and downstream habitat and hydrologic connectivity; 7. Source of hydrology; 8. Width of native vegetation buffer around the entire mitigation site; 9. Qualitative and quantitative comparisons of current mitigation conditions with pre­ construction conditions and previous mitigation monitoring results. 10. Stream photo documentation, including all areas of permanent and temporary impact, prior to and after project construction, and mitigation areas, prior to and after implementation. Photo documentation must be conducted in accordance with guidelines posted at http://www.waterboards.ca.gov/sandiego/water issues/programs/401 certification/d ocs/StrearnPhotoDocSOP.pdf. In addition, photo documentation must include Geographic Positioning System (GPS) coordinates for each of the photo points referenced. 11.A survey report documenting boundaries of mitigation area(s), including Geographic Information System (GIS) shape files (polygons) of the impact and mitigation areas (Two GPS readings (points) must be taken on each line of the polygon and the polygon must have a minimum of 10 points). GIS metadata must also be submitted. C. All information requested in this Certification is pursuant to California Water Code (CWC) section 13267. Civil liability may be administratively imposed by the San Diego Water Board for failure to furnish requested information pursuant to CWC section 13268. D. All reports and information submitted to the San Diego Water Board must be submitted in both hardcopy and electronic format. The preferred electronic format for each report submission is one file in PDF format that is also Optical Character Recognition (OCR) capable. GRANT DESTACHE. CHAIR

I DAVID GIBSON. EXECUTIVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123

I (858) 467-2952 I www.waterboards.ca.gov/sandiego

ft

,,~ Recycled Paper

8-25

PART8/COUNTY

County of San Diego Buckman Springs Road! Oak Drive Intersection Improvements Certification l\jo. 11C-087

- 14 -

October 18, 2012

E. All applications, reports, or information submitted to the San Diego Water Board must be signed and certified as follows: 1. For a corporation, by a responsible corporate officer of at least the level of vice president. 2. For a partnership or sole proprietorship, by a general partner or proprietor,

respectively.

3. For a municipality, or a state, federal, or other public agency, by either a principal executive officer or ranking elected official. 4. A duly authorized representative may sign applications, reports, or information if: a. The authorization is made in writing by a person described above. b. The authorization specifies either an individual or position having responsibility for the overall operation of the regulated activity. c. The written authorization is submitted to the San Diego Water Board Executive Officer.

F. All applications, reports, or information submitted to the San Diego Water Board must be signed and certified as follows: "I certify under penalty of law that I have personally examined and am familiar with the information submitted in this document and all attachments and that, based on my inquiry of those individuals immediately responsible for obtaining the mformatlon, I believe that the information is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment." G. The Applicant must submit reports required under this Certification, or other information required by the San Diego Water Board, to: Executive Officer

California Regional Water Quality Control Board

San Diego Region

Attn: 401 Certification No. 11 C-087

9174 Sky Park Court, Suite 100

San Diego, California 92123

GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

I (858) 467.2952 I www.waterboards.ca.gov/sandiego

9174 Sky Park Court, Suite 100, San Diego, CA 92123

....

\1 8-26 Recycled Paper

PART8/COUNTY

County of San Diego Buckman Springs Road! Oak Drive Intersection Improvements Certification No. 11 C-087

- 15 -

October 18, 2012

VIII. CEQA FINDINGS A. The County of San Diego is the lead agency under the California Environmental Quality Act (Public Resources Code section 21000, et seq., (CEQA)), and issued the Buckman Springs Road/Oak Drive Intersection Improvements Negative Declaration, County of San Diego, State Clearinghouse No. 2011071044, August 30, 2011.

B. The San Diego Water Board has reviewed the lead agency's Mitigated Negative Declaration and finds that the project as proposed will not have a significant effect on the environment if compensatory mitigation is accomplished as conditioned in this Certification.

IX. PUBLIC NOTIFICATION OF PROJECT APPLICATION On October 20, 2011 receipt of the project application was posted on the San Diego Water Board web site to serve as appropriate notification to the public. No public comments were received.

X. SAN DIEGO WATER BOARD CONTACT PERSON Mike Porter, Engineering Geologist

California Regional Water Quality Control Board San Diego Region

9174 Sky Park Court, Suite 100

San Diego, CA 92123

Telephone: 8,58-467-2726

Email: [email protected]

GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER I (858) 467·2952 I www.waterboards.ca.govlsandiego

-

9174 Sky Park Court. Suite 100, San Diego, CA 92123

"01

Recycled Paper

8-27

PART8/COUNTY

of San D;ego Buckman Springs Road! Oak Drive Intersection Improvements Certification No. 11 C-087

16 -

October 18, 2012

XI. WATER QUALITY CERTIFICATION

I hereby certify that the proposed discharge from the Buckman Springs Road/Oak Drive Intersection Improvements Project (Certification No. 11 C-087) will comply with the applicable provisions of sections 301 ("Effluent Limitations"), 302 ("Water Quality Related Effluent Limitations"), 303 ("Water Quality Standards and Implementation Plans"), 306 ("National Standards of Performance"), and 307 ('Toxic and Pretreatment Effluent Standards") of the Clean Water Act. This discharge is also regulated under State Water Board Order No. 2003-0017-DWQ, "Statewide General Waste Discharge Requirements for Dredged or Fill Discharges that have Received State Water Quality Certification (General WDRs)," which requires compliance with all conditions of this Water Quality Certification. Please note that enrollment under Order No. 2003-017 -DWQ is conditional and, should new information come to our attention that indicates a water quality problem, the San Diego Water Board may issue individual waste discharge requirements at that time. Except insofar as may be modified by any preceding conditions, all Certification actions are contingent on (a) the discharge being limited to, and all proposed mitigation being completed in strict compliance with, the Applicants' project description and/or on the attached Project Information Sheet, and (b) on compliance with all applicable requirements of the Water Quality Control Plan for the San Diego Basin Region (9) (Basin Plan). I, David W. Gibson, Executive Officer, do hereby certify the forgoing is a full, true, and correct copy of Certification No. 11C-087 issued on October 18, 2012.

DAVID W. GIBSON

Executive Officer Regional Water Quality Control Board

Attachments:

1. 2. 3. 4.

Project Information Distribution List Location Map(s) Site and Mitigation Figures(s)

GRANT DESTACHE, CHAIR

I DAVID GIBSON. EXECUTIVE OFFICER

I (858) 461-2952 I www.waterboards.ca.gov/sandiego

9114 Sky Park Court, Suite 100, San Diego, CA 92123

....

8-28

"" Recycleo Pape:

PART8/COUNTY

County of San Diego Buckman Springs Roadl Oak Drive Intersection Improvements Certification No. 11 C-087

- 17 -

October 18. 2012

ATTACHMENT 1

PROJECT INFORMATION

Applicant:

Mr. Thomas Duffy Environmental Planning Manager County of San Diego Department of Public Works Environmental Services Unit 5510 Overland Avenue Suite 410 San Diego, CA 92123 Telephone: 858-874-4039 Fax: 858-874-4043 Email: [email protected]

Applicant Representatives:

None.

Project Name:

Buckman Springs Road/Oak Drive Intersection Improvements Project

Project Location:

The proposed project is located at the intersection of Buckman Springs Road and Oak Drive, within the unincorporated community of Campo/Lake Morena, south-eastern San Diego County, California. The project is located approximately at latitude 32° 41' 25.5" north and longitude -116° 29' 22.2" east.

Type of Project:

Transportation and flood control improvements.

GRANT DESTACHE. CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER I (858) 467-2952 I www.waterboards.ca.gov/sandiego

9174 Sky Park Court, Suite 100, San Diego, CA 92123 ft

"" Recycled Paper

8-29

PART8/COUNTY

County of San Diego Buckman Springs Road! Oak Drive Intersection Improvements Certification No. 11 C-087

- 18 -

October 18,2012

Project Description and Need:

The Project consists of improvements to a total of 0.39-mile of Buckman Springs Road and Oak Drive, including intersection improvements, drainage improvements, and construction of a trail segment. The installation of the dedicated facilities proposed in the project are needed to improve roadway line-of-sight for motorists, traffic flow, storm water conveyance to accommodate 1OO-year storm water elevations, and safety for bicyclists, pedestrians, and equestrians.

Federal Agency/Permit:

U.S. Army Corps of Engineers §404, Nationwide Permits 7, 14, and 33, Ms. Meris Bantilan-Smith, San Diego Field Office.

Other Required Regulatory Approvals:

California Department of Fish and Game (CDFG) § 1602 Streambed Alteration Agreement, Ms. Kelley Fisher. U.S. Forest Service, Special Use Permit, Mr. Spencer Bleadorn.

California Environmental Quality Act (CEQA) Compliance:

Buckman Springs Road/Oak Drive Intersection Improvements Negative Declaration, County of San Diego, State Clearinghouse No. 2011071044, August 30,2011.

Receiving Waters:

An unnamed tributary to La Posta Creek; Tijuana River

hydrologic unit, Cameron hydrologic area (907.11).

Impacted Wetlands and Waters of the United States and State:

Permanent -

Unvegetated streambed 0.003-acre, 16.5-linear feet.

Temporary -

Unvegetated streambed 0.036-acre, 640-linear feet.

GRANT DESTACHE, CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER I (858) 467·2952 I www.waterboards.ca.govlsandiego

9174 Sky Park Court, Suite 100, San Diego, CA 92123

....

8-30

"" Recycled Paper

PART8/COUNTY

County of San Diego Buckman Springs Road/ Oak Drive Intersection Improvements Certification No. 11 C-087

Impacted Waters for CDFG jurisdiction only:

- 19 -

October 18, 2012

None.

Dredge Volume:

None.

Related Projects Implemented/to be Implemented by the Applicant(s):

None disclosed.

Compensatory Mitigation:

Unavoidable impacts will be mitigated through onsite establishment of O.006-acres (37-linear feet) of non-vegetated streambed to replace, in-kind, what is permanently impacted by the project and onsite restoration of O.036-acre (640-linear feet) of streambed for temporary impacts.

Best Management Practices (BMPs):

Proposed Construction BMPs will include: • • • • • • • • • • • • • • • • • •

Sediment Control; Erosion Control; Material Delivery and Storage; Material Use; Stockpile Management; Spill Prevention and Control; Solid Waste Management; Hazardous Waste Management; Sanitary/Septic Waste Management; Storm Drain Inlet Protection; Water Conservation Practices; Dewatering Operations; Paving and Grinding Operations; Vehicle and Equipment Cleaning; Vehicle and Equipment Fueling; Vehicle and Equipment Maintenance; Concrete Waste and Curing Management; and Stabilized Construction Ingress/Egress.

Proposed post-construction BMPs will include two bioretention basins). GRANT DESTACHE, CHAIR

...

I DAVID GIBSON, EXECUTIVE OFFICER I (858) 467-2952 I www.waterboards.ca.govlsaodiego

9174 Sky Park Court, Suite 100, Sao Diego, CA 92123

\1

Recycled Paper

8-31

PART8/COUNTY

County of San Diego Buckman Spnngs Road!

Oak Drive Intersection Improvements

Certification No. 11 C-087

October 18, 2012

20 -

Public Notice:

On October 20, 2012, receipt of the project application was

posted on the San Diego Water Board web site to serve as

appropriate notification to the public. No comments were

received.

Fees:

Total Due: $640.00

Total Paid: $640.00 (Check No. 3483145)

CIWQS:

Regulatory Measure 10: 381865

Place 10: 772218

Party 10: 11763

Person 10: 399949

WOlD 9000002366

GRANT DESTACHE. CHAIR

I DAVID GIBSON, EXECUTIVE OFFICER

9174 Sky Park Court, Suite 100, San Diego, CA 92123

....

I (858) 467-2952 I www.waterboards.ca.gov/sandiego

8-32

" " Recycled Pape'

PART8/COUNTY

County of San Diego Buckman Springs Road! Oak Drive Intersection Improvements Certification No 11 C-087

- 21 -

October 18, 2012

ATTACHMENT 2

DISTRIBUTION LIST

Ms. Meris Bantilan-Smith U.S. Army Corps of Engineers San Diego Field Office [email protected] Ms. Kelly Fisher California Department of Fish and Game South Coast Region Habitat Conservation Planning - North [email protected] Ms. Malia Durand Environmental Land Use Planner II County of San Diego, Department of Public Works Environmental Services Unit [email protected] Mr. Eric Raffini Wetlands Regulatory Office U.S. Environmental Protection Agency, Region 9 [email protected] State Water Resources Control Board Division of Water Quality 401 Water Quality Certification and Wetlands Unit Stateboard40 [email protected] U.S. Department of the Interior Fish and Wildlife Service 6010 Hidden Valley Road Carlsbad, CA 92011

GKANr DES lACHe, CHAIR

..

I DAviD GIBSON,

9174 Sky Park Court, Suite 100, San Diego, CA 92123

OCflCU!

I (858) 467·2952 I www.waterboards.ca.govlsandiego

8-33

"" Recycled Paper

PART8/COUNTY

Certification No. 11C-087

ATTACHMENT

3

LOCATION MAPS

8-34

PART8/COUNTY

RIVERSIDE

Pacific Ocean

Basemap Legend

/'V

Freeway River Lake/Reservoir/Lagoon

Miles

o Buckman Springs Road! Oak Drive Intersection Improvements Project

Regional Location Map

Flle_ S"
8-35

8

Figure 1 Dale: 1/20/2012

PART8/COUNTY

Legend _

PrOject Study Area

~ RelatIVely Permanent Water River/Stream/Creek

Miles

o

Source USGS NatIOnal Hydrography Dataset (NHDI 2010

Bucknum Springs Roadl Oak Drive Intersection Improvements Project File S ,pro)ects'mlos'BuckmanSpnngs'AotsFlglJres WedandDelineatloll,Slgmflcant

Significant Nexus to Traditionally Navigable Waters Ne~us

4.5

Figure 5 Date 1202012

rro:d

8-36

PART8/COUNTY

Legend

c::::J

Project Study Area

~ Relatively Permanent Water

Feet

R~verfStreamJCreek

o

Hydrography Dataset !NHD) 2G10

Buckman Springs Road! Oak Drive Intersection Improvements Project

Significant Nexus to Downstream Waters

4,170

Figure 4 Date 120,2012

8-37

PART8/COUNTY

Certification No. 11 C-087

ATTACHMENT

4

SITE AND MITIGATION FIGURES

8-38

PART8/COUNTY

"

Legend Project Area

Feet Map Source: USGS 7.5 minute topographic map series, Cameron Comers and Morena Reservoir quadrangles T17S ROSE

Buckman Springs Road! Oak Drive Intersection Improvements Project

o

USGS Topographical Quadrangles

File S \pfOjects\mlOs\8uckrnanSpnngsIPlots\Figures\8TR_Updales\USGS mxd

2,000

Figure 2 Date: May 09, 2011

8-39

PART8/COUNTY

Legend

g

~

_ oJ

Project Boundary Survey Area

Feet

o Buckman Springs Road/ Oak Drive Intersection Improvements Project

Project Area

250

Figure 3 Date: May 09. 2011

File S \proJects\mlos\BuckmanSpnngs\PlotslFlgures'IlHR_Updates\Bio Resources mxd

8-40

PART8/COUNTY

Legend

c::J Project Boundary

Vegetation Communities Sensitive Species Observations Open Coast Live Oak Woodland Coastal western whiptail

&

~ -_ -... Survey Area

o

Culvert

/ ' \ / Corps Waters of the US/CDFG Seasonal Streambed

Chamise Chaparral Disturbed Chamise Chaparral

Big Sagebrush Scrub UrbanlDeveloped

+

Two-striped garter snake



Sticky geraea

_

Sources: RECON 2010, TAlC 2011, County DPW2011

Buckman Springs Road!

Oak Drive Intersection Improvements Project

Existing Biological Resources

Sticky geraea

Feet

o

250

Figure 4 Date May 09. 2011

File. S \proJecls\mloslBuckmanSpnngs\Plots'FlguresIBTR_UpdateslBio Resources mxd

8-41

PART8/COUNTY

Vegetation Communities Sensitive Species Observations Open Coast live Oak Woodland ~ Coastal western whiptail Survey Area

/V

Corps waters of the US/CDFG Seasonal Streambed

Chamise Chaparral Disturbed Chamise Chaparral

Big Sagebrush Scrub

Culvert

Urban/Developed

+

Two-striped garter snake



Sticky geraea

_

Sources: RECON 2010, TAlC 2012, County DPW 2012

Buckman Springs Road!

Oak Drive Intersection Improvements Project

Impacts to Biological Resources

File: S \projeas\mlos\BuckmanSpnngs'Plols\Flgures\BTR_Updales\8!o Resources mxd

Sticky geraea

Feet

o

250

Figure 5 Date, May 09, 2011

8-42

PART8/COUNTY

Legend • - -. Survey Area " " ' " Drainage ~ Permanent Impact _ Unvegetated Channel Creation

[Z2Ll

Temporary Impact _

Open Coast Live Oak Woodland Chamise Chaparral Big Sagebrush Scrub

Feet

o

Sources: RECON 2010, TAlC 2012, County DPW 2012

Buckman Springs Road/ Oak Drive Intersection Improvements Project

Revegetation Areas

250

Figure 6 Dale" May 09. 2011

File S \projects\mlos\8uckmanSpnngslPlots\FIQuresI.8TR_Updates\81O Resources.mxd

8-43

PART8/COUNTY

I,&all

~

t(1.!PQR,o,!!\, [I'lOSrQIo< CON:TAC\

SURFAcr now ~

'im

NOTES

LEGeND

~3

()Iqtcno~

~~

::t

~~,J"JO'!-,_,

1t00POJllAA"- COi*C!!(1"( ....,o,'S"Our rAr;IUfY

~~~

It-= z

0

l(1.!PORARv STASlliZfO

CO"STI'IIJC1")~

(.I

r;"m,o,'iC£

K

.

2

Ci1u'''''G£ (AU, .. tNT

<;w DA"'LIC;HT/SlOl'r.

>

~<'''' fP

ll~r

TCI,IPQR,o,F/i' CH(O( l)AOI (CR"'\IU SAGjf1lltP ROLl}

X

.

0

z

---- ---------

~

,. ~

TRE! r.~ENT CONTROL BMPs (TC-BMPsj 8101
••

(1 ,o,HD 2)

I"L(T S1"(f.IC1LINO

::t

till

DIlIAIW,o,CtU!J(YEloil

,,..

r

IJ4+4...1 J /

D 55.0J In

90C~YAN SPRIf.iG$

1'10"'0 CO"ISTl'ltJCl'OI't

\I

~

t

, ~

j P~OJECT

CLEAN WATER BMP SiZiNG CALCUlATqR PROPOSED: 3.{I10 d

Ii

l,

SIOREf£NH'/'" "'Rt"

!

COUNTY 0' SAN DieGO DIIPARTMIINT 0 .. PUBLIC WORKS MOO

~

;-

ow......... AVDlU., ""'''':00, CA ttlf:U..1",

8-44

PART8/COUNTY

8-45

PART8/COUNTY

8-46

PART8/COUNTY

8-47

PART8/COUNTY

8-48

PART8/COUNTY

8-49

PART8/COUNTY

8-50

PART8/COUNTY

8-51

PART8/COUNTY

8-52

PART8/COUNTY

8-53

PART8/COUNTY

County of San Diego DEPARTMENT OF PUBLIC WORKS TRAFFIC ENGINEERING SECTION

APPLICATION FOR TRAFFIC CONTROL PERMIT -County of San Diego DPW/Traffic Engineering Section Traffic Control Permits, Mailstop O334 5510 Overland Av, Suite #410, Rm 470 San Diego, CA 92123-1159

(type of traffic control: flag, shift, etc.)

telephone/voice mail: (858) 694-3863 secretary: (858) 694-3850 fax: (858) 694-3928 [email protected]

ENCROACHMENT/EXCAVATION/CONSTRUCTION PERMIT #

Applicant Information Company: Agent/Applicant: Agent Phone Number:

Agent Fax Number:

Agent Mailing Address: City

State

Zip Code

Reason for Traffic Control: Start Date:

Start Time:

a.m. / p.m.

Finish Date:

End Time:

a.m. / p.m.

It is requested that a permit be granted for traffic control on the following street/streets:

STREET 2

From Street From Street

COMMUNITY

Thomas Bros. Map Page and Grid #

STREET 1

_________________________________________________________ (Agent’s or Applicant’s Signature)

To To

___________________________________ (Date)

See Attached Plan (s) and Traffic Control Notes

This request is / is not approved. Director, Department of Public Works By ________________________________________________ (For Road Commissioner) CC: Construction Inspection Ref: Sec 72.75. County Code of Regulatory Ordinances

8-54

PART8/COUNTY

STATE OF CALIFORNIA. DEPARTMENT OF TRANSPORTATION

STATEMENT OF COMPLIANCE cEM-2s03(Modified by County of San Diego DPW 08/2010) CONTRACTOR/SU BCONTRACTOR

CONTRACT NUMBER

FIRST DAY AND DATE OF PAY PERIOD

LAST DAY AND DATE OF PAY PERIOD

I do hereby certif, under penalty of perjury:

(l)

Thatlpayorsupervisepaymenttoemployeesoftheabove-referencedcontractorontheabove-referencedcontract.

All

persons employed on said project for the above-referenced time period have been paid their full weekly wages eamed, that no rebates have been or will be made either directly or indirectly to or on behalf of said contractor from the full weekly wages eamed by any person and that no deductions have been made either directly or indirectly from the full wages eamed by any person other than permissible deductions.

(2)

That any payrolls otherwise under this control required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less that the applicable wages rates: Specified in the applicable wage determination incorporated into the contract; (a)

(b)

(3)

! !

Oetermined by the Director of Industrial Relations for the county or counties in which the work is performed; that the classification set forth therein for each laborer or mechanic conform with the work he or she performed.

ThatanyapprenticesemployedintheaboveperiodaredulyregisteredinabonafideapprenticeshipprogramregisteredwithaStateapprenticeshipagency recognized by the Bureau of Apprenticeship and Training, United States Department ofLabor, or

if

no such recognized agency exists in a State, are registered

with the Bureau ofApprenticeship and Training, United States Deparþnent ofLabor

(4)

That fringe benef,rts as listed in the contract:

(a) f (b) n

Uave been or will be paid to the approved plan(s), fund(s), or program(s) for the beneht of listed employee(s), except as noted below. Have been paid directly to the listed employee(s), except as noted below.

(c) I

S".

exceptions noted below.

RE[/ARKS:

NAME (PLEASE PRINT )

TITLE

SIGNATURE

DATE

On federally-funded projects, permissible deductions are defined in title 29, Code of Federal Regulations, part 3, issued by the Secretary Labor under the Copeland Act, (40 U. S. C. 276c).

of

Also, the willful falsification of any of the above statements may subject the contractor or subcontractor to civil or criminal prosecution (See section 1001 oftitle l8 and section 3729 ofTttle 31 ofthe United States Code).

ADA Notice 53l i#äo"ii:*:H.ffi:"L.'.Ê:,'J'Ji";',iilfl?iTlili'n.3T1'å:'i'J:,3:'3T.1",''ïÏ:3À;uï,I'o',""''on

8-55

ca¡r (e16) 6s4-6410

"' 'oo :ï:]..

PART8/COUNTY

STATE OF CALIFORNIA. DEPARTMENT OF TRANSPORTATION

STATEMENT OF COMPLIANCE

CEM-2503 (Modified by County of San Diego DPW 08/20 t0) InsÍuctions

This statement of compliance meets needs of the state and federal payroll requirements to pay fringe benefits in addition to payment of the minimum rates. The contractor's obligation to pay fringe benefits may be met by payment of the fringes to the various preapproved plans, funds, or programs or by making these payments directly to the employees as part of their weekly wage payments. The contractor must show on the face of his or her payroll all monies paid to the employees whether as basic rates or total hourly wage amount in lieu of fringes. The contractor shall report in the statement of compliance that he or she is paying to others fringes required by the contract and not paid directly to the employees in lieu of fringes. Detailed instructions follow:

Contractors required to pay Federal Wage Rates: Such a contractor shall check paragraph 2(a) of the statement to indicate that the wage rates for laborers or mechanics contained in the payroll are not less than the applicable wage rates specified in the applicable wage determination incorporated into the contract.

Contractors required to pay the State Prevailing Wage Rates as determined by the Director of lndustrial Relations: Such a contractor shall check paragraph 2(b) of the statement to indicate that the wage rates for laborers or mechanics contained in the payroll are not less than the applicable wage rates determined by the Director of lndustrial Relations for the county or counties in which the work is preformed.

Gontractor who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decisions shall continue to show on the face of his or her payroll the basic hourly rate and overtime rate paid to his or her employees, just as he or she has always done. Such a contractor shall check paragraph 4(a) of the statement to indicate that he or she is also paying approved plans, funds, or programs within the times required for the receipt of those sums, not less than the amount predetermined as fringe benefits for each craft. Any exception shall be noted in Section 4(c).

Contractors who pay no fringe benefits: A contractor who does not pay fringe benefits to an approved plan shall pay a like amount to the employee. This payment cari be reported by inserting in the straight time hourly rate column of his or her payroll an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification in the applicable wage decision. lnasmuch as it is not necessary to pay time and a half on wages paid in lieu of fringes, the overtime rate shall be not less than one and one-half the basic predetermined rate, plus the required cash in lieu of fringes at the straight time rate. To simplify computation of overtime, it is suggested that the straight time basic rate and payment in lieu of fringes be separately stated in the hourly rate column. ln addition, the contractor shall check paragraph 4(b) of the statement to indicate that he or she is paying fringe benefits directly to his or her employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions: Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination required is obligated to pay the deficiency directly to the employees as wages in lieu of fringes. Any exceptions to Section 4(a) and 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid the employees as wages in lieu of fringes, and the hourly amount paid to plans, funds, or programs as fringes.

8-56

PART8/COUNTY

Page

COUNTY OF SAN DIEGO ▪ Department of Public Works

PROJECT WAGE RATE SHEET

Federally Funded (Yes or No):

of

Federal Davis Bacon Modification Number (if applicable):

Instructions: Prior to starting work, complete this form and submit the County Resident Engineer. Include all the information as is listed in the example. This form must be updated and resubmitted to County as new classifications/groups are utilized or wage determination changes. Provide wages for all applicable groups that will be utilized under this contract. Contracts with federal funding must pay the higher of State or Federal wage rates2.

Wage Determination

Class & Group EXAMPLE

Prevailing Wage Determination

Laborer Group 2 SD-23-102-3-2009(Heavy Highway) 1

CA STATE PREVAILING WAGE DETERMINATION Overtime @ 1.5X Straight Time

Is this subject to change? (Insert date Basic Hourly if Yes)** Rate

$26.57

Total Employer Payments1

$13.33

Total Hourly Rate

39.90

Overtime @ 2X

Classification

Overtime Hourly Rate: 1.5 X basic hrly rate plus Basic Hourly employer Basic Hourly Rate (1.5 X) payments Rate (2 X)

39.86

53.19

FEDERAL DAVIS BACON Straight Time

Overtime Hourly Rate: 2 X basic hrly rate plus employer Davis Bacon Work payments Classification Hourly Rates Fringes Heavy Hwy Laborer Group 2 LABO 0089-004 $26.35 $12.50 53.14 66.47 07/01/2008

Overtime

Total Hrly Rate plus Overtime Fringe Base

$38.85

Overtime plus Fringe

$39.53

$52.03

**Determinations marked with ** are subject to change and have a CA state wage rate expiration which must be listed. (1) California law prohibits the use of credits for Employer Payments to reduce the obligation to pay the hourly straight time or overtime wages specified as the Basic Hourly Rate in the general prevailing wage determination. (Labor Code 1773.1(c) and 8 Cal. Code of Regs. X 16200(1)(3)(1). (2) Not less than the State general prevailing rate of per diem wages and the State general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial Relations or the Federal minimum wage rates as determined by the Secretary of Labor, whichever is higher, shall be paid by the Contractor and Subcontractors to all laborers and mechanics employed on the project. Contractor will be allowed fifteen (15) days to protest the correctness of the statement; otherwise, the statement shall be deemed to have been accepted by the Contractor as correct. RESIDENT ENGINEER SIGNATURE: Distribution: Original - Contractor,

DATE Copies - Contract File, Construction Office Engineer, Resident Engineer

8-57

PART8/COUNTY

STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION

FINAL REPORT - UTILIZATION OF DISABLED VETERAN BUSINESS ENTERPRISES (DVBE) STATE FUNDED PROJECTS ONLY CEM-2402S (REV 12/2009) CONTRACT NUMBER

COUNTY

ROUTE

POST MILES

ESTIMATED CONTRACT AMOUNT

CONTRACT COMPLETION DATE

$ PRIME CONTRACTOR

CONTRACT ITEM NO.

BUSINESS ADDRESS

DESCRIPTION OF WORK PERFORMED AND MATERIALS PROVIDED

DVBE CONTRACT PAYMENTS

DVBE BUSINESS NAME AND ADDRESS

DVBE CERT NO

TOTAL

PAYMENT AMOUNT

DATE WORK DATE OF FINAL COMPLETED PAYMENT

COMMENTS

$

ORIGINAL DVBE COMMITMENT: List all Disabled Veterans Business Enterprises (DVBE's) regardless of tier, whether or not the firms were originally listed for contract participation. If actual DVBE utilization (or item of work) was different than that approved at time of award, provide comments. List actual amount paid to each DVBE, even if different than originally listed for contract participation. I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT CONTRACTOR REPRESENTATIVE'S SIGNATURE

BUSINESS PHONE NUMBER

DATE

ext. TO THE BEST OF MY KNOWLEDGE, THE ABOVE INFORMATION IS COMPLETE AND CORRECT RESIDENT ENGINEER'S SIGNATURE

BUSINESS PHONE NUMBER

DATE

ext. COPY DISTRIBUTION:

ADA Notice

Original - District Contract File

Copy - Civil Rights

Copy - Contractor

Copy - District Construction

For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

8-58

PART8/COUNTY

STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION

FINAL REPORT - UTILIZATION OF DISABLED VETERAN BUSINESS ENTERPRISES (DVBE) STATE FUNDED PROJECTS CEM-2402S (REV 12/2009)

The intent of this form is for the prime contractor to certify payments made to Disabled Veteran Business Enterprises (DVBE) participating in execution of the contract. The contractor must include information on all DVBEs performing work or supplying materials even if the DVBE firms were not listed at bid time. The form has columns for entering specific contract items, descriptions of the services provided, the DVBE business information and certification number, the dollar value of the work performed by the DVBE, when the work of the DVBE was completed, the date of the final payment to the DVBE, and the original DVBE commitment amount. The comments section of the form is for providing Caltrans with any additional information related to the DVBE payments. Contractors must complete all columns for acceptance of the form. The contractor and the resident engineer sign and date the form indicating the information provided is complete and correct.

8-59

PART8/COUNTY

IV OT

E IS T HE

NT Y C OU

OF

TH

DIEGO SAN

MD I C C CL

B L I C GOO D PU

B E NO L E ST

M

Y OF SA N D I E T N U GO CO

PROJECT FUNDING SOURCE: HIGHWAY USERS TAX ACT (HUTA) ADMINISTERED BY COUNTY OF SAN DIEGO DEPARTMENT OF PUBLIC WORKS

MOUNTING DETAIL

COUNTY OF SAN DIEGO DEPARTMENT OF PUBLIC WORKS 5500 OVERLAND AVENUE, SAN DIEGO, CA 92123-1295

PROJECT IDENTIFICATION SIGN 8-60

PART8/COUNTY

8-61

PART8/COUNTY

8-62

PART8/COUNTY

8-63

PART8/COUNTY

8-64

PART8/COUNTY

8-65

PART8/COUNTY

8-66

PART8/COUNTY

8-67

PART8/COUNTY

8-68

PART8/COUNTY

8-69

PART8/COUNTY

8-70

PART8/COUNTY

8-71

PART8/COUNTY

8-72

PART8/COUNTY

8-73

PART8/COUNTY

8-74

PART8/COUNTY

8-75

PART8/COUNTY

8-76

PART8/COUNTY

8-77

PART8/COUNTY

8-78

PART8/COUNTY

8-79

PART8/COUNTY

8-80

PART8/COUNTY

8-81

PART8/COUNTY

8-82

PART8/COUNTY

8-83

PART8/COUNTY

8-84

PART8/COUNTY

8-85

PART8/COUNTY

8-86

PART8/COUNTY