1715-12 little fuller road bid book website
TRANSCRIPT
State of California
County of Tuolumne
Community Resources Agency
July 2020
Notice to Bidders, Special Provisions,
Proposal, and Contract (Bid Book)
Emergency Storm Damage Repair Construction on Little Fuller
Road
Contract No. 1715-12
For use in connection with State of California Department of Transportation
Standard Specifications and Standard Plans dated 2015,
Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished.
For an electronic version of this document, go to: http://www.tuolumnecounty.ca.gov
(Click on “Bids, RFP’s & RFQ’s” in the Business section)
Copy No.
Table of Contents i
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
TABLE OF CONTENTS
TABLE OF CONTENTS ............................................................................................................................... i
NOTICE TO BIDDERS ............................................................................................................................... 1
STANDARD PLANS LIST .......................................................................................................................... 5
DIVISION I GENERAL PROVISIONS ...................................................................................................... 8
SECTION 1 GENERAL ............................................................................................................................... 8
SECTION 2 BIDDING ............................................................................................................................... 10
SECTION 3 CONTRACT AWARD AND EXECUTION ......................................................................... 15
SECTION 4 SCOPE OF WORK ................................................................................................................ 19
SECTION 5 CONTROL OF WORK.......................................................................................................... 22
SECTION 6 CONTROL OF MATERIALS ............................................................................................... 29
SECTION 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ................................... 31
SECTION 8 PROSECUTION AND PROGRESS ..................................................................................... 41
SECTION 9 PAYMENT ............................................................................................................................ 43
DIVISION II GENERAL CONSTRUCTION ............................................................................................ 49
SECTION 10 GENERAL ........................................................................................................................... 49
SECTION 11 WELDING ........................................................................................................................... 49
SECTION 12 TEMPORARY TRAFFIC CONTROL ................................................................................ 49
SECTION 13 WATER POLLUTION CONTROL .................................................................................... 50
SECTION 14 ENVIRONMENTAL STEWARDSHIP .............................................................................. 53
SECTION 15 EXISTING FACILITIES ..................................................................................................... 53
SECTION 16 TEMPORARY FACILITIES ............................................................................................... 53
DIVISION III EARTHWORK AND LANDSCAPE ................................................................................. 54
SECTION 17 GENERAL ........................................................................................................................... 54
SECTION 18 DUST PALLIATIVES ......................................................................................................... 54
SECTION 19 EARTHWORK .................................................................................................................... 54
SECTION 20 LANDSCAPE ...................................................................................................................... 55
SECTION 21 EROSION CONTROL......................................................................................................... 55
SECTION 22 FINISHING ROADWAY .................................................................................................... 55
DIVISION IV SUBBASES AND BASES ................................................................................................. 57
SECTION 23 GENERAL ........................................................................................................................... 57
SECTION 24 STABILIZED SOILS........................................................................................................... 57
SECTION 25 AGGREGATE SUBBASES ................................................................................................ 57
SECTION 26 AGGREGATE BASES ........................................................................................................ 57
SECTION 27 CEMENT TREATED BASES ............................................................................................. 58
SECTION 28 CONCRETE BASES ........................................................................................................... 58
SECTION 29 TREATED PERMEABLE BASES ..................................................................................... 58
SECTION 30 RECLAIMED PAVEMENT ................................................................................................ 58
SECTIONS 31-35 RESERVED.................................................................................................................. 58
DIVISION V SURFACING AND PAVEMENTS ..................................................................................... 59
SECTION 36 GENERAL ........................................................................................................................... 59
SECTION 37 BITUMINOUS SEALS ....................................................................................................... 59
SECTION 38 RESERVED ......................................................................................................................... 59
SECTION 39 ASPHALT CONCRETE ...................................................................................................... 59
SECTION 40 CONCRETE PAVEMENT ................................................................................................ 130
SECTION 41 EXISTING CONCRETE PAVEMENT............................................................................. 130
SECTION 42 GROOVE AND GRIND CONCRETE .............................................................................. 130
SECTIONS 43-44 RESERVED................................................................................................................ 130
DIVISION VI STRUCTURES ................................................................................................................. 131
Table of Contents ii
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 45 GENERAL ......................................................................................................................... 131
SECTION 46 GROUND ANCHORS AND SOIL NAILS ...................................................................... 131
SECTION 47 EARTH RETAINING SYSTEMS ..................................................................................... 131
SECTION 48 TEMPORARY STRUCTURES ......................................................................................... 131
SECTION 49 PILING ............................................................................................................................... 131
SECTION 50 PRESTRESSING CONCRETE ......................................................................................... 132
SECTION 51 CONCRETE STRUCTURES ............................................................................................ 132
SECTION 52 REINFORCEMENT .......................................................................................................... 132
SECTION 53 SHOTCRETE ..................................................................................................................... 132
SECTION 54 WATERPROOFING.......................................................................................................... 132
SECTION 55 STEEL STRUCTURES ..................................................................................................... 133
SECTION 56 OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES ............................... 133
SECTION 57 WOOD AND PLASTIC LUMBER STRUCTURES ........................................................ 133
SECTION 58 SOUND WALLS ............................................................................................................... 133
SECTION 59 STRUCTURAL STEEL COATINGS ............................................................................... 133
DIVISION VII DRAINAGE FACILITIES .............................................................................................. 135
SECTIONS 62-63 RESERVED................................................................................................................ 135
SECTION 64 PLASTIC PIPE .................................................................................................................. 135
SECTION 65 CONCRETE PIPE ............................................................................................................. 135
SECTION 66 CORRUGATED METAL PIPE ........................................................................................ 135
SECTION 67 STRUCTURAL PLATE CULVERTS............................................................................... 136
SECTION 68 SUBSURFACE DRAINS .................................................................................................. 136
SECTION 69 OVERSIDE DRAINS ........................................................................................................ 136
SECTION 70 MISCELLANEOUS DRAINAGE FACILITIES .............................................................. 136
SECTION 71 EXISTING DRAINAGE FACILITIES ............................................................................. 136
DIVISION VIII MISCELLANEOUS CONSTRUCTION ....................................................................... 138
SECTION 72 SLOPE PROTECTION ...................................................................................................... 138
SECTION 73 CONCRETE CURBS AND SIDEWALK ......................................................................... 138
SECTION 74 PUMPING EQUIPMENT AND CONTROLS .................................................................. 138
SECTION 75 MISCELLANEOUS METAL ............................................................................................ 138
SECTION 76 WELLS .............................................................................................................................. 139
SECTION 77 LOCAL INFRASTRUCTURE .......................................................................................... 139
SECTION 78 INCIDENTAL CONSTRUCTION .................................................................................... 139
SECTION 79 RESERVED ....................................................................................................................... 139
SECTION 80 FENCES ............................................................................................................................. 139
DIVISION IX TRAFFIC CONTROL DEVICES .................................................................................... 140
SECTION 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES ................................................... 140
SECTION 82 SIGNS AND MARKERS .................................................................................................. 140
SECTION 83 RAILINGS AND BARRIERS ........................................................................................... 140
SECTION 84 MARKINGS ...................................................................................................................... 140
SECTION 85 RESERVED ....................................................................................................................... 141
DIVISION X ELECRICAL WORK ......................................................................................................... 142
SECTION 86 GENERAL ......................................................................................................................... 142
SECTION 87 ELECTRICAL SYSTEMS ................................................................................................ 142
SECTION 88 RESERVED ....................................................................................................................... 142
DIVISION XI MATERIALS .................................................................................................................... 143
SECTION 89 AGGREGATE ................................................................................................................... 143
SECTION 90 CONCRETE ....................................................................................................................... 143
SECTION 91 PAINT ................................................................................................................................ 143
SECTION 92 ASPHALT BINDERS ........................................................................................................ 144
SECTION 93 RESERVED ....................................................................................................................... 144
Table of Contents iii
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 94 ASPHALTIC EMULSIONS .............................................................................................. 144
SECTION 95 EPOXY .............................................................................................................................. 144
SECTION 96 GEOSYNTHETICS ........................................................................................................... 144
SECTIONS 97-98 RESERVED................................................................................................................ 144
DIVISION XII BUILDING CONSTRUCTION ...................................................................................... 146
PROPOSAL .............................................................................................................................................. 148
EXHIBIT A BID SCHEDULE ............................................................................................................. 150
LIST OF SUBCONTRACTORS .......................................................................................................... 152
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ........................................................ 153
SMALL BUSINESS STATUS ............................................................................................................. 153
PUBLIC CONTRACT CODE .............................................................................................................. 154
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT ..................................................... 154
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ................................................ 154
PUBLIC CONTRACT SECTION 10232 STATEMENT .................................................................... 155
NONCOLLUSION DECLARATION .................................................................................................. 155
PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION ........................................ 156
NONLOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS ...................................... 157
DISCLOSURE OF LOBBYING ACTIVITIES ................................................................................... 158
INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES
.............................................................................................................................................................. 159
ADDENDA ACKNOWLEDGMENT .................................................................................................. 160
SECURITY ........................................................................................................................................... 160
DEBARMENT AND SUSPENSION CERTIFICATION .................................................................... 160
LIST OF PRINCIPALS ........................................................................................................................ 161
COUNTY OF TUOLUMNE BIDDER’S BOND ................................................................................. 162
CONTRACT ............................................................................................................................................. 164
PERFORMANCE BOND ..................................................................................................................... 168
PAYMENT BOND ............................................................................................................................... 170
MAINTENANCE WARRANTY BOND ............................................................................................. 172
APPENDIX A CALTRANS REVISED STANDARD SPECIFICATIONS ........................................... 174
APPENDIX B PROJECT PLANS ........................................................................................................... 176
Table of Contents iv
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
THIS PAGE INTENTIONALLY LEFT BLANK
Notice to Bidders 1
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN THAT sealed bids will be received in the office of the Tuolumne
County Department of Public Works at the A.N. Francisco Building, Third Floor, 48 West Yaney
Avenue, (mail: 2 South Green Street) Sonora, California 95370 until 2:00 p.m. on August 6, 2020
(“Bid Date”) after which said bids will be publicly opened and read in the Third Floor Conference
Room at 48 West Yaney Avenue, in accordance with the contract documents referred to as:
Emergency Storm Damage Repair for Construction on Little Fuller Road
Contract No. 1715-12
Any bid received after the time and date listed above will be returned unopened. Bids are required
for the entire work described in accordance with the provisions of the contract documents on the
proposal forms furnished therein, and in accordance with these Special Provisions and with the
Standard Specifications and Standard Plans published by the State of California Department of
Transportation (Caltrans), dated 2015.
DESCRIPTION OF WORK: The work to be done consists, in general, of replacing existing storm
damaged culvert and concrete headwall and associated roadway repairs.
The Engineer’s Estimate for this project is $861,000
PRE-BID INFORMATION AND COMMUNICATIONS: A mandatory pre-bid meeting will be
scheduled on July 28, 2020 at 9:00 a.m. in the A.N. Francisco Building, Third Floor Conference
Room, located at 48 Yaney Avenue, Sonora, California. Bidders shall address any questions in
writing to the County. The County will post the questions received, along with written responses, to
the County website, www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business
Section). It is the responsibility of the bidder to check the County website to review the
questions and responses. Except for questions that might render the award of this contract invalid,
the County will not respond to any questions submitted five days prior to the Bid Date. Any oral
responses to questions are not binding on the County. Any communications relative to this project
should be directed in writing to:
Blossom Scott-Heim, P.E.
Department of Public Works
2 South Green Street
Sonora, CA 95370
CONTRACT DOCUMENTS: Plans, specifications, proposal forms, and reduced plans for bidding
this project may be examined or obtained at the Department of Public Works at the A.N. Francisco
Building, Third Floor, 48 West Yaney Avenue, (mail: 2 South Green Street) Sonora, California
95370 until 9:00 a.m. - 12:00 p.m. and 1:00 p.m. – 3:00 p.m. Monday through Thursday or by
calling 209-533-5601. A non-refundable charge of $25.00will be made for each set of specifications
and half size plans.
Notice to Bidders 2
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
For an electronic version of this Bid Book, go to: http://www.tuolumnecounty.ca.gov (Click on
“Bids, RFP’s & RFQ’s” in the Business section). Bidders must submit bids on proposal forms
purchased from the County of Tuolumne Department of Public Works.
UNFAIR ADVANTAGE: No contractor which has provided design services for a project shall be
eligible to submit a proposal for the contract to construct the project or to subcontract for any portion
of the work. The County reserves the right to determine eligibility on a case-by-case basis.
COMPLETION OF WORK: The Bidder is referred to Section 8, “Prosecution and Progress,” of
these Special Provisions which allows Fifty (50) working days for completion of the work.
Liquidated damages of Three Thousand Five Hundred dollars ($3,500) per calendar day will be
assessed for each day of delay in completion of the work.
QUANTITY OF WORK: The quantities shown in the proposal forms are approximate only and
given as a basis for the comparison of bids. The County of Tuolumne does not expressly or by
implication assert that the actual amount of work will correspond herewith and reserves the right to
increase or decrease the amount of any portion of the work or to omit portions of the work as may be
deemed necessary.
BID SECURITY: All bids shall be accompanied by cash or a certified or cashier’s check payable to
the order of the County of Tuolumne amounting to ten percent (10%) of the bid or a bond in said
amount payable to the County as liquidated damages. Said amount shall be retained by, or said bond
shall become payable to, the County if the bidder depositing same does not, within ten (10) working
days after written notice that the contract has been awarded to it, enter into a contract with the
County.
BONDS: The successful bidder shall furnish a payment bond and a performance bond, each in the
amount of one hundred (100) percent of the contract price, and a maintenance warranty bond in an
amount equal to twenty five (25) percent of the contract price.
ADDENDUMS TO BID DOCUMENTS: The Engineer may issue addendums to the project plans
and specifications as he deems necessary to modify the project documents prior to opening of bids.
Addendums will be in writing and may modify the content of the project documents as well as the
date that bids are accepted by the County. The County will post any issued addenda to the County
website, www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business Section). It
is the responsibility of the bidder to check for any addenda.
LOCAL VENDORS: The County encourages bidders to consider using local vendors when putting
together their proposals. Be advised that the inclusion or exclusion of local vendors will not be taken
into consideration when the County reviews the submitted bid proposals.
CONTRACTOR LICENSE REQUIRED: The successful bidder, before contract award, shall
possess a current Class A or C12 Contractor license issued by the State of California Licensing
Board. Failure of the bidder to obtain the required license before award of the contract shall
Notice to Bidders 3
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
constitute a failure to execute the contract and shall result in the forfeiture of the security of the
bidder.
NON-DISCRIMINATION: The contractor, sub recipient or subcontractor shall not discriminate on
the basis of race, color, national origin, or sex in the performance of this contract. The contractor
shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-
assisted contracts. Failure by the contractor to carry out these requirements is a material breach of
this contract, which may result in the termination of this contract or such other remedy as the
recipient deems appropriate.
WAGE RATES: Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in
the County in which the work is to be done have been determined by the Director of the California
Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates
for this project, available at the County of Tuolumne Community Resources Agency and available
from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov.
The Federal minimum wage rates for this project as predetermined by the United States Secretary of
Labor are available at http://www.dot.ca.gov/hq/esc/oe/federal-wages. Addenda to modify the
Federal minimum wage rates, if necessary, will be issued to holders of the contract documents.
Future effective general prevailing wage rates which have been predetermined and are on file with
the California Department of Industrial Relations are referenced but not printed in the general
prevailing wage rates.
Attention is directed to the Federal minimum wage rate requirements in the Bid Book. If there is a
difference between the minimum wage rates predetermined by the Secretary of Labor and the
general prevailing wage rates determined by the Director of the California Department of Industrial
Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less
than the higher wage rate. The County will not accept lower State wage rates not specifically
included in the Federal minimum wage determinations. This includes “helper” (or other
classifications based on hours of experience) or any other classification not appearing in the Federal
wage determinations. Where Federal wage determinations do not contain the State wage rate
determination otherwise available for use by the Contractor and subcontractors, the Contractor and
subcontractors shall pay not less than the Federal minimum wage rate which most closely
approximates the duties of the employees in question.
DIR REGISTRATION AND NOTICE: To be qualified to bid on, be listed in a bid proposal or
engage in the performance of any public work contract subject to Labor Code section 1720,
contractors and subcontractors must be registered with the Department of Industrial Relations.
Please see http://www.dir.ca.gov/Public-Works/PublicWorks.html for more information. No contract
will be entered into without proof of the contractor’s and subcontractors’ current registration with
the Department of Industrial Relations to perform public work. If awarded a contract, the bidder and
its subcontractors, of any tier, shall maintain active registration with the Department of Industrial
Relations for the duration of the project.
Notice to Bidders 4
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations. Each contractor and subcontractor must furnish certified payroll records to the Labor
Commissioner at least monthly.
The County is required to provide notice to DIR of any public work contract subject to prevailing
wages within thirty (30) days of the award.
BUY AMERICA REQUIREMENT: Attention is directed to the “Buy America” requirements of
Title 23 United States Code, Section 313 and the regulations adopted pursuant thereto.
PAYMENT RETENTION: Upon the Contractor’s request, the County will make payment of funds
withheld from progress payments, pursuant to the requirements of Public Contract Code section
22300 if the Contractor deposits, in escrow with the County Treasurer or with a bank acceptable to
the County, securities eligible for the investment of State of California funds under Government
Code section 16430 or bank or savings and loan certificates of deposit in accordance with the
conditions of the Special Provisions.
AWARD OF CONTRACT: The award of the contract, if it is to be awarded, will be to the lowest
responsible bidder whose proposal complies with all the requirements prescribed and who has met
the goal for DBE participation or has demonstrated to the satisfaction of the County, good faith
effort to do so. Such award, if made, will be made within sixty (60) days after the opening of the
proposals, unless an extension is agreed to by the lowest responsible bidder. The award of the
contract will be subject to the availability of funds. The County of Tuolumne reserves the right to
reject any or all bids and to waive any irregularities in the bidding.
BID RIGGING: The U.S. Department of Transportation (DOT) provides a toll-free hotline to report
bid-rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent
activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week
and is confidential and anonymous. The hotline is part of the DOT’s effort to identify and investigate
highway construction contract fraud and abuse and is operated under the direction of the DOT
Inspector General.
Kim MacFarlane
Kim MacFarlane
Public Works Director
Dated: July 21, 2020
Published: July 24, 2020
Special Provisions 5
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
STANDARD PLANS LIST
The standard plan sheets applicable to this Contract include those listed below.
The applicable revised standard plans (RSPs) listed below are included in the
Information Handout.
ABBREVIATIONS, LINES, SYMBOLS, AND LEGEND
A3A Abbreviations (Sheet 1 of 3)
A3B Abbreviations (Sheet 2 of 3)
A3C Abbreviations (Sheet 3 of 3)
A10A Legend - Lines and Symbols (Sheet 1 of 5)
RSP A10B Legend - Lines and Symbols (Sheet 2 of 5)
A10C Legend - Lines and Symbols (Sheet 3 of 5)
A10D Legend - Lines and Symbols (Sheet 4 of 5)
A10E Legend - Lines and Symbols (Sheet 5 of 5)
PAVEMENT MARKERS, TRAFFIC LINES, AND PAVEMENT
MARKINGS
RSP A20A Pavement Markers and Traffic Lines - Typical Details
EXCAVATION AND BACKFILL
A62A Excavation and Backfill – Miscellaneous Details
A62F Excavation and Backfill - Metal and Plastic Culverts
OBJECT MARKERS, DELINEATORS, CHANNELIZERS, AND
BARRICADES
A73C Delineators, Channelizers and Barricades
MIDWEST GUARDRAIL SYSTEM - STANDARD RAILING
SECTIONS
RSP A77L1 Midwest Guardrail System - Standard Railing Section (Wood Post with
Wood Block)
A77M1 Midwest Guardrail System - Standard Hardware
RSP A77N1 Midwest Guardrail System - Wood Post and Wood Block Details
RSP A77N3 Midwest Guardrail System - Typical Line Post Embedment and Hinge
Point Offset Details
MIDWEST GUARDRAIL SYSTEM - END ANCHORAGE AND RAIL
TENSIONING ASSEMBLY
Special Provisions 6
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
A77S1 Midwest Guardrail System - End Anchor Assembly (Type SFT)
A77S3 Metal Railing Anchor Cable and Anchor Plate Details
MIDWEST GUARDRAIL SYSTEM - CONNECTION DETAILS AND
TRANSITION RAILING TO BRIDGE RAILINGS, ABUTMENTS AND
WALLS
A77U5 Midwest Guardrail System - Transition to Metal Beam Guardrail
DRAINAGE INLETS, PIPE INLETS AND GRATES
D75A Steel Pipe Inlets
D77A Grate Details No. 1
D77B Grate Details No. 2
CONSTRUCTION LOADS ON CULVERTS AND STRUT DETAILS
D88 Construction Loads on Culverts
FLARED END SECTIONS
D94A Metal and Plastic Flared End Sections
PIPE COUPLING AND JOINT DETAILS
D97A Corrugated Metal Pipe Coupling Details No. 1 - Annular Coupling Band
Bar and Strap and Angle Connections
D97C Corrugated Metal Pipe Coupling Details No. 3 - Helical and Universal
Couplers
D97D Corrugated Metal Pipe Coupling Details No. 4 - Hugger Coupling Bands
D97E Corrugated Metal Pipe Coupling Details No. 5 - Standard Joint
D97F Corrugated Metal Pipe Coupling Details No. 6 - Positive Joint
LANDSCAPE AND EROSION CONTROL
RSP H51 Erosion Control Details - Fiber Roll and Compost Sock
TEMPORARY CRASH CUSHIONS, RAILING AND TRAFFIC
SCREEN
T1A Temporary Crash Cushion, Sand Filled (Unidirectional)
T1B Temporary Crash Cushion, Sand Filled (Bidirectional)
T2 Temporary Crash Cushion, Sand Filled (Shoulder Installations)
T3A Temporary Railing (Type K)
T3B Temporary Railing (Type K)
TEMPORARY WATER POLLUTION CONTROL
Special Provisions 7
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
T58 Temporary Water Pollution Control Details (Temporary Construction
Entrance)
T59 Temporary Water Pollution Control Details (Temporary Concrete
Washout Facility)
BRIDGE DETAILS
RSP B0-3 Bridge Details
CHAIN LINK RAILING, CABLE RAILING AND TUBULAR HAND
RAILING
B11-47 Cable Railing
ROADSIDE SIGNS
RS1 Roadside Signs - Typical Installation Details No. 1
RS2 Roadside Signs - Wood Post - Typical Installation Details No. 2
RS4 Roadside Signs - Typical Installation Details No. 4
Special Provisions 8
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
ORGANIZATION
Special provisions are under headings that correspond with the main-section headings of the
Standard Specifications. A main-section heading is a heading shown in the table of contents of the
Standard Specifications.
Each special provision begins with a revision clause that describes or introduces a revision to the
Standard Specifications as revised by any revised standard specification.
Any paragraph added or deleted by a revision clause does not change the paragraph numbering of
the Standard Specifications for any other reference to a paragraph of the Standard Specifications.
DIVISION I GENERAL PROVISIONS
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 1
GENERAL
Attention is directed to the provisions of Section 1, “General,” of the Standard Specifications and
these Special Provisions for the general rules of interpretation.
Add to Section 1-1.01, “General”:
The work embraced herein shall be done in accordance with the Standard Specifications dated 2015,
and the Standard Plans dated 2015, of the California Department of Transportation insofar as the
same may apply and in accordance with the following Special Provisions.
In case of conflict between the Standard Specifications and these Special Provisions, the Special
Provisions shall take precedence over and be used in lieu of such conflicting portions.
Revisions to the Standard Specifications set forth in these Special Provisions shall be considered as
part of the Standard Specifications for the purposes set forth in Section 5-1.02, “Contract
Components,” of the Standard Specifications. Whenever either the phrase “Standard Specifications
is revised” or the term “Standard Specifications are revised” is used in these Special Provisions, the
indented text or table following the term shall be considered a revision to the Standard
Specifications.
In case of conflict between such revisions and the Standard Specifications, the revisions shall take
precedence over and be used in lieu of the conflicting portions.
Special Provisions 9
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Bid Items and Applicable Sections
Item
code
Item description Applicable
section
066999 CONSTRUCTION STAKING 5
Revise the following definitions in Section 1-1.07B, “Definitions” to mean:
Necessary substitutions of the legal entities in the Standard Specifications and Standard Plans shall
be hereafter noted. The intent and meaning of the terms in the proposal, contract and other contract
documents shall be interpreted accordingly as follows:
ATTORNEY GENERAL – Shall mean the County Counsel of the County of Tuolumne.
BOARD OF SUPERVISORS – Shall mean the Board of Supervisors of the County of Tuolumne.
CONTRACT/CONTRACT DOCUMENTS – Shall mean the written and executed contract between
the County of Tuolumne and the Contractor.
COUNTY - Shall mean the County of Tuolumne.
DEPARTMENT/DEPARTMENT OF TRANSPORTATION - Shall mean the County of Tuolumne.
DISTRICT - Shall mean the County of Tuolumne.
DIRECTOR/DIRECTOR OF TRANSPORTATION - Shall mean the County of Tuolumne
Department of Public Works Public Works Director or her authorized representative.
ENGINEER/OFFICE ENGINEER - Shall mean the County of Tuolumne Department of Public
Works Public Works Director or her authorized representative.
HOLIDAY – Holiday shown in the following table:
Every Sunday Every Sunday
New Year’s Day January 1st
Martin Luther King, Jr. Day 3rd Monday in January
President’s Day 3rd Monday in February
Memorial Day Last Monday in May
Independence Day July 4th
Labor Day 1st Monday in September
Veterans Day November 11th
Thanksgiving Day 4th Thursday in November
Day after Thanksgiving Day Day after Thanksgiving Day
Day before Christmas December 24th
Christmas Day December 25th
Special Provisions 10
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
If a fixed holiday falls on a Sunday, the Monday following is a holiday. If December 24th falls on a
Sunday, the Tuesday following is a holiday.
MAY - “MAY” is permissive.
MUST - "MUST" is mandatory.
SHALL - “SHALL” is mandatory.
STANDARD PLANS - Shall mean the Standard Plans published by the State of California,
Department of Transportation, dated 2015, and including Revised Standard Plans.
STANDARD SPECIFICATIONS - Shall mean the Standard Specifications published by the State of
California, Department of Transportation, dated 2015, and including Revised Standard
Specifications (RSS) and Standard Special Provisions (SSPs). Any reference therein to the State of
California or a State agency, office or officer shall be interpreted to refer to the County or its
corresponding agency, office or officer, or officer acting under this contract.
STATE - As used in the Standard Specifications and these Special Provisions, shall mean the County
of Tuolumne.
Any additional information or documents referenced in the Standard Specifications and relating to
this project, if available, may be obtained or examined at the County of Tuolumne Department of
Public Works.
Add to Section 1-1.09, “Freeze Thaw Areas”:
This project is in a freeze-thaw area.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 2
BIDDING
Attention is directed to the provisions of Section 2, “Bidding,” of the Standard Specifications and
these Special Provisions for the requirements and conditions related to the preparation and
submission of the bid.
Add to Section 2-1.01, “General”:
Bids shall be submitted in a sealed envelope clearly marked “BID – DO NOT OPEN,” along with
the name and address of the bidder, the title of the project, and the date and time of the bid opening.
Any bid received after the time and date listed in the Notice to Bidders will be returned unopened.
Special Provisions 11
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The bidder's bond shall conform to the bond form in the Bid book for the project and shall be
properly filled out and executed. The bidder’s bond form included in that book may be used.
In conformance with Public Contract Code section 7106, a Noncollusion Declaration is included in
the Bid book. Signing the Bid book also constitutes signature of the Noncollusion Declaration.
The Contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The Contractor shall carry out applicable
requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration
of US DOT assisted contracts. Failure by the Contractor to carry out these requirements is a material
breach of this contract, which may result in the termination of this contract or such other remedy, as
the recipient deems appropriate. Each subcontract signed by the bidder shall include this assurance.
Failure of the bidder to fulfill the requirements of these Special Provisions for submittals required to
be furnished after bid opening, including, but not limited to, escrowed bid documents, where
applicable, may subject the bidder to a determination of the bidder’s responsibility in the event it is
the apparent low bidder on future County contracts.
Replace Section 2-1.02, “Bid Ineligibility” with:
A firm that has provided architectural or engineering services to the County for this contract before
bid submittal for this contract is prohibited from any of the following:
1. Submitting a bid
2. Subcontracting for a part of the work
Replace Section 2-1.03, “Contractor Registration” with:
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to
bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered
with the Department of Industrial Relations. No contract will be entered into without proof of the
contractor’s and subcontractors’ current registration with the Department of Industrial Relations to
perform public work. If awarded a contract, the bidder and its subcontractors, of any tier, shall
maintain active registration with the Department of Industrial Relations for the duration of the
project. To this end, bidder shall sign and submit with its proposal the Public Works Contractor
Registration Certification on the form provided, attesting to the facts contained therein. Failure to
submit this form may render the proposal non-responsive. In addition, each bidder shall provide the
registration number for each listed subcontractor in the space provided in the List of Subcontractors
form.
Replace Section 2-1.04, “Prebid Outreach Meeting” with:
The County will conduct a mandatory pre-bid meeting for this contract. The purpose of the meeting
is to provide small businesses the opportunity to meet and interact with prospective bidders and
increase their participation in the performance of contracts.
Special Provisions 12
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Each bidder shall attend the mandatory pre-bid meeting. The bidder's representative shall be a
company officer, project superintendent, or project estimator. For a joint venture, one of the parties
shall attend the mandatory pre-bid meeting. The County will not accept a bid from a bidder who did
not attend the meeting.
A sign-up sheet shall be used to identify the attendees. Each bidder is required to include the name
and title of the company representative attending the mandatory pre-bid meeting.
The County may hold a single pre-bid meeting for more than one contract. Sign the sign-up sheet for
the contract you intend to bid on. If you are bidding on multiple contracts, sign each sign-up sheet
for each contract you intend to bid on. The sign-in sheets, with the names of all companies in
attendance at each prebid meeting, will be made available at the website shown on the Notice to
Bidders for bidder inquiries.
The successful bidder is required to report each small business hired to work on this contract as a
result of the mandatory pre-bid meeting.
Add Section 2-1.05, “Requirements”:
2-1.05A Public Contract Code
The Contractor shall complete and endorse of the following Public Contract Code requirements:
• Public Contract Code section 10285.1 Statement
• Public Contract Code section 10162 Questionnaire
• Public Contract Code section 10232 Statement
• Non-collusion Declaration, Title 23, United States Code, section 112, and Public
Contract Code section 7106. Signing the proposal also constitutes signature of the
Noncollusion Declaration.
• Equal Employment Opportunity Certification
2-1.05B Addenda
Any addenda issued by the Engineer during the time of bidding or forming a part of the documents
issued to the bidder for preparation of its bid, shall be covered in the bid and shall be a part of the
contract. The County will post any issued addenda to the County website,
www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business Section). Receipt of
all addenda shall be acknowledged on the bid proposal form in the space provided therefor. It is the
responsibility of the bidder to check for any addenda.
2-1.05C Federal Lobbying Restrictions
Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the
recipient or any lower tier sub recipient of a Federal-aid contract to pay for any person for
influencing or attempting to influence a Federal agency or Congress in connection with the awarding
of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any
cooperative agreement.
Special Provisions 13
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
If any funds other than Federal funds have been paid for the same purposes in connection with this
Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a
completed disclosure form as part of the bid documents.
A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal
agency is included in the proposal. Standard Form - LLL, “Disclosure of Lobbying Activities,” with
instructions for completion of the Standard Form is also included in the proposal. Signing the
proposal also constitutes signature of the certification.
The above referenced certification and disclosure of lobbying activities shall be included in each
subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not
certifications, shall be forwarded from tier to tier until received by the Engineer.
The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end
of each calendar quarter in which there occurs any event that requires disclosure or that materially
affects the accuracy of the information contained in any disclosure form previously filed by the
Contractor, subcontractors and any lower-tier contractors. An event that materially affects the
accuracy of the information reported includes:
1. A cumulative increase of $25,000 or more in the amount paid or expected to be paid for
influencing or attempting to influence a covered Federal action; or
2. A change in the person(s) or individual(s) influencing or attempting to influence a
covered Federal action; or
3. A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt
to influence a covered Federal action.
Replace Section 2-1.06, “Bid Documents” with:
The Notice to Bidders and Special Provisions includes the Notice to Bidders, Revised Standard
Specifications, and these Special Provisions.
Plans, specifications and proposal forms for bidding this project may be examined or obtained at the
County of Tuolumne Department of Public Works, located at 48 West Yaney Avenue (mail to: 2 S.
Green St.), Sonora, California 95370 (209-533-5633).
Bidders must submit bids on proposal forms purchased from the County of Tuolumne Department of
Public Works.
Add between the 1st and 2nd paragraphs of Section 2-1.06B, “Supplemental Project
Information”:
The County makes the following supplemental project information available:
Supplemental Project Information
Special Provisions 14
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Means Description
Included in the Information Handout Applicable Revised Standard Plans
PLAC – PLAC Summary
The Information Handout is available on the County’s website at:
http://www.tuolumnecounty.ca.gov (Click on “Bids, RFP’s & RFQ’s” in the Business section).
Replace the 3rd paragraph of Section 2-1.06B, “Supplemental Project Information” with:
The Informational Handout is available, you may view it on the County’s website,
www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business Section).
Add to Section 2-1.10, “Subcontractor List”:
The bidder shall list in the Bid book the name, the location of the place of business, the California
contractor license, and DIR registration number of each subcontractor to whom the bidder proposes
to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid
or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair
Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder’s attention is
invited to other provisions of the Act related to the imposition of penalties for a failure to observe its
provisions by using unauthorized subcontractors or by making unauthorized substitutions. The list of
subcontractors shall also set forth the portion of work that will be done by each subcontractor listed.
A sheet for listing the subcontractors, as required herein, is included in the proposal.
Delete Section 2-1.12, “Disadvantage Business Enterprise (DBE)” in its entirety
Delete Section 2-1.15, “Disabled Veteran Business Enterprises” in its entirety
Delete Section 2-1.27, “California Companies” in its entirety
Delete Section 2-1.31, “Opt out of Payment Adjustments for Price Index Fluctuations” in its
entirety
Replace Section 2-1.33A, “General” with:
Complete the forms in the Bid Book.
Use the forms provided by the County except as otherwise specified for a bidder’s bond.
Failure to submit the forms and information as specified may result in a nonresponsive bid.
Special Provisions 15
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
If an agent other than the authorized corporate officer or a partnership member signs the bid, file a
Power of Attorney with the County either before opening bids or with the bid. Otherwise, the bid
may be nonresponsive.
Delete Section 2-1.33B, “Electronic Bids” in its entirety
Replace Section 2-1.34, “Bidder Security” with:
Submit one of the following forms of bidder's security equal to at least ten (10) percent of the bid:
1. Cash
2. Cashier's check
3. Certified check
4. Signed bidder's bond by an admitted surety insurer
Bid bonds shall be underwritten by an admitted surety. The County reserves the right to satisfy itself
as to the acceptability of the surety.
Replace Section 2-1.40, “Bid Withdrawal” with:
The County may waive any informalities or minor defects or reject all bids. Any bid may be withdrawn
before the bid opening. No bidder may withdraw a bid within sixty (60) days after the bid opening
date. If the contract cannot be awarded within the specified period, the time may be extended by mutual
agreement between the County and the bidder.
Section 2-1.50, “Bid Rigging” applies to this federal-aid project
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 3
CONTRACT AWARD AND EXECUTION
Attention is directed to the provisions of Section 3, “Contract Award and Execution,” of the
Standard Specifications and these Special Provisions for the requirements and conditions relating to
contract award and execution.
Add to Section 3-1.01, “General”:
The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid
complies with all the requirements prescribed.
The contract shall be executed by the successful bidder and shall be returned, together with the
contract bonds, to the County so that it is received within five (5) days, not including Saturdays and
Special Provisions 16
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
holidays, after the bidder has received the contract for execution. Failure to do so shall constitute just
cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to
the following address:
Attn: Engineering Division
Department of Public Works
2 South Green Street
Sonora, CA 95370
Add to Section 3-1.02A, “General”:
The estimated quantities listed in the Bid are approximate and for the basis of award of Contract.
Payment will be made on the measurement of the work actually performed by the contractor. The
County reserves the right to increase or decrease the amount of any class of work as may be deemed
necessary and as stated in Section 9-1.06.
When the Bid for the work is to be submitted on a lump sum basis, a single lump sum price must be
submitted in the appropriate place. The total amount to be paid the contractor must be the amount of
the lump sum in the Bid, as adjusted for additions or deletions resulting from changes in
construction. After award of Contract, the contractor will break down and submit the lump sum Bid
into unit prices for the various portions to be completed.
Replace Section 3-1.04, “Contract Award” with:
Any bidder submitting a bid proposal to the County may file a protest of the County’s intent to
award the contract provided that each and all of the following are complied with:
A. The bid protest is in writing;
B. The bid protest is filed and received by the Clerk of the Board of Supervisors not more than
five (5) calendar days following the date of issuance of the County’s Notice of Intent to
Award the Contract; and
C. The written bid protest sets forth, in detail, all grounds for the bid protest, including without
limitation all facts, supporting documentation, legal authorities and argument in support of
the grounds for the bid protest; any matters not set forth in the written bid protest shall be
deemed waived. All factual contentions must be supported by competent, admissible and
creditable evidence.
Any bid protest not conforming with the foregoing shall be rejected by the County as invalid.
Provided that a bid protest is filed in strict conformity with the foregoing, the County Engineer or
such individual(s) as may be designated by her, shall review and evaluate the basis of the bid protest.
Either the County Engineer or other individual designated by her shall provide the bidder submitting
the bid protest with a written statement concurring with or denying the bid protest. The County
Board of Supervisors will render a final determination and disposition of a bid protest by taking
action to adopt, modify or reject the disposition of a bid protest as reflected in the written statement
of the County Engineer or his designee.
Special Provisions 17
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Action by the County Board of Supervisors relative to a bid protest shall be final and not subject to
appeal or reconsideration by the County, any employee or officer of the County or the County Board
of Supervisors. The rendition of a written statement by the County Engineer or her designee and
action by the County Board of Supervisors to adopt, modify or reject the disposition of the bid
protest reflected in such written statement shall be express conditions precedent to the institution of
any legal or equitable proceedings relative to the bidding process, the County’s intent to award the
contract, the County’s disposition of any bid protest or the County’s decision to reject all bid
proposals. In the event that any such legal or equitable proceedings are instituted and the County is
named as a party thereto, the prevailing party(ies) shall recover from the other party(ies), as costs, all
attorneys’ fees and costs incurred in connection with any such proceeding, including any appeal
arising therefrom.
Bid protests are to be delivered to the following address:
County of Tuolumne
Board of Supervisors
2 South Green Street
Sonora, CA 95370
The award of the contract is subject to the availability of funds.
All bids will be compared on the basis of the Engineer’s Estimate of the quantities of work to be
done.
The award of contract, if it is awarded, will be to the lowest responsible bidder whose proposal
complies with all the requirements prescribed and will be made within sixty (60) days of bid
opening, unless an extension is agreed to by the lowest responsible bidder.
Replace Section 3-1.05, “Contract Bonds (Pub Contract Code §§ 10221 and 10222)” in its
entirety with:
The successful bidder shall furnish three bonds:
1. Payment bond, to secure the payment of claims of laborers, workers, mechanics or
material men providing goods, labor, or services under the contract. This bond must be
equal to at least 100 percent of the total bid.
2. Performance bond shall guarantee the faithful performance of the contract. This bond
must be equal to at least 100 percent of the total bid.
3. Maintenance warranty bond shall continue for one year after acceptance of the work by
the Board of Supervisors. This bond must be equal to at least 25 percent of the total bid.
The form for each bond is included after the sample contract.
Special Provisions 18
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Any alterations, extensions of time, extra and additional work, and other changes authorized by these
specifications or any part of the contract may be made without securing the consent of the surety or
sureties on the contract bonds.
The following documents shall be submitted with the bonds:
A. Printing out information from the website of the Department of Insurance confirming the
surety is an admitted surety insurer and attaching it to the bond.
B. Obtaining a certificate from the county clerk that confirms the surety is an admitted
insurer and attaching it to the bond.
Add to Section 3-1.06, “Contractor’s License”:
Prior to award of the contract, the Contractor shall possess a Class A or C12 Contractor License
issued by the State of California Contractor’s Licensing Board. Failure of the bidder to obtain the
required license before award of the contract constitutes a failure to execute the contract and shall
result in the forfeiture of the security of the bidder.
Add to Section 3-1.07, “Insurance Policies”:
Attention is directed to Section 7-1.06, “Insurance,” of these Special Provisions for the requirements
and conditions relating to insurance.
Replace Section 3-1.13, “Form FHWA-1273” in its entirety with:
Form FHWA-1273, “Federal Requirements for Federal-Aid Construction Contracts,” is not
applicable to this project. 2 CFR Sections 200.326 and 2 CFR Part 200, Appendix II, “Required
Contract Clauses” shall apply to this contract.
Add to Section 3-1.18, “Contract Execution”:
The successful bidder must sign the Contract form.
Deliver to the County of Tuolumne, Department of Public Works at 2 South Green Street Sonora CA
95370:
1. Signed Contract form, including the attached form FHWA-1273
2. Contract bonds
3. Documents identified in section 3-1.07
The County must receive these documents before the 10th business day after the bidder receives the
contract.
The bidder's security may be forfeited for failure to execute the contract within the time specified
(Pub Contract Code §§ 10181, 10182, and 10183).
Special Provisions 19
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 4
SCOPE OF WORK
Attention is directed to the provisions of Section 4, “Scope of Work,” of the Standard Specifications
and these Special Provisions for the requirements and conditions related to the scope of work.
Add to Section 4-1.03, “Work Description”:
Payment for the work shall be considered as the price of various bid items shown in Exhibit A (Bid
Schedule), and paid in accordance with the Standard Specifications and these Special Provisions, as
applicable.
The Contractor shall submit details for any proposed maintenance or construction procedures that
differ substantially from those set forth in the contract documents. The Contractor shall not use any
alternative procedures, except as authorized by an approved change order.
Add to Section 4-1.06, “Differing Site Conditions”:
a. Differing Site Conditions
1. During the progress of the work, if subsurface or latent physical conditions are
encountered at the site differing materially from those indicated in the contract or if
unknown physical conditions of an unusual nature, differing materially from those
ordinarily encountered and generally recognized as inherent in the work provided for in
the contract, are encountered at the site, the party discovering such conditions shall
promptly notify the other party in writing of the specific differing conditions before the
site is disturbed and before the affected work is performed.
2. Upon written notification, the engineer will investigate the conditions, and if it is
determined that the conditions materially differ and cause an increase or decrease in the
cost or time required for the performance of any work under the contract, an adjustment,
excluding anticipated profits, will be made and the contract modified in writing
accordingly. The engineer will notify the contractor of the determination whether or not
an adjustment of the contract is warranted.
3. No contract adjustment which results in a benefit to the contractor will be allowed unless
the contractor has provided the required written notice.
4. No contract adjustment will be allowed under this clause for any effects caused on
unchanged work. (This provision may be omitted by the Local Agency, at their option.)
Special Provisions 20
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
b. Suspensions of Work Ordered by the Engineer
1. If the performance of all or any portion of the work is suspended or delayed by the
engineer in writing for an unreasonable period of time (not originally anticipated,
customary, or inherent to the construction industry) and the contractor believes that
additional compensation and/or contract time is due as a result of such suspension or
delay, the contractor shall submit to the engineer in writing a request for adjustment
within 7 calendar days of receipt of the notice to resume work. The request shall set forth
the reasons and support for such adjustment.
2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees
that the cost and/or time required for the performance of the contract has increased as a
result of such suspension and the suspension was caused by conditions beyond the
control of and not the fault of the contractor, its suppliers, or subcontractors at any
approved tier, and not caused by weather, the engineer will make an adjustment
(excluding profit) and modify the contract in writing accordingly. The contractor will be
notified of the engineer's determination whether or not an adjustment of the contract is
warranted.
3. No contract adjustment will be allowed unless the contractor has submitted the request
for adjustment within the time prescribed.
4. No contract adjustment will be allowed under this clause to the extent that performance
would have been suspended or delayed by any other cause, or for which an adjustment is
provided or excluded under any other term or condition of this contract.
c. Significant Changes in the Character of Work
1. The engineer reserves the right to make, in writing, at any time during the work, such
changes in quantities and such alterations in the work as are necessary to satisfactorily
complete the project. Such changes in quantities and alterations shall not invalidate the
contract nor release the surety, and the contractor agrees to perform the work as altered.
2. If the alterations or changes in quantities significantly change the character of the work
under the contract, whether such alterations or changes are in themselves significant
changes to the character of the work or by affecting other work cause such other work to
become significantly different in character, an adjustment, excluding anticipated profit,
will be made to the contract. The basis for the adjustment shall be agreed upon prior to
the performance of the work. If a basis cannot be agreed upon, then an adjustment will be
made either for or against the contractor in such amount as the engineer may determine to
be fair and equitable.
3. If the alterations or changes in quantities do not significantly change the character of the
work to be performed under the contract, the altered work will be paid for as provided
elsewhere in the contract.
Special Provisions 21
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
4. The term “significant change” shall be construed to apply only to the following
circumstances:
• When the character of the work as altered differs materially in kind or nature from
that involved or included in the original proposed construction; or
• When a major item of work, as defined elsewhere in the contract, is increased in
excess of 125 percent or decreased below 75 percent of the original contract
quantity. Any allowance for an increase in quantity shall apply only to that
portion in excess of 125 percent of original contract item quantity, or in case of a
decrease below 75 percent, to the actual amount of work performed.
Replace Section 4-1.06B, “Contractor’s Notification” in its entirety with:
Provide notification in writing promptly and before disturbing affected area for any of the following:
1. Subsurface or latent physical conditions are encountered at the site differing materially
from those indicated in the contract.
2. Unknown physical conditions of an unusual nature differing materially from those
ordinarily encountered and generally recognized as included in the work provided for in
the contract are encountered at the site. Upon written notification the Engineer will investigate the conditions, and if the Engineer
determines the conditions materially differ and cause an increase or decrease in the cost or item
required for the performance of any work under the contract, an adjustment, excluding loss of
anticipated profits, will be made and the contract modified. The Engineer will notify you of her
determination whether or not an adjustment of the contract is warranted.
You will be allowed 15 days from notification of determination to file a notice of potential claim as
allowed under Section 5-1.43, otherwise the Engineer's determination will be deemed to have been
accepted by you as correct.
The notice of potential claim must state how your position differs from the Engineer's determination
and you must provide any additional information obtained by you, including but not limited to
additional geotechnical data. Supplementary information, obtained by you subsequent to the filing of
the notice of potential claim, must be submitted to the Engineer in an expeditious manner.
No contract adjustment which results in a benefit to you will be allowed unless you provide the required written notice. Any contract adjustment warranted due to differing site conditions will be made under the provisions in Section 4-1.05.
Add to Section 4-1.13, “Cleanup”:
Special Provisions 22
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The Contractor shall leave the job site neat and presentable after each working day. All materials,
equipment, tools etc. shall be properly secured to provide public safety to nearby building for public
uses.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 5
CONTROL OF WORK
Attention is directed to the provisions of Section 5, “Control of Work,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to the control
of work.
Add to Section 5-1.02, “Contract Components”:
Your subcontract and any lower tier subcontract must include the "Required Contract Provisions
Federal-Aid Construction Contracts" under Section 7-1.11 of the Standard Specifications.
Noncompliance must be corrected. Payment for subcontracted work involved will be withheld from
progress payments due, or that become due, until correction is made. Failure to comply may result in
termination of the contract.
Add to Section 5-1.03, “Engineer’s Authority”:
The Contractor is authorized to take direction only from the Engineer or his Designated Project
Representative(s) who shall be named by the Engineer prior to the start of work.
Add to Section 5-1.09, “Partnering”:
The Contractor may request the formation of a “Partnering” relationship as specified in Section 5-
1.09, “Partnering,” of the Standard Specifications.
The establishment of a “Partnering” relationship is subject to approval by the Engineer and will not
change or modify the terms and conditions of the contract and will not relieve either party of the
legal requirements of the contract.
Add to Section 5-1.13A, “Subcontracting”:
Attention is directed to the provisions of Section 5-1.13, “Subcontracting,” of the Standard
Specifications. Attention is also directed to the provisions of Section 2, “Bidding,” and Section 3,
“Contract Award and Execution,” of the Standard Specifications and these Special Provisions.
Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor Commissioner publishes
and distributes a list of contractors ineligible to perform work as a subcontractor on a public works
project. This list of debarred contractors is available from the Department of Industrial Relations
website at http://www.dir.ca.gov/dlse/debar.html.
Special Provisions 23
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Your subcontractors will perform the work and supply the materials they are listed for unless you
have prior written authorization to perform the work with other forces or obtain the materials from
other sources.
Notify the Engineer of any changes to the DBE participation prior to the start of the DBE
contractor’s work.
Replace the fifth paragraph in Section 5-1.13A, “General” with:
Perform work equaling at least 50 percent of the value of the original total bid with your employees
and with equipment you own or rent, with or without operators.
Add to Section 5-1.13J, “Prompt Progress Payment to Subcontractors”:
A prime contractor or subcontractor shall pay any subcontractor not later than seven (7) days of
receipt of each progress payment in accordance with the provisions in Section 7108.5 of the
Business and Professions Code concerning prompt payment to subcontractors. The 7-day period is
applicable unless a longer period is agreed to in writing. Any violation of Section 7108.5 shall
subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that
section. This requirement shall not be construed to limit or impair any contractual, administrative, or
judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute
involving late payment or nonpayment by the prime contractor, deficient subcontract performance,
or noncompliance by a subcontractor. This provision applies to both DBE and non-DBE
subcontractors.
Add to Section 5-1.13K, “Prompt Payment of Funds Withheld to Subcontractors”:
The Contractor shall return all moneys withheld in retention from the subcontractor within thirty
(30) days after receiving payment for work satisfactorily complete, even if the other contract work is
not completed and has not been accepted in conformance with Section 5-1.46, “Final Inspection and
Contract Acceptance,” of the Standard Specifications. Federal law (49 CFR 26.29) requires that any
delay or postponement of payment over thirty (30) days may take place only for good cause and with
the County’s prior written approval. Any violation of this provision shall subject the violating prime
contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5
of the Business and Professions Code. Those requirements shall not be construed to limit or impair
any contractual, administrative, or judicial remedies otherwise available to the Contractor or
subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or
deficient subcontract performance or noncompliance by a subcontractor. This provision applies to
both DBE and non-DBE prime contractors and subcontractors.
Add to Section 5-1.16, “Representative”:
The Contractor shall personally supervise the work under the contract or shall designate in writing to
the County the name of its representative who shall at all times be present at the site of the work.
The authorized representative shall have full authority to direct the work and shall receive and obey
Special Provisions 24
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
orders from the County. The Contractor shall provide the County one (1) week’s written notice of
change to authorized representative.
Add to Section 5-1.20B, “Permits, Licenses, Agreement, and Certifications”:
The following permits have been obtained from the agencies indicated:
Permit: 401 Water Quality Certification Agency: Central Valley Regional Water Quality
Control Board
A copy of the permit is included in the information handout.
The Contractor shall fully inform itself of and abide by the requirements of these permits and
agreements, as well as all rules, regulations, and conditions that may govern its operations in relation
thereto, and shall conduct its operations accordingly. The Contractor shall cooperate with inspectors
and representatives of these agencies as necessary to confirm compliance with permits, agreements,
and agency regulations.
Attention is directed to the provisions of Section 7-1.02, “Laws,” and Section 13, “Water Pollution
Control,” of the Standard Specifications.
Any modifications to the permits or agreements referenced in this section which are proposed by the
Contractor shall be submitted in writing to the Engineer for transmittal to the appropriate agencies
for their consideration. When the Engineer notifies the Contractor that a modification to the
agreement is under consideration, no work will be allowed which is inconsistent with the proposed
modification until the agencies take action on the proposed modifications. Compensation for delay
will be determined in accordance with Section 8-1.07, “Delays,” of the Standard Specifications.
Any modifications to any permit or agreement between the County and the permitting agencies will
be fully binding on the Contractor, and the provisions of this section shall be made a part of every
subcontract executed pursuant to this contract.
If changes to permit requirements result in an increase or decrease to the scope of work of the
project, such changes will be executed in accordance with Section 4-1.05 “Changes and Extra
Work,” of the Standard Specifications.
Add to Section 5-1.20B(1), “General”:
County Encroachment Permit
Prior to starting work within the County of Tuolumne’s right-of-way, the Contractor will be required
to obtain an Encroachment Permit through the Department of Public Works.
Encroachment permit fees are waived.
Special Provisions 25
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Full compensation for conforming to the requirements in this permit is included in the payment for
the bid items and no additional compensation will be allowed.
Add to Section 5-1.20B(4), “Contractor-Property Owner Agreement”:
The Contractor shall secure, at its own expense, any area required for plant sites, storage of
equipment or materials, or for other purposes if sufficient area is not available to it within the project
limits. Full compensation for arranging, developing and final cleanup of the site is included in the
payment for the bid items and no additional compensation will be allowed.
Add to Section 5-1.23A, “General”:
Within ten (10) days after executing the contract, but not less than fourteen (14) days before
materials are scheduled to be ordered or incorporated into the work, the Contractor shall submit mix
designs with supporting test data, required engineering calculations, public notifications, traffic
control plans, construction schedule, product literature, material samples, etc., as required in the
specifications and by the Engineer, for review by the County.
Shop drawings shall be submitted at least twenty-one (21) calendar days before approved drawings
will be required for the work. Longer review periods may be required for structural components.
Submitted materials, layouts, methods and equipment shall not be used in the work until favorably
reviewed by the Engineer. Shop drawings shall comply with Section 5-1.23B(2), “Shop Drawings,”
of the Standard Specifications.
The Contractor shall submit four (4) copies of shop drawings, product literature, etc. as required by
the Engineer. Submittals will be marked as follows:
NET - No Exceptions Taken.
MCN - Make Corrections Noted – same as NET except minor corrections shall be
made by the Contractor. No re-submittal required.
AR – Revise and Resubmit – major inconsistencies or errors to be resolved or
corrected.
RR – Rejected – Resubmit – does not conform with plans or specifications.
NET and MCN are considered favorable. Favorable review will not constitute acceptance of any
responsibility for the accuracy, coordination and completeness of the shop drawings or information
presented. Accuracy, coordination, and completeness of all submittals shall be the sole responsibility
of the Contractor, including responsibility to back check comments, corrections, and modifications.
All submittals shall be marked in the lower right hand corner of the first page in the following
format:
Submittal Number - bid item, material, specification section, and date.
Example: Submittal 1 – Item #6, Concrete, Section 10-1.24, 1/1/2017
Special Provisions 26
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The Contractor shall not begin work until the required submittals have been submitted and approved
by the Engineer. If the Contractor fails to submit the necessary documentation within the time set
forth above, the County may cancel the contract, and all obligations thereunder shall be null and
void.
All materials approved by the County on the basis of manufacturer’s data may be sampled and tested
at any time during the life of the contract. Approval of the submittals shall not relieve the Contractor
of responsibility for using material in the work which conforms to the contract requirements. Any
material not conforming to contract requirements will be subject to rejection whether in place or not.
Add Section 5-1.23D, “As-Built Drawings”:
The Contractor shall maintain one (1) set of full size prints and mark thereon any deviations from
plan dimensions, elevations, or orientations, and shall submit same in good condition to the County
upon completion of the work as a condition of acceptance of the project. Marked prints shall be
updated at least once each week and shall be available to the County for review as to the accuracy
prior to developing progress payment estimates. Final as-built drawings shall be surveyed and
stamped by a registered engineer.
Replace Section 5-1.26, “Construction Surveys” in its entirety with:
5-1.26 CONSTRUCTION SURVEYS
5-1.26A General
5-1.26A(1) Summary
Section 5-1.26 includes specifications for furnishing and setting construction stakes and markers to
establish the lines and grades required for the completion of the work and as necessary for the
Engineer to check lines, grades, alignment and elevations.
You must perform construction staking as necessary to control the work. Furnish and set
construction stakes and marks with accuracy adequate to assure that the completed work conforms to
the lines, grades, and section.
5-1.26A(2) Definitions
You must follow all procedures, methods, and typical stake markings under Chapter 12,
Construction Surveys, of the Caltrans publication “Surveys Manual.” Copies of the “Survey
Manual” may be purchased from Caltrans Publications Unit 1900 Royal Oaks Drive, Sacramento,
California 95815, (916) 445-3520.
5-1.26A(3) Submittals
You must submit all computations necessary to establish the exact position of the work from control
points. All computations, survey notes, and other records necessary to accomplish the work must be
neat, legible, and accurate. Copies of such computation, notes and other records must be furnished to
the Engineer before beginning work that requires their use.
Special Provisions 27
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Upon completion of construction staking and before acceptance of the contract, all computations,
survey notes, and other data used to accomplish the work must be submitted to the Engineer and will
become the property of the County.
5-1.26A(4) Quality Control and Assurance
Not used.
5-1.26B MATERIALS
Not used.
5-1.26C CONSTRUCTION
Construction stakes and marks (including paint marks) must be removed from the site of work when
no longer needed.
5-1.26D PAYMENT
The County pays you for construction staking as follows:
1. A total of 90 percent of the item total over the life of the contract.
2. The remaining 10 percent, for a total of 100 percent of the item total, upon
submission of final computations, notes and other data.
Add to Section 5-1.31, “Job Site Appearance”:
Contractor shall contact the Tuolumne County Solid Waste Division for the most recent State
Diversion requirements governing collection and recycling of construction waste.
Add to Section 5-1.32, “Areas for Use”:
Personal vehicles of your employees may be parked on the traveled way or shoulders, including
sections closed to traffic, if they do not interfere with the safe passage of public traffic as determined
by the Engineer.
When no longer required, restore all areas you disturb, including staging areas and temporary
construction easements areas, within the project limits to original condition.
Add between the 2nd and 3rd paragraphs of the RSS for Section 5-1.36C(3):
The utilities shown in the following table will not be rearranged. The utilities may interfere with
construction. If you want any of them rearranged or temporarily deactivated, make arrangements
with the utility owner, at your own expense.
Special Provisions 28
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Utilities Not Rearranged for Construction
Utility Location
Pacific Gas & Electric (PG&E) - Overhead Project Limits
AT&T – Overhead Project Limits
Add to Section 5-1.37, “Maintenance and Protection”:
Nothing in Section 5-1.37, “Maintenance and Protection,” of the Standard Specifications providing
for relief from maintenance and responsibility will be construed as relieving the Contractor of full
responsibility for making good defective work or materials found at any time before completion of
the one year maintenance warranty period.
Add to Section 5-1.46, “Final Inspection and Contract Acceptance”:
Upon substantial completion of the work, the Engineer shall provide a punch list to the Contractor
for items not completed as noted by the Engineer. Upon completion of all punch list items, the
Contractor shall request final inspection of the work. If work is approved as complete (including all
required forms and reports), Engineer shall proceed with recommendation of acceptance of contract.
Add to Section 5-1.47, “Guarantee”:
For a period of one year after acceptance of the work, the Contractor shall be responsible for the
repair of all defects or failures occurring in the work which are, as determined by the Engineer, due
to negligence in the manufacture and/or installation of the facility, exclusive of the operation of the
facility by the County or its agents, acts of third parties, acts of God, or acts of the common enemy.
The obligation of the Contractor under this paragraph shall be enforceable against its surety or
sureties for the Maintenance Warranty Bond under this contract, during the life of the contract and
for one year after the final acceptance of all work under the contract. The form of the bond and
surety shall be satisfactory to the County.
Replace paragraphs 9, 10, and 11 of Section 5-1.47, “Guarantee” with:
The Contractor, upon notice from the Engineer, shall promptly commence and diligently prosecute
the repair of any defects or failures that develop during the one year maintenance period. Repairs, as
may be required by the Engineer, shall be made by the Contractor in such manner as to cause the
least practicable interference with the use of the facility in service. The Contractor shall make
necessary arrangements to have competent personnel and suitable equipment available so that repairs
may be commenced within 48 hours after receipt of notice from the Engineer.
If the Contractor fails or refuses to make required repairs or replacements with due promptness and
diligence, as determined by the Engineer, the County shall have the right to make repairs and
replacements and, unless it is determined that the cost of the work is chargeable to the County or
third party, the entire cost thereof shall be paid by the Contractor and may be collected from the
Special Provisions 29
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Contractor or the Contractor’s Surety(ies) or both. The Contractor will be reimbursed by force
account for any work or materials pertaining to repairs or replacements that are found to be the
responsibility of the County.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 6
CONTROL OF MATERIALS
Attention is directed to the provisions of Section 6, “Control of Materials” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to the control
of materials.
Add to Section 6-1.01, “General”:
Materials shall not be delivered to the site in advance and stockpiled unless specifically approved by
the Engineer.
Replace Section 6-1.03, “Local Materials” in its entirety with:
Local material shall be:
1. Mineral material, including rock, sand, gravel, or earth
2. Selected material or material procured from an established commercial source
3. Procured or produced from a source in the work vicinity specifically for project use.
Contractor is responsible for testing material from an untested local source. All testing and results
shall be approved by the Engineer before local material may be used in the project.
Contractor is responsible for complying with any and all laws, codes, ordinances and permitting that
may apply to the development and use of a local source. Full compensation for developing, testing or
otherwise utilizing a local source is included in the payment for the bid items and no additional
compensation will be allowed.
Add to Section 6-1.04, “Buy America”:
This project is subject to the “Buy America” requirements of the Title 23 United States Code,
Section 313.
Furnish steel and iron materials to be incorporated into the work with certificates of compliance and
certified mill test reports. Mill test reports must indicate where the steel and iron were melted and
manufactured. Steel and iron materials must be produced in the U.S. except:
1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the
domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];
Special Provisions 30
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of
the total bid or $2,500, materials produced outside the U.S. may be used.
Production includes:
1. Processing steel and iron materials, including smelting or other processes that alter the
physical form or shape (such as rolling, extruding, machining, bending, grinding, and
drilling) or chemical composition;
2. Coating application, including epoxy coating, galvanizing, and painting, that protects or
enhances the value of steel and iron materials.
Add to Section 6-2.01A, “General”:
Quality assurance consists of Quality Control (QC), which is the responsibility of the Contractor,
and County Acceptance, which is the responsibility of the County. The County’s acceptance does
not relieve Contractor of its responsibility to provide QC.
The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply
with the Contract.
You may examine the records and reports of tests the Agency performs if they are available at the
job site. Schedule work to allow time for QAP.
Add to Section 6-2.01C, “Authorized Materials Lists”:
Caltrans maintains an Approved Materials List that may be found at
http://www.dot.ca.gov/hq/esc/approved_products_list/ or a list may be obtained from the County of
Tuolumne Department of Public Works. The Engineer shall not be precluded from sampling and
testing products on the Approved Materials List.
The Contractor shall furnish the Engineer a Certificate of Compliance from the manufacturer of
products on the Approved Materials List in conformance with the provisions in Section 6-2.03C,
“Certificates of Compliance,” of the Standard Specifications and these Special Provisions for each
material supplied.
Add to Section 6-2.03C, “Certificates of Compliance”:
All material, equipment, or other necessary items shall be of the quality specified and in no case
shall be less than commercial grade or quality.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 31
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 7
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Attention is directed to the provisions of Section 7, “Legal Relations and Responsibility to the
Public,” of the Standard Specifications, these Special Provisions and other Contract Documents for
the requirements and conditions related to legal relations and responsibility to the public.
Add after the 1st sentence of the 1st paragraph of Section 7-1.02A, “General”:
This requirement includes, but is not limited to, applicable regulations concerning employment of
labor, protection of public and employee safety and health, environmental protection, the protection
of natural resources, fire protection, burning and non-burning requirements, permits, fees, and similar
subjects.
Add to Section 7-1.02K(2), “Wages”:
The general prevailing wage rates which are determined by the Director of Industrial Relations, for
the county in which the work is to be done, are available at the County of Tuolumne Department of
Public Works and available from the California Department of Industrial Relations’ Internet web site
at http://www.dir.ca.gov. These wage rates are not included in the Bid book for the project.
Changes, if any, to the general prevailing wage rates will be available at the same location.
If future effective general prevailing wage rates have been predetermined, they are on file with the
California Department of Industrial Relations and apply to this contract.
Pursuant to Section 1773.2 of the Labor Code, the Contractor shall post the general prevailing wage
rates at a prominent place at the job site.
The Contractor shall not pay less than the minimum wage rates predetermined by the U.S. Secretary
of Labor and the general prevailing wage rates determined by the Director of the California
Department of Industrial Relations pursuant to Labor Code section 1770 et seq. If there is a
difference between the minimum wage rates for similar classifications of labor, the Contractor and
subcontractors shall pay no less than the higher wage rate. The County will not accept lower State of
California wage rates not specifically included in the Federal minimum wage determinations. This
includes “helper” (or other classifications based on hours of experience) or any other classification
not appearing in the Federal wage determinations. Where Federal wage determinations do not
contain the State of California wage determinations otherwise available for use by the Contractor
and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum
wage rate which most closely approximates the duties of the employees in question.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations. Each contractor and subcontractor must furnish certified payroll records to the Labor
Commissioner at least monthly. It is the Contractor’s sole responsibility to evaluate and pay the cost
of complying with all labor compliance requirements under this contract and applicable law.
Special Provisions 32
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Replace the 4th through 8th paragraphs of Section 7-1.02K(3), “Certified Payroll Records
(Labor Code § 1776)” with:
Submit certified payroll and your signed contractor’s acknowledgement to the Engineer.
Replace Reserved in Section 7-1.02M(2), “Fire Protection” with:
Cooperate with local fire prevention authorities in eliminating hazardous fire conditions.
Obtain the phone numbers of the nearest fire suppression agency, California Department of Forestry
and Fire Protection (Cal Fire) unit headquarters, United States Forest Service (USFS) ranger district
office, and U.S. Department of Interior (USDI) BLM field office. Submit these phone numbers to
the Engineer before the start of job site activities.
Immediately report to the nearest fire suppression agency fires occurring within the project limits.
Prevent project personnel from setting open fires that are not part of the work.
Prevent the escape of and extinguish fires caused directly or indirectly by job site activities
Except for motor trucks, truck tractors, buses, and passenger vehicles, equip all hydrocarbon-fueled
engines, both stationary and mobile, including motorcycles, with spark arresters that meet USFS
standards as specified in the Forest Service Spark Arrester Guide. Maintain the spark arresters in
good operating condition. Spark arresters are not required by Cal Fire, the BLM, or the USFS on
equipment powered by properly maintained exhaust-driven turbo-charged engines or equipped with
scrubbers with properly maintained water levels. The Forest Service Spark Arrester Guide is
available at the district offices.
Park vehicles in cleared, designated parking and staging areas only.
Each area to be cleared and grubbed shall be cleared and kept clear of flammable material such as
dry grass, weeds, brush, downed trees, oily rags and waste, paper, cartons, and plastic waste. Before
clearing and grubbing, clear a fire break at the outer limits of the areas to be cleared and grubbed.
Other fire breaks may be ordered and are change order work.
Furnish the following fire tools:
1. 1 shovel and 1 fully charged fire extinguisher UL rated at 4 B:C or more on each truck,
personnel vehicle, tractor, grader, or other heavy equipment.
2. 1 shovel and 1 backpack 5-gallon water-filled tank with pump for each welder.
3. 1 shovel or 1 chemical pressurized fire extinguisher, fully charged, for each gasoline-
powered tool, including chain saws, soil augers, and rock drills. The fire tools shall
always be within 25 feet from the point of operation of the power tool. Each fire
extinguisher shall be of the type and size required by Public Resources Code section
4431. Each shovel shall be size O or larger and at least 46 inches long.
Cal Fire, USFS, and BLM have established the following adjective class ratings for 5 levels of fire
danger for use in public information releases and fire protection signing: low, moderate, high, very
Special Provisions 33
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
high, extreme. Obtain the fire danger rating daily for the project area from the nearest Cal Fire unit
headquarters, USFS ranger district office, or BLM field office.
If a discrepancy between the fire danger ratings obtained from the nearest office of Cal Fire, USFS,
or BLM exists, you shall conduct operations according to the highest of the fire danger ratings.
If the fire danger rating reaches very high:
1. Falling of dead trees or snags shall be discontinued.
2. No open burning is permitted and fires shall be extinguished.
3. Welding shall be discontinued except in an enclosed building or within an area cleared of
flammable material for a radius of 15 feet.
4. Blasting shall be discontinued.
5. Smoking is allowed only in automobiles and cabs of trucks equipped with an ashtray or
in cleared areas immediately surrounded by a fire break unless prohibited by other
authority.
6. Vehicular travel is restricted to cleared areas except in case of emergency.
If the fire danger rating reaches extreme, take the precautions specified for a very high fire danger
rating except smoking is not allowed in an area immediately surrounded by a firebreak and work of a
nature that could start a fire requires that properly equipped fire guards be assigned to such operation
for the duration of the work.
The Engineer may suspend work wholly or in part due to hazardous fire conditions. The days during
this suspension are non–working days.
If field and weather conditions become such that the determination of the fire danger rating is
suspended, Section 7-1.02M(2) will not be enforced for the period of the suspension of the
determination of the fire danger rating. The Engineer will notify you of the dates of the suspension
and resumption of the determination of the fire danger rating.
Replace Section 7-1.05, “Indemnification” with:
Wherever the words “State of California and all officers and employees” or similar references
appear, they shall be revised to read, “the County of Tuolumne and all its elected and appointed
officials, officers, agents, employees, and volunteers”.
Indemnity Agreement
The Contractor shall indemnify, defend and hold harmless the County of Tuolumne and its
elected and appointed officials, officers, agents, employees, and volunteers, including its
consultants connected with the work, as well as all property owners that have granted
construction easements to the County for this project, from all claims, suits or actions of
every kind and description, brought forth, or on account of, injuries to or death of any person
including, but not limited to, workmen and the public, or damage to property arising out of
the Contractor’s performance of the work under the contract, except as otherwise provided by
statute. The duty of the Contractor to indemnify and hold harmless includes the duties as set
forth in Section 2778 of the Civil Code.
Special Provisions 34
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The Contractor waives any and all rights to any type of express or implied indemnity against
the County, its elected and appointed officials, officers, agents, employees, and volunteers. It
is the intent of the parties that the Contractor will indemnify, defend, and hold harmless the
County, its elected and appointed officials, officers, agents, employees, and volunteers from
any and all claims, suits or actions as set forth above regardless of the existence or degree of
fault or negligence whether active or passive, primary or secondary, on the part of the
County, the Contractor, the subcontractor or employee of any of these.
The Contractor shall indemnify, hold harmless, and defend the County of Tuolumne against
any and all actions, proceedings, penalties or claims arising out of the Contractor’s failure to
comply with the federal immigration laws.
If such indemnification becomes necessary, the County Counsel for the County shall have the
absolute right and discretion to approve or disapprove of any and all counsel employed to
defend the County. This indemnification clause shall survive the termination or expiration of
the contract.
Replace Section 7-1.06, “Insurance” with:
Wherever the words “State of California and all officers and employees” or similar references
appear, they shall be revised to read, “the County of Tuolumne and all its elected and appointed
officials, officers, agents, employees, and volunteers”.
Insurance
Before Contractor shall commence work under this contract and before any subcontractor
shall commence work under any subcontract executed pursuant to this contract, the
Contractor shall deposit or cause subcontractor to deposit a policy or binder evidencing each
insurance required by this contract with the County.
1. General Liability Insurance Coverage: The Contractor, at its own cost and expense,
shall procure and maintain during its performance of this contract, a policy of liability
insurance issued by an insurance company acceptable to the County and insuring the
County, its elected and appointed officials, officers, agents, employees and
volunteers, as additional insured, against loss or liability caused by or connected with
the performance of this contract by the Contractor, its agents, subcontractors, and
employees in amounts as set forth.
The Contractor shall provide Employer’s Liability Insurance in amounts not less than:
A. $1,000,000 for each accident for bodily injury by accident.
B. $1,000,000 policy limit for bodily injury by disease.
C. $1,000,000 for each employee for bodily injury by disease.
D $100,000 for property damage.
Special Provisions 35
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The certificate of insurance shall show coverage limits and aggregate limit applying
to premises and operations and broad form contractual (and professional liability).
The Contractor shall carry General Liability and Umbrella or Excess Liability
Insurance covering all operations by or on behalf of the Contractor providing
insurance for bodily injury liability and property damage liability for the following
limits and including coverage for:
A. Premises, operations, and mobile equipment.
B. Products and completed operations.
C. Broad form property damage (including completed operations).
D. Explosion, collapse, and underground hazards.
E. Personal injury.
F. Contractual liability.
The Contractor shall ensure that all of its subcontractors carry sufficient insurance
coverage that the Contractor deems adequate based on the size, duration, and hazards
of the subcontracted work.
The policy shall not contain the so-called “x”, “c” “u” exclusions.
This policy of insurance shall include a provision that the insurance provided by the
policy shall be primary as to any other insurance available to the additional insured.
Said Certificate of Insurance shall be in a form acceptable to the County. Copies of a
Certificate of Insurance form and Additional Insured Endorsement form may be
obtained from the County Administrative Officer, 2 South Green Street, Sonora.
The limits of liability shall be at least the amounts shown in the following table: For Each
Occurrence1
Aggregate for Products /
Completed Operation
General
Aggregate2
Umbrella or Excess
Liability3
$1,000,000 $2,000,000 $2,000,000 $5,000,000
1. Combined single limit for bodily injury and property damage.
2. This limit shall apply separately to the Contractor’s work under this contract.
3. The umbrella or excess policy shall contain a clause stating that it takes effect
(drops down) in the event the primary limits are impaired or exhausted.
2. Automobile Liability Insurance: The Contractor, at its own cost and expense, shall
procure and maintain, during its performance of this contract, insurance with a limit
of liability per occurrence of $1,000,000 for bodily injury and $100,000 for property
damage. This insurance shall cover for bodily injury and property damage and for
owned and unowned automobiles.
3. Worker’s Compensation Insurance: The Contractor, at its own cost and expense,
shall procure and maintain during its performance of this contract, a policy of
Worker’s Compensation issued by an insurance company acceptable to the County
Special Provisions 36
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
for the protection of its employees, including executive, managerial and supervisorial
employees, engaged in any work required by this contract.
4. Subcontractor’s Insurance: The Contractor shall require each subcontractor
employed by it to perform labor or furnish materials required by this contract to
procure and maintain, at subcontractor’s own cost and expense, during the
performance of such labor or the furnishing of such materials, a policy of Worker’s
Compensation or employer’s liability insurance as set forth in Item 3, above.
Cancellation of Insurance
Contractor shall provide written notice to the County at least thirty (30) days prior to
cancellation or reduction of coverage. Should any such notice be given before completion of
the work hereunder, or should any such policy be canceled before completion of said work,
the County may renew said policy or procure a new policy conforming herewith and deduct
the cost thereof from any amounts due the Contractor.
Insurance coverage in the minimum amounts set forth herein shall not be construed to relieve
the Contractor for liability in excess of such coverage, nor shall it preclude the County from
taking such other actions as are available to it under any other provision of this contract or
otherwise in law.
Add after the first paragraph to Section 7-1.11A, “General”:
Use of United States –flag vessels:
The Contractor agrees –
(1) To utilize privately owned United States-flag commercial vessels to ship at least
50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo
liners, and tankers) involved, whenever shipping any equipment, material, or
commodities pursuant to this contract, to the extent such vessels are available at fair
and reasonable rates for United States-flag commercial vessels.
(2) To furnish within 20 days following the date of loading for shipments originating
within the United States or within 30 working days following the date of loading for
shipments originating outside the United States, a legible copy of a rated, ‘on-board’
commercial ocean bill-of-lading in English for each shipment of cargo described in
paragraph (1) of this section to both the Contracting Officer (through the prime
contractor in the case of subcontractor bills-of-lading) and to the Division of National
Cargo, Office of Market Development, Maritime Administration, Washington, DC
20590.
(3) To insert the substance of the provisions of this clause in all subcontracts issued
pursuant to this contract.
Title VI Assurances
Special Provisions 37
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
During the performance of this contract, the Contractor, for itself, its assignees and
successors in interest (collectively, “Contractor”) agrees as follows:
(1) Compliance with Regulations: Contractor shall comply with the regulations
relative to nondiscrimination in federally assisted programs of the Department of
Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be
amended from time to time, (“Regulations”), which are herein incorporated by
reference and made a part of this contract.
(2) Nondiscrimination: Contractor, with regard to the work performed by it
during this contract, shall not discriminate on the grounds of race, color, sex, national
origin, religion, age, or disability in the selection and retention of sub-applicants,
including procurements of materials and leases of equipment. Contractor shall not
participate either directly or indirectly in the discrimination prohibited by Section
21.5 of the Regulations, including employment practices when this contract covers a
program set forth in Appendix B of the Regulations.
(3) Solicitations for Subcontracts, Including Procurements of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made by
Contractor for work to be performed under a subcontract, including procurements of
materials or leases of equipment, each potential sub-applicant or supplier shall be
notified by Contractor of the Contractor’s obligations under this contract and the
Regulations relative to nondiscrimination on the grounds of race, color, or national
origin.
(4) Information and Reports: Contractor shall provide all information and reports
required by the Regulations, or directives issued pursuant thereto, and shall permit
access to its books, records, accounts, other sources of information, and its facilities
as may be determined by the County, the California Department of Transportation or
FHWA to be pertinent to ascertain compliance with such Regulations or directives.
Where any information required of Contractor is in the exclusive possession of
another who fails or refuses to furnish this information, Contractor shall so certify to
the County, the California Department of Transportation or the FHWA as
appropriate, and shall set forth what efforts Contractor has made to obtain the
information.
(5) Sanctions for Noncompliance: In the event of Contractor’s noncompliance
with the nondiscrimination provisions of this contract, the County shall impose such
contract sanctions as it, the California Department of Transportation or the FHWA
may determine to be appropriate, including, but not limited to:
(a) withholding of payments to Contractor under this contract within a
reasonable period of time, not to exceed 90 days; and/or
(b) cancellation, termination or suspension of the contract, in whole or in part.
(6) Incorporation of Provisions: Contractor shall include the provisions of
paragraphs (1) through (6) in every subcontract, including procurements of materials
and leases of equipment, unless exempt by the Regulations, or directives issued
pursuant thereto.
Special Provisions 38
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Contractor shall take such action with respect to any subcontract or procurement as the
County, the California Department of Transportation or FHWA may direct as a means of
enforcing such provisions including sanctions for noncompliance, provided, however, that, in
the event Contractor becomes involved in, or is threatened with, litigation with a sub-
applicant or supplier as a result of such direction, Contractor may request the County enter
into such litigation to protect the interests of the County, the California Department of
Transportation enter into such litigation to protect the interests of the State, and, in addition,
Contractor may request the United States to enter into such litigation to protect the interests
of the United States.
Replace Section 7-1.11B, “FHWA-1273,” in its entirety with:
Section 7-1.11B, “FHWA-1273,” of the Standard Specifications is not applicable to this FEMA-
funded project. 2 CFR Section 200.326 and 2 CFR Part 200, Appendix II, “Required Contract
Clauses” apply to this project.
Attention is directed to Section 7-1.11C, “Female and Minority Goals”
Attention is directed to Section 7-1.11D, “Training”
Add Section 7-1.12, “FEMA Required Provisions”
A. 2 CFR § 200.322 Procurement of recovered materials.
(1) In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA- designated items unless the product cannot be
acquired—
(i) Competitively within a timeframe providing for compliance with the contract performance
schedule;
(ii) Meeting contract performance requirements; or
(iii) At a reasonable price.
(2) Information about this requirement, along with the list of EPA-designate items, is available at
EPA’s Comprehensive Procurement Guidelines website, https://www.epa.gov/smm/comprehensive-
procurement-guideline-cpg-program.
B. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708.)
(a) Pursuant to 40 U.S.C. § 3702, each contractor must be required to compute the wages of every
mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the
standard work week is permissible provided that the worker is compensated at a rate of not less than
one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work
week.
(b) Pursuant to 40 USC § 3704, no contractor or subcontractor contracting for any part of the
contract work shall require any laborer or mechanic employed in the performance of the contract to
work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to
Special Provisions 39
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
health or safety. These requirements do not apply to the purchases of supplies or materials or
articles ordinarily available on the open market, or contracts for transportation or transmission of
intelligence.
(c) 29 CFR 5.5(b). As used in this subsection, the terms laborers and mechanics include watchmen
and guards.
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract
work which may require or involve the employment of laborers or mechanics shall require or permit
any such laborer or mechanic in any workweek in which he or she is employed on such work to
work in excess of forty hours in such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked
in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (1) of this subsection, the contractor and any subcontractor responsible
therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be
liable to the United States (in the case of work done under contract for the District of Columbia or a
territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall
be computed with respect to each individual laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in paragraph (1) of this subsection, in the sum of $26 for
each calendar day on which such individual was required or permitted to work in excess of the
standard workweek of forty hours without payment of the overtime wages required by the clause set
forth in paragraph (1) of this subsection.
(3) Withholding for unpaid wages and liquidated damages. The County shall upon its own action or
upon written request of an authorized representative of the Department of Labor withhold or cause to
be withheld, from any moneys payable on account of work performed by the contractor or
subcontractor under any such contract or any other Federal contract with the same prime contractor,
or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards
Act, which is held by the same prime contractor, such sums as may be determined to be necessary to
satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph (2) of this subsection.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth
in paragraphs (1) through (4) of this subsection and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs
(1) through (4) of this subsection.
C. Clean Air Act and the Federal Water Pollution Control Act.
(a) Clean Air Act
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
(2) The contractor agrees to report each violation to the County and understands and agrees that the
County will, in turn, report each violation as required to assure notification to the Federal
Emergency Management Agency and the appropriate Environmental Protection Agency Regional
Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with Federal assistance provided by FEMA.
(b) Federal Water Pollution Control Act
Special Provisions 40
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
(2) The contractor agrees to report each violation to the County and understands and agrees that the
County will, in turn, report each violation as required to assure notification to the Federal
Emergency Management Agency and the appropriate Environmental Protection Agency Regional
Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with Federal assistance provided by FEMA.
D. Access to Records.
The following access to records requirements apply to this contract:
(1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General
of the United States, or any of their authorized representatives access to any books, documents,
papers, and records of the Contractor which are directly pertinent to this contract for the purposes of
making audits, examinations, excerpts, and transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the contract.
E. DHS Seal, Logo, and Flags.
The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of
DHS agency officials without specific FEMA pre- approval.
F. Compliance with Federal Law, Regulations, and Executive Orders.
This is an acknowledgement that FEMA financial assistance will be used to fund the contract only.
The contractor will comply will all applicable federal law, regulations, executive orders, FEMA
policies, procedures, and directives.
G. No Obligation by Federal Government.
The Federal Government is not a party to this contract and is not subject to any obligations or
liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting
from the contract.
H. Fraud and False or Fraudulent or Related Acts.
The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to the contractor’s actions pertaining to this contract.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 41
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 8
PROSECUTION AND PROGRESS
Attention is directed to the provisions of Section 8, “Prosecution and Progress,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
prosecution and progress.
Replace Section 8-1.02A, “General” with:
The Contractor shall submit to the Engineer a practicable progress schedule before beginning work
and within ten (10) working days of award of the contract. Contractor shall submit an updated
schedule within two (2) working days of the Engineer’s written request at any other time.
The Contractor shall furnish the schedule in Microsoft Project or comparable software. The schedule
shall be submitted both electronically and printed. The schedule shall be a time-scaled bar chart on
maximum 11 x 17 inch sheet size, to include at least:
A. Project title, project number, and federal aid number, if applicable.
B. Identifications and listing in chronological order of those activities reasonably required to
complete the work, including, but not limited to, move in and other preliminary activities,
installation of each of the payment items shown on the Bid Schedule, Exhibit “A,”
project closeout and cleanup.
C. Identify (i) horizontal time frame by calendar day, (ii) duration, early start, and
completion for each activity, and (iii) critical activities.
D. Subsequent submission: Show overall percent complete, projected, actual, and
completion progress by listed activity.
The schedule shall show the order in which the Contractor proposes to carry out the work
requirements of the contract and is subject to approval by the Engineer.
Replace Section 8-1.02D, “Payment” with:
Full compensation for preparing, furnishing, and updating schedules is included in the payment for
the bid items and no additional compensation is allowed.
Add to Section 8-1.03, “Preconstruction Conference”:
A preconstruction conference will be held at the office of the Department of Public Works for the
purpose of discussing with the Contractor the scope of work, contract drawings, specifications,
existing conditions, materials to be ordered, equipment to be used, value engineering possibilities,
and all essential matters pertaining to the prosecution of and the satisfactory completion of the
project as required. The Contractor’s representatives at this conference shall include all major
superintendents for the work and may include subcontractors.
The Contractor shall submit the project schedule, public notices, and traffic control plan submittals
to the Engineer at the preconstruction conference.
Special Provisions 42
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Replace the first two paragraphs of Section 8-1.04, “Job Site Activities” with:
The Contractor shall begin work within ten (10) calendar days after the date on the “Notice to
Proceed” issued by the Engineer. If work is not started within this period, the first working day will
be the 11th calendar day after the date on the Notice to Proceed, for purposes of Section 8-1.05,
“Time.”
Add to Section 8-1.05, “Time”:
Beginning on the first working day, said work shall be diligently prosecuted to completion before the
expiration of
50 WORKING DAYS
Add to Section 8-1.06, “Suspensions”:
Tuolumne County is subject to highly variable climatic conditions at all times during the year.
Heavy precipitation and the rate and level of water flow through a construction worksite can prevent
or adversely affect work progress, damage work in progress, create hazardous conditions for workers
or motorists, or result in excessive water pollution during certain stages of the work. As a result,
construction projects may be subject to extended and frequent suspensions to accommodate
changing water conditions and due to weather conditions which may adversely affect the work.
Since such suspensions and delays can reasonably be anticipated during construction, all provisions
of Section 8-1.06, “Suspensions,” of the Standard Specifications shall apply, and no additional
payment will be made for such suspensions or delays except as specifically included therein.
Replace the third and fourth paragraphs of Section 8-1.10A, “General” with:
The Contractor shall pay liquidated damages to the County of Tuolumne in the sum of three
thousand five hundred dollars ($3,500) per day for each and every calendar day’s delay in
finishing the work in excess of the number of working days prescribed in Section 8-1.05, “Time,” of
these Special Provisions.
Liquidated damages shall apply to the administrative costs of the County only and shall not apply to
damages that may occur as a result of the delay and third party claims.
Attention is directed to Section 8-1.13, “Contractor’s Control Termination”
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 43
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 9
PAYMENT
Attention is directed to the provisions of Section 9, “Payment,” of the Standard Specifications and
these Special Provisions for the requirements and conditions related to payment.
Add to Section 9-1.02A, “General”:
Specific provisions regarding the basis of measurement and payment for some bid items are included
in each Division listed of these Special Provisions. Measurement for items shown in Exhibit A (Bid
Schedule) shall be in accordance with the Standard Specifications, unless otherwise noted herein.
Add to Section 9-1.03, “Payment Scope”:
Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract Code
and Section 7108.5 of the Business and Professions Code concerning prompt payment to
subcontractors and Section 5-1.13J, “Prompt Progress Payment to Subcontractors,” of these Special
Provisions.
Replace Section 9-1.16A, “General” with:
For the purpose of making progress payments pursuant to Section 9-1.16, “Progress Payments,” of
the Standard Specifications, the amount set forth for the contract items of work hereinafter listed
shall be deemed to be the maximum value of the contract item of work which will be recognized for
progress payment purposes.
After acceptance of the contract pursuant to the provisions in Section 5-1.46, “Final Inspection and
Contract Acceptance,” of the Standard Specifications and these Special Provisions, the amount, if
any, payable for a contract item of work in excess of the maximum value for progress payment
purposes hereinabove listed for the item, will be included for payment in the first estimate made
after acceptance of the contract.
The County shall pay the Contractor based on Engineer-prepared monthly progress estimates. Each
Estimate shall reflect:
1. Total work completed up to and including the 20th day of a month
2. Change order bills if:
2.1 Submitted by the 15th day of a month
2.2 Approved by the 20th day of a month
3. Amount for materials on hand
4. Amount earned for mobilization
5. Deductions
6. Withholds
7. Resolved potential claims
8. Payment adjustments
Special Provisions 44
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Submit certification stating that the work complies with the QC procedures. The Engineer shall not
process a progress estimate without a signed certification.
Add to Section 9-1.16E, “Withholds”:
Upon the Contractor’s request, the County will make payment of funds withheld from progress
payments, pursuant to the requirements of Public Contract Code section 22300, if the Contractor
deposits, in escrow with the County Treasurer or with a bank acceptable to the County, securities
eligible for the investment of State of California funds under Government Code section 16430 or
bank or savings and loan certificates of deposit, or interest bearing accounts, or standby letters of
credit, upon the following conditions:
a. The Contractor shall bear the expense of the County and the escrow agent, either the
County Treasurer or the bank, in connection with the escrow deposit made.
b. Securities or certificates of deposit to be placed in escrow shall be of a value at least
equivalent to the amounts of retention to be paid to the Contractor, pursuant to this
section.
c. The Contractor shall enter into an escrow agreement satisfactory to the County which
shall include provisions concerning:
1) the amount of securities to be deposited
2) the providing of powers of attorney or other documents necessary for the transfer
of the securities to be deposited
3) conversion to cash to provide funds to meet defaults by the Contractor, including
but not limited to termination of the Contractor’s control over the work, stop
notices filed pursuant to law, assessment of liquidated damages, of other amounts
to be kept or retained under the provisions of the contract
4) decrease in value of securities on deposit
5) the termination of the escrow upon completion of the contract.
d. The Contractor shall obtain the written consent of the surety to such agreement.
Alternatively, the Contractor may request deposit of these funds directly to the escrow agent to be
invested in securities at the Contractor’s direction, the interest on which shall be the Contractor’s
property. Such deposit shall be subject to the above conditions a, c and d except the reference to
securities shall refer to those in which Contractor invests the funds to be deposited.
Replace Section 9-1.16F, “Retentions” with:
In making progress payments, the County may retain a portion of the amount otherwise due the
Contractor. Except as otherwise provided, the amount retained by the County shall be limited to the
following:
a. Withholding of not more than five (5) percent of the total payment until thirty-five (35)
days after the Notice of Completion has been signed by Board of Supervisors and placed
on the record with the County Recorder.
b. Withholding of not more than fifty (50) percent of the value of the materials approved for
partial payment and as shown on paid invoices by the Contractor so estimated to have
been furnished and delivered unused as aforesaid as part security for the fulfillment of the
contract by the Contractor.
Special Provisions 45
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
No such estimate or payment shall be required to be made when, in the judgment of the Engineer,
the work is not proceeding in accordance with the provisions of the contract or when, in his
judgment, the total value of the work completed since the last estimate amounts to less than three
hundred dollars ($300.00).
When calculating progress payments, bid item prices shall be rounded down to the nearest whole
cent.
No estimate of payment shall be construed to be an acceptance of any defective work or improper
materials.
Attention is directed to Section 5-1.13K, “Prompt Payment of Funds Withheld to Subcontractors,” of
these Special Provisions.
Add to Section 9-1.17B, “Payment Before Final Estimate”:
Upon satisfactory completion of the entire contract, the Engineer shall recommend the acceptance of
the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a
Notice of Completion to be recorded with the County Recorder.
Retention will be retained for a period of thirty-five (35) days after the recording of the Notice of
Completion for the purpose of clearing liens filed against the work performed or materials supplied.
Delete the third paragraph of Section 9-1.17C, “Proposed Final Estimate”
Replace Section 9-1.22, “Arbitration” with:
A. Actions by County Upon Receipt of Claim.
1. Upon receipt of a Claim, the County shall conduct a reasonable review of the Claim and,
within a period not to exceed forty-five (45) days, shall provide the Contractor a written
statement identifying what portion of the Claim is disputed and what portion is
undisputed.
2. The County and the Contractor may, by mutual agreement, extend the time period
provided in this Section.
3. If the County needs approval from the Board of Supervisors to provide the Contractor a
written statement identifying the disputed portion and the undisputed portion of the
Claim, and the Board does not meet within the forty-five (45) days or within the mutually
agreed to extension of time following receipt of a Claim sent by registered mail or
certified mail, return receipt requested, the County shall have up to three (3) days
following the next duly publicly noticed meeting of the Board of Supervisors after the
Special Provisions 46
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
forty-five (45) day period, or extension, expires to provide the Contractor a written
statement identifying the disputed portion and the undisputed portion.
B. Written Statement by County. Any payment due on an undisputed portion of the Claim shall
be processed and made within sixty (60) days after the County issues its written statement.
Failure by the County to issue a written statement shall result in the Claim being deemed
rejected in its entirety. A Claim that is denied by reason of the County’s failure to have
responded to a Claim, or its failure to otherwise meet the time requirements of this Section,
shall not constitute an adverse finding with regard to the merits of the Claim or the
responsibility or qualifications of the Contractor.
C. Contractor’s Dispute of Written Response. If the Contractor disputes the County’s written
response, or if the County fails to respond to a Claim issued pursuant to this Section within
the time prescribed, the Contractor may demand in writing an informal conference to meet
and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent
by registered mail or certified mail, return receipt requested, the County shall schedule a
meet and confer conference within thirty (30) days for settlement of the dispute.
D. Written Statement by County After Meet and Confer Conference. Within ten (10) business
days following the conclusion of the meet and confer conference, if the Claim or any portion
of the Claim remains in dispute, the County shall provide the Contractor a written statement
identifying the portion of the Claim that remains in dispute and the portion that is undisputed.
Any payment due on an undisputed portion of the Claim shall be processed and made within
sixty (60) days after the County issues its written statement.
E. Nonbinding Mediation.
1. Any disputed portion of the Claim, as identified by the Contractor in writing, shall be
submitted to nonbinding mediation, with the County and the Contractor sharing the
associated costs equally. The County and Contractor shall mutually agree to a mediator
within ten (10) business days after the disputed portion of the Claim has been identified
in writing. If the parties cannot agree upon a mediator, each party shall select a mediator
and those mediators shall select a qualified neutral third party to mediate with regard to
the disputed portion of the Claim. Each party shall bear the fees and costs charged by its
respective mediator in connection with the selection of the neutral mediator.
2. Mediation includes any nonbinding process, including, but not limited to, neutral
evaluation or a dispute review board, in which an independent third party or board assists
the parties in dispute resolution through negotiation or by issuance of an evaluation. Any
mediation utilized shall conform to the timeframes in this Section.
3. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject
to applicable procedures outside this Section.
4. Unless otherwise agreed to by the County and the Contractor in writing, the mediation
conducted pursuant to this Section shall excuse any further obligation under Section
20104.4 of the Public Contract Code to mediate after litigation has been commenced.
Special Provisions 47
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
5. The Claim resolution procedures in this Section do not preclude the County from
requiring arbitration of disputes under private arbitration or the Public Works Contract
Arbitration Program, if mediation under this Section does not resolve the parties’ dispute.
F. Amounts Not Paid Timely. Amounts not paid in a timely manner as required by this Section
shall bear interest at 7 percent per annum.
G. Claims by Subcontractors. If a subcontractor or a lower tier subcontractor lacks legal
standing to assert a Claim against the County because privity of contract does not exist, the
Contractor may present to the County a Claim on behalf of a subcontractor or lower tier
subcontractor. A subcontractor may request in writing, either on his or her own behalf or on
behalf of a lower tier subcontractor, that the Contractor present a Claim for Work which was
performed by the subcontractor or by a lower tier subcontractor on behalf of the
subcontractor. The subcontractor requesting that the Claim be presented to the public entity
shall furnish reasonable documentation to support the Claim. Within forty-five (45) days of
receipt of this written request, the Contractor shall notify the subcontractor in writing as to
whether the Contractor presented the Claim to the County and, if the original Contractor did
not present the Claim, provide the subcontractor with a statement of the reasons for not
having done so.
H. Prompt response when needed. Whenever it appears that a prompt response is essential,
County will respond to Claims sooner than the limits prescribed above.
I. Compliance.
1. The provisions of this Section constitute a non-judicial Claim settlement procedure that,
pursuant to Section 930.2 of the Government Code, shall constitute a condition precedent
to submission of a valid Claim under the Government Code. Contractor shall bear all
costs incurred in the preparation, submission and administration of a Claim. Any Claims
presented in accordance with the Government Code must affirmatively indicate
Contractor’s prior compliance with the Claims procedure herein and the previous
dispositions of the Claims asserted. Pursuant to Government Code section 930.2, the one
(1) year period in Government Code section 911.2 shall be reduced to one hundred and
fifty (150) days from either accrual of the cause of action, substantial completion or
termination of the contract, whichever occurs first; in all other respects, the Government
Code shall apply unchanged.
2. Failure to submit and administer Claims as required in this Section shall waive
Contractor’s right to Claim on any specific issues not included in a timely submitted
Claim. Claim(s) or issue(s) not raised in a timely protest and timely Claim submitted
under this Section may not be asserted in any subsequent litigation, Government Code
Claim, or legal action.
3. County shall not be deemed to waive any provision under this Section, if at County’s sole
discretion, a Claim is administered in a manner not in accord with this Section. Waivers
or modifications of this Section may only be made through a signed Change Order
Special Provisions 48
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
approved as to form by legal counsel for both County and Contractor; oral or implied
modifications shall be ineffective.
J. Filing of Government Code Claims. If the Contractor still remains unsatisfied and desires to
preserve his/her right to pursue the matter further, Contractor must then file a claim with
County, pursuant to Government Code section 900 et seq. or section 910 et seq.
K. Civil Action. If the Government Code claim is denied, Contractor may file an action in court.
Such action shall be subject to Public Contract Code sections 9204 or 20104.4. This Section
applies only to claims subject to Public Contract Code sections 9204 or 20104. If a claim is
not subject to Public Contract Code sections 9204 or 20104, the Contractor's right to file a
civil action shall be as otherwise provided by law. Any litigation arising out of this Contract,
whether brought under the provisions of Sections 9204 or 20104 et seq. of the Public
Contract Code or any other legal basis, including litigation involving tort claims, shall be
brought and adjudicated in Tuolumne County. Contractor hereby waives the removal
provisions of California Code of Civil Procedure section 394.
L. Claims for damages. Should either party to this Contract suffer injury or damage to person or
property because of any act or omission of the other party or of any of his/her/its employees,
agents, or others for whose acts he/she/it is legally liable, Claim shall be made, in writing, to
such other party within a reasonable time after the first observance of such injury or damage,
provided that in no case may such a Claim be filed after expiration of any applicable statute
of limitations for filing such a Claim. Claims against County that are subject to this Section
shall comply with all procedures set forth in the Government Code concerning claims against
public entities.
M. Consistency with Public Contract Code Sections 9204 and 20104 et seq. If any Claim arising
under this Contract is subject to the provisions of Public Contract Code sections 9204 or
20104 et seq., and if provisions of those sections require a procedure or procedural element
different from that established in this Contract, then the provisions of those sections shall
apply in place of the conflicting procedure or procedural element established herein.
END OF DIVISION I
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 49
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION II GENERAL CONSTRUCTION
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 10
GENERAL
Attention is directed to the provisions of Section 10, “General,” of the Standard Specifications and
these Special Provisions for the performing construction work.
Replace Reserved in Section 10-1.03, “Time Constraints” with:
Temporary creek diversion system must be in place before work within the creek occurs.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 11
WELDING
Attention is directed to the provisions of Section 11, “Welding,” of the Standard Specifications and
these Special Provisions for welding where welding is specified to comply with an AWS welding
code.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 12
TEMPORARY TRAFFIC CONTROL
Attention is directed to the provisions of Section 12, “Temporary Traffic Control,” of the Standard
Specifications and these Special Provisions for the providing temporary traffic control.
Replace Section 12-1.04, “Payment” with:
Flagging is included in the payment for traffic control system.
Little Fuller Road will remain closed to public traffic at the project site for the duration of
construction.
Pioneer Trail is to remain open to local traffic at all times
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 50
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 13
WATER POLLUTION CONTROL
Attention is directed to the provisions of Section 13, “Water Pollution Control,” of the Standard
Specifications and these Special Provisions for the general specifications for preventing, controlling,
and abating water pollution within the waters of the State of California.
Add after the 2nd paragraph in Section 13-2.01A, “Summary”:
The water pollution control program must include the following, at a minimum:
1. Temporary Concrete Washout Facility
2. Temporary Construction Entrance
Unit prices specified for the above items will not be adjusted regardless of the amount the quantities
increase or decrease. Section 9-1.06 does not apply.
Replace Reserved in Section 13-12, “Temporary Creek Diversion Systems” with:
13-12 TEMPORARY CREEK DIVERSION SYSTEM
13-12.01 GENERAL
13-12.01A Summary
Section 13-12 includes specifications for constructing, maintaining, reconstructing, removing
temporary creek diversion systems, and restoring creek bed to original condition. The temporary
diversion system is used to divert upstream water flows to allow construction in a dry or dewatered
location.
Excavate and backfill as needed.
Do not install the TCDS system before June 15. Remove the TCDS system no later than October 15.
Diversion must accommodate a flow of up to 5 cfs.
Notify the engineer if the actual flows in the creek exceed 5 cfs, or a storm is forecasted to exceed
the capacity of the diversion which is sized for 5 cfs. Accommodating flows larger than 5 cfs is
change order work.
13-12.01B Submittals
Not used.
13-12.01C Temporary Creek Diversion System Plan
Temporary Creek Diversion System Plan (TCDSP) must include:
1. Installation and removal process, including equipment, platforms for equipment, and
access locations
Special Provisions 51
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
2. Calculations showing the basis of the sizing of piping, channels, pumps, or other
conveyances used in the TCDSP; calculations showing the expected water surface elevation
at the upstream diversion structure with sufficient freeboard for minor fluctuations in flow;
and calculations for the discharge water flow rate and velocity anticipated where it
discharges on any erodible surface, so its conveyance does not cause erosion within the
project or at the discharge to the water body. Temporary culverts attached to banks, walls, or
other locations, must be designed to hold the full weight of the culvert at capacity and
restrain the culvert for any expected hydraulic forces.
3. Plans showing location(s) of diversion, including layouts, cross sections, and
elevations
4. Materials proposed for use, including MSDS if applicable.
5. Operation and maintenance procedures for the TCDS.
6. Restoration plans showing before and after conditions, including photos of existing
conditions for areas disturbed during the installation, operation, and removal of the TCDS.7.
Details of the pumping system, if used, including power source, debris handling, fish
screens, and monitoring requirements.
8. The TCDS design should demonstrate how it will comply with 13-12.03A, water
tightness and prevent seepage.
All submittals which include plans, specifications, and calculations must be sealed by a licensed
California Civil Engineer.
No work will be performed that may cause creek flow disturbance until the diversion plan has been
authorized. You may proceed with construction activities if the Engineer conditionally authorizes the
temporary stream diversion system plan while minor revisions are being completed, provided the
project SWPPP has been authorized.
At least 5 days before constructing temporary creek diversion system work in the creek:
1. Submit 3 copies of your TCDSP for review. Allow 2 days for the Department's
review. The Engineer provides comments and specifies the date when the review stopped if
revisions are required.
2. Change and resubmit a revised TCDSP within 2 days of receiving the Engineer's
comments. The Department's review resumes when a complete TCDSP is resubmitted. Allow
2 days for the Department's second review. Note that the Engineer’s comments may include
the regulatory agencies’ comments as required by PLAC’s.
3. If additional comments are provided by the Engineer, change and resubmit a revised
TCDSP within 2 days of receiving the Engineer's comments.
4. When the Engineer authorizes the TCDSP, submit an electronic copy and 4 printed
copies of the authorized TCDSP.
13-12.02 MATERIALS
Not Used
13-12.03 CONSTRUCTION
13-12.03A General
Special Provisions 52
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Do not use motorized vehicles and equipment in areas of flowing and standing water for the
construction or removal of the temporary creek diversion system. Comply with Section 13-4.03.
Remove vegetation to ground level and clear away debris.Place temporary or permanent fill as
allowed by PLACs.
Do not construct or reconstruct diversion system if the 72-hour forecasts predict a 50% or greater
chance of rain in the project area.
Stop all work and remove all material and equipment from the creek between upstream and
downstream cofferdams if the 72-hour forecasts predict a 50% or greater chance of rain in the
project area and the predicted rainfall is estimated to produce a flow rate exceeding the design
capacity of the TCDS.
The TCDS must be water tight to keep the work area dry for construction and prevent the creation of
pollutants. The contractor is responsible for maintaining all portions of the TCDS and fixing leaks
as soon as they are discovered.
13-12.03B Maintenance
Prevent leaks in the temporary creek diversion system. Provide seepage pumps as necessary and
keep the work area dry to prevent the creation of sediment laden water.
Repair TCDS within 24 hours after the damage occurs.
Prevent debris from entering the TCDS and/or creek.
Remove sediment deposits and debris from TCDS as needed. If removed sediment is deposited
within project limits, it must be stabilized and not subject to erosion by wind or water, in accordance
with Section 19-1.01 and19-2.03 B
13-12.03C Removal
When no longer required, remove all components of temporary creek diversion system. Return the
creek bed and banks to the original condition.
Do not excavate the native creek material. Backfill ground disturbance, including holes and
depressions caused by the installation and removal of the TCDS with gravel. Maintain the original
line and grade of the creek bed.
13-12.04 PAYMENT
Not Used
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 53
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 14
ENVIRONMENTAL STEWARDSHIP
Attention is directed to the provisions of Section 14, “Environmental Stewardship,” of the Standard
Specifications and these Special Provisions relating to environmental compliance and environmental
resource management.
Replace the 2nd paragraph of Section 14-8.02, “Noise Control” with:
Do not operate construction equipment or run equipment engines from 7:00 p.m. to 7:00 a.m. or on
Sundays and County Holidays at the job site except to:
1. Service traffic-control facilities
2. Service construction equipment
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 15
EXISTING FACILITIES
Attention is directed to the provisions of Section 15, “Existing Facilities,” of the Standard
Specifications and these Special Provisions for performing work on existing facilities.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 16
TEMPORARY FACILITIES
Attention is directed to the provisions of Section 16, “Temporary Facilities,” of the Standard
Specifications and these Special Provisions for constructing temporary facilities.
END OF DIVISION II
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 54
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION III EARTHWORK AND LANDSCAPE
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 17
GENERAL
Attention is directed to the provisions of Section 17, “General,” of the Standard Specifications
and these Special Provisions for the general rules of interpretation.
Add to Section 17-2.03A, “General”:
Remove only trees within the grading limits, shown or approved by the Engineer.
Replace the 4th paragraph in Section 17-2.03A, “General” with:
Clear and grub vegetation only within the excavation and embankment slope lines and contour
grading lines. Staging and temporary construction easement areas can be cleared to the minimum
necessary. Obtain approval before removing trees and large shrubs outside the grading limits.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 18
DUST PALLIATIVES
Attention is directed to the provisions of Section 18, “Dust Palliatives,” of the Standard
Specifications and these Special Provisions for the requirements and conditions relating to dust
palliatives.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 19
EARTHWORK
Attention is directed to the provisions of Section 19, “Earthwork,” of the Standard Specifications
and these Special Provisions for the requirements and conditions relating to earthwork.
Add to Section 19-1.03A, “General”:
Expect difficult excavation due to hard rock and/or the presence of groundwater.
Replace the 2nd, 3rd, and 4th paragraphs of Section 19-2.03B, “Surplus Material” with:
Dispose of surplus or unsuitable material. Ensure enough material is available to complete the
embankments before disposing of it.
Special Provisions 55
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Add #5 to the 2nd paragraph in Section 19-3.01A, ”Summary”:
5. Contour grading shown
Contour grading must comply with Section 19-2.
Add to the beginning of Section 19-3.03B(1):
For footings at locations with structure excavation (Type D), ground or surface water is expected
to be encountered but seal course concrete is not needed.
Replace 1st sentence in the 6th paragraph in Section 19-3.03B(4), “Cofferdams” with:
If cofferdams are used, remove them completely after completing substructure construction.
Add to Section 19-4.01A(1), “Summary” of the RSS:
Blasting is not allowed.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 20
LANDSCAPE
Attention is directed to the provisions of Section 20, “Landscape,” of the Standard Specifications
and these Special Provisions for the requirements and conditions relating to Landscape.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 21
EROSION CONTROL
Attention is directed to the provisions of Section 21, “Erosion Control,” of the Standard
Specifications and these Special Provisions for the requirements and conditions relating to
erosion control.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 22
FINISHING ROADWAY
Attention is directed to the provisions of Section 22, “Finishing Roadway,” of the Standard
Specifications and these Special Provisions for the requirements and conditions relating to
finishing roadways.
Special Provisions 56
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
END OF DIVISION III
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 57
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION IV SUBBASES AND BASES
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 23
GENERAL
Attention is directed to the provisions of Section 23, “General,” of the Standard Specifications
and these Special Provisions for the general rules of interpretation.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 24
STABILIZED SOILS
Attention is directed to the provisions of Section 24, “Stabilized Soils,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
stabilized soils.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 25
AGGREGATE SUBBASES
Attention is directed to the provisions of Section 25, “Aggregate Subbases,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
aggregate subbases.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 26
AGGREGATE BASES
Attention is directed to the provisions of Section 26, “Aggregate Bases,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
aggregate bases.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 58
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 27
CEMENT TREATED BASES
Attention is directed to the provisions of Section 27, “Cement Treated Bases,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to cement
treated bases.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 28
CONCRETE BASES
Attention is directed to the provisions of Section 28, “Concrete Bases,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
concrete bases.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 29
TREATED PERMEABLE BASES
Attention is directed to the provisions of Section 29, “Treated Permeable Bases,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to treated
permeable bases.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 30
RECLAIMED PAVEMENT
Attention is directed to the provisions of Section 30, “Reclaimed Pavement,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
reclaimed pavement.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTIONS 31-35
RESERVED
END OF DIVISION IV
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 59
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION V SURFACING AND PAVEMENTS
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 36
GENERAL
Attention is directed to the provisions of Section 36, “General,” of the Standard Specifications
and these Special Provisions for the general rules of interpretation.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 37
BITUMINOUS SEALS
Attention is directed to the provisions of Section 37, “Bituminous Seals,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
bituminous seals.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 38
RESERVED
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 39
ASPHALT CONCRETE
Attention is directed to the provisions of Section 39, “Asphalt Concrete,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to asphalt
concrete.
Replace Section 39, “Asphalt Concrete” with the following:
39 HOT MIX ASPHALT
39-1 GENERAL
39-1.01 GENERAL
39-1.01A Summary
Section 39-1 includes general specifications for producing and placing HMA by mixing
aggregate and asphalt binder at a mixing plant and spreading and compacting the HMA mixture.
HMA includes one or more of the following types:
1. Type A
Special Provisions 60
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
2. Type B
3. OGFC, including HMA-O, RHMA-O, and RHMA-O-HB
4. RHMA-G
Produce and place HMA Type A under the Standard construction process.
39-1.01B Definitions
coarse aggregate: Aggregate retained on a no. 4 sieve.
fine aggregate: Aggregate passing the no. 4 sieve.
supplemental fine aggregate: Aggregate passing the no. 30 sieve, including hydrated lime,
portland cement, and fines from dust collectors.
39-1.02 MATERIALS
39-1.02A Geosynthetic Pavement Interlayer
Geosynthetic pavement interlayer must comply with the specifications for pavement fabric,
paving mat, paving grid, paving geocomposite grid, or geocomposite strip membrane.
39-1.02B Tack Coat
Tack coat must comply with the specifications for asphaltic emulsion or asphalts. Choose the
type and grade.
Notify the Engineer if you dilute asphaltic emulsion with water. The weight ratio of added water
to asphaltic emulsion must not exceed 1 to 1.
Measure added water either by weight or volume in compliance with Section 9-1.02 or you may
use water meters from water districts, cities, or counties. If you measure water by volume, apply
a conversion factor to determine the correct weight.
With each dilution, submit:
1. Weight ratio of water to bituminous material in the original asphaltic emulsion
2. Weight of asphaltic emulsion before diluting
3. Weight of added water
4. Final dilution weight ratio of water to asphaltic emulsion
39-1.02C Asphalt Binder
The grade of asphalt binder for Type A HMA must be PG 64-16.
39-1.02D Asphalt Rubber Binder
39-1.02D(1) General
Use asphalt rubber binder in RHMA-G, RHMA-O, and RHMA-O-HB. Asphalt rubber binder
must be a combination of:
1. Asphalt binder
2. Asphalt modifier
Special Provisions 61
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
3. CRM
The combined asphalt binder and asphalt modifier must be 80.0 ± 2.0 percent by weight of
asphalt rubber binder.
39-1.02D(2) Asphalt Modifier
Asphalt modifier must be a resinous, high flash point and aromatic hydrocarbon and must have
the values for the quality characteristics shown in the following table:
Asphalt Modifier for Asphalt Rubber Binder Quality characteristic Test method Value
Viscosity, m2/s (x 10-6) at 100 °C ASTM D 445 X ± 3 a
Flash point, Cleveland Open Cup,
°C
ASTM D 92 207 min
Molecular analysis Asphaltenes, percent by mass ASTM D 2007 0.1 max Aromatics, percent by mass ASTM D 2007 55 min
a The symbol "X" is the proposed asphalt modifier viscosity. "X" must be from 19 to 36. A change in
"X" requires a new asphalt rubber binder design.
Asphalt modifier must be from 2.0 to 6.0 percent by weight of the asphalt binder in the asphalt
rubber binder.
39-1.02D(3) Crumb Rubber Modifier
CRM consists of a ground or granulated combination of scrap tire crumb rubber and high natural
rubber. CRM must be 75.0 ± 2.0 percent scrap tire rubber and 25.0 ± 2.0 percent high natural
rubber by total weight of CRM. Scrap tire crumb rubber must be from any combination of
automobile tires, truck tires, or tire buffings.
Sample and test the scrap tire crumb rubber and high natural rubber separately. CRM must have
the values for the quality characteristics shown in the following table:
Crumb Rubber Modifier for Asphalt Rubber Binder Quality characteristic Test method Value
Scrap tire crumb rubber gradation
(% passing no. 8 sieve)
LP-10 100
High natural rubber gradation
(% passing no. 10 sieve)
LP-10 100
Wire in CRM (% max.) LP-10 0.01
Fabric in CRM (% max.) LP-10 0.05
CRM particle length (inch max.) a -- 3/16
CRM specific gravity a California
Test 208
1.1–1.2
Natural rubber content in high natural rubber (%) a ASTM D 297 40.0–48.0 a Test at mix design and for certificate of compliance.
Special Provisions 62
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
CRM must be ground and granulated at ambient temperature. If steel and fiber are cryogenically
separated, it must occur before grinding and granulating. If cryogenically produced, CRM
particles must be large enough to be ground or granulated and not pass through the grinder or
granulator.
CRM must be dry, free-flowing particles that do not stick together. CRM must not cause
foaming when combined with the asphalt binder and asphalt modifier. You may add calcium
carbonate or talc up to 3 percent by weight of CRM.
39-1.02D(4) Asphalt Rubber Binder Design and Profile
Submit a proposal for asphalt rubber binder design and profile. In the design, include the asphalt,
asphalt modifier, and CRM and their proportions. The profile is not a performance specification
and only serves to indicate expected trends in asphalt rubber binder properties during binder
production. The profile must include the same component sources for the asphalt rubber binder
used.
Design the asphalt rubber binder from testing you perform for each quality characteristic and for
the reaction temperatures expected during production. The 24-hour (1,440-minute) interaction
period determines the design profile. At a minimum, mix asphalt rubber binder components, take
samples, and perform and record the tests shown in the following table:
Asphalt Rubber Binder Reaction Design Profile Test Minutes of reaction a Limits
45 60 90 120 240 360 1440
Cone penetration @ 77 °F, 0.10-mm
(ASTM D 217)
X b X X 25–70
Resilience @ 77 °F, percent rebound
(ASTM D 5329)
X X X 18 min.
Field softening point, °F
(ASTM D 36)
X X X 125–165
Viscosity, centipoises (LP-11) X X X X X X X 1,500–4,000 a Six hours (360 minutes) after CRM addition, reduce the oven temperature to 275 °F for 16 hours. After
the 16-hour (1,320-minutes) cooldown after CRM addition, reheat the binder to the reaction temperature
expected during production for sampling and testing at 24 hours (1,440 minutes). b "X" denotes required testing
39-1.02D(5) Asphalt Rubber Binder
After interacting for at least 45 minutes, asphalt rubber binder must have the values for the
quality characteristics shown in the following table:
Special Provisions 63
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Asphalt Rubber Binder Quality characteristic Test for quality
control or
acceptance
Test method Value
Minimum Maximum
Cone penetration @ 77 °F, 0.10 mm Acceptance ASTM D 217 25 70
Resilience @ 77 °F, percent rebound Acceptance ASTM D 5329 18 --
Field softening point, °F Acceptance ASTM D 36 125 165
Viscosity @ 375 °F, centipoises Quality control LP-11 1,500 4,000
39-1.02E Aggregate
Aggregate must be clean and free from deleterious substances.
Aggregate used in HMA Type A must comply with the 3/4-inch HMA Types A and B gradation.
The specified aggregate gradation must be determined before the addition of asphalt binder and
includes supplemental fine aggregate. The Department tests for aggregate grading under
California Test 202, modified by California Test 105 if there is a difference in specific gravity of
0.2 or more between the coarse and fine parts of different aggregate blends.
Choose sieve size TV within each TV limit presented in the aggregate gradation tables.
The proposed aggregate gradation must be within the TV limits for the specified sieve sizes
shown in the following tables:
Special Provisions 64
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Aggregate Gradation
(Percentage Passing)
HMA Types A and B
3/4-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance
1" 100 --
3/4" 90–100 TV ± 5
1/2" 70–90 TV ± 6
No. 4 45–55 TV ± 7
No. 8 32–40 TV ± 5
No. 30 12–21 TV ± 4
No. 200 2.0–7.0 TV ± 2
1/2-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance
3/4" 100 —
1/2" 95–99 TV ± 6
3/8" 75–95 TV ± 6
No. 4 55–66 TV ± 7
No. 8 38–49 TV ± 5
No. 30 15–27 TV ± 4
No. 200 2.0–8.0 TV ± 2
3/8-inch HMA Types A and B Sieve sizes TV limits Allowable tolerance
1/2" 100 --
3/8" 95–100 TV ± 6
No. 4 58–72 TV ± 7
No. 8 34–48 TV ± 6
No. 30 18–32 TV ± 5
No. 200 2.0–9.0 TV ± 2
No. 4 HMA Types A and B Sieve sizes TV limits Allowable tolerance
3/8" 100 --
No. 4 95–100 TV ± 7
No. 8 72–77 TV ± 7
No. 30 37–43 TV ± 7
No. 200 2.0–12.0 TV ± 4
Special Provisions 65
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
RHMA-G
3/4-inch RHMA-G Sieve sizes TV limits Allowable tolerance
1" 100 —
3/4" 95–100 TV ± 5
1/2" 83–87 TV ± 6
3/8" 65–70 TV ± 6
No. 4 28–42 TV ± 7
No. 8 14–22 TV ± 5
No. 200 0–6.0 TV ± 2
1/2-inch RHMA-G Sieve sizes TV limits Allowable tolerance
3/4" 100 --
1/2" 90–100 TV ± 6
3/8" 83–87 TV ± 6
No. 4 28–42 TV ± 7
No. 8 14–22 TV ± 5
No. 200 0–6.0 TV ± 2
Special Provisions 66
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
OGFC
1-inch OGFC Sieve sizes TV limits Allowable tolerance
1 1/2" 100 —
1" 99–100 TV ± 5
3/4" 85–96 TV ± 5
1/2" 55–71 TV ± 6
No. 4 10–25 TV ± 7
No. 8 6–16 TV ± 5
No. 200 1.0–6.0 TV ± 2
1/2-inch OGFC Sieve sizes TV limits Allowable tolerance
3/4" 100 --
1/2" 95–100 TV ± 6
3/8" 78–89 TV ± 6
No. 4 28–37 TV ± 7
No. 8 7–18 TV ± 5
No. 30 0–10 TV ± 4
No. 200 0–3.0 TV ± 2
3/8-inch OGFC Sieve sizes TV limits Allowable tolerance
1/2" 100 --
3/8" 90–100 TV ± 6
No. 4 29–36 TV ± 7
No. 8 7–18 TV ± 6
No. 30 0–10 TV ± 5
No. 200 0–3.0 TV ± 2
Before the addition of asphalt binder and lime treatment, aggregate must have the values for the
quality characteristics shown in the following table:
Special Provisions 67
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Aggregate Quality Quality characteristic Test method HMA type
A B RHMA-G OGFC
Percent of crushed particles
Coarse aggregate (% min.) One fractured face
Two fractured faces
Fine aggregate (% min) (Passing no. 4 sieve
and retained on no. 8 sieve.)
One fractured face
California
Test 205
90
75
70
25
--
20
--
90
70
90
75
90
Los Angeles Rattler (% max.) Loss at 100 rev.
Loss at 500 rev.
California
Test 211
12
45
--
50
12
40
12
40
Sand equivalent (min.) a California
Test 217
47 42 47 --
Fine aggregate angularity
(% min.) b
California
Test 234
45 45 45 --
Flat and elongated particles
(% max. by weight @ 5:1)
California
Test 235
10 10 10 10
a Reported value must be the average of 3 tests from a single sample. b The Engineer waives this specification if HMA contains less than 10 percent of nonmanufactured sand
by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or gravel.
39-1.02F Reclaimed Asphalt Pavement
You may produce HMA Type A or B, using RAP. HMA produced using RAP must comply with
the specifications for HMA, except aggregate quality specifications do not apply to RAP. You
may substitute RAP aggregate for a part of the virgin aggregate in HMA in a quantity not
exceeding 15.0 percent of the aggregate blend. Do not use RAP in OGFC and RHMA-G.
Assign the substitution rate of RAP aggregate for virgin aggregate with the JMF submittal. The
JMF must include the percent of RAP used. If you change your assigned RAP aggregate
substitution rate by more than 5 percent (within the 15.0 percent limit), submit a new JMF.
Process RAP from asphalt concrete. You may process and stockpile RAP during the entire
project. Prevent material contamination and segregation. Store RAP in stockpiles on smooth
surfaces free of debris and organic material. Processed RAP stockpiles must be only
homogeneous RAP.
39-1.03 HOT MIX ASPHALT MIX DESIGN REQUIREMENTS
39-1.03A General
The mix design process consists of performing California Test 367 and laboratory procedures on
combinations of aggregate gradations and asphalt binder contents to determine the OBC and
HMA mixture qualities. The results become the proposed JMF.
Use the Contractor Hot Mix Asphalt Design Data form to record aggregate quality and mix
design data. Use the Contractor Job Mix Formula Proposal form to present the JMF.
Special Provisions 68
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Laboratories testing aggregate qualities and preparing the mix design and JMF must be qualified
under the Department's Independent Assurance Program. Take samples under California Test
125.
The Engineer reviews the aggregate qualities, mix design, and JMF and verifies and authorizes
the JMF.
You may change the JMF during production. Do not use the changed JMF until it is authorized.
Except if adjusting the JMF as specified in Section 39-1.03E, perform a new mix design and
submit a new JMF submittal if you change any of the following:
1. Target asphalt binder percentage
2. Asphalt binder supplier
3. Asphalt rubber binder supplier
4. Component materials used in asphalt rubber binder or percentage of any
component materials
5. Combined aggregate gradation
6. Aggregate sources
7. Substitution rate for RAP aggregate of more than 5 percent
8. Any material in the JMF
For OGFC, submit a complete JMF submittal, except for asphalt binder content. The Department
determines the asphalt binder content under California Test 368 within 20 days of your complete
JMF submittal and provides you a Caltrans Hot Mix Asphalt Verification form.
39-1.03B Hot Mix Asphalt Mix Design
Perform a mix design that produces HMA with the values for the quality characteristics shown in
the following table:
Special Provisions 69
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
HMA Mix Design Requirements Quality characteristic Test
method
HMA type
A B RHMA-G
Air void content (%) California
Test 367
4.0 4.0 Section 39-1.03B
Voids in mineral aggregate (% min.) No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
17.0
15.0
14.0
13.0
17.0
15.0
14.0
13.0
--
--
18.0–23.0a
18.0–23.0a
Voids filled with asphalt (%) No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
76.0–80.0
73.0–76.0
65.0–75.0
65.0–75.0
76.0–80.0
73.0–76.0
65.0–75.0
65.0–75.0
Note c
Dust proportion No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 367
0.9–2.0
0.6–1.3
0.9–2.0
0.6–1.3
Note c
Stabilometer value (min.) b No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 366
30
37
30
35
--
23 a Voids in mineral aggregate for RHMA-G must be within this range. b California Test 304, Part 2.13. c Report this value in the JMF submittal.
Report the average of 3 tests. If the range of stability for the 3 briquettes is more than 8 points,
prepare new briquettes and test again. The average air void content may vary from the specified
air void content by ±0.5 percent.
39-1.03C Job Mix Formula Submittal
Each JMF submittal must consist of:
1. Proposed JMF on a Contractor Job Mix Formula Proposal form
2. Mix design records on a Contractor Hot Mix Asphalt Design Data form dated
within 12 months of submittal
3. JMF verification on a Caltrans Hot Mix Asphalt Verification form, if applicable
4. JMF renewal on a Caltrans Production Start-Up Evaluation form, if applicable
5. MSDS for the following:
5.1. Asphalt binder 5.2. Base asphalt binder used in asphalt rubber binder 5.3. CRM and asphalt modifier used in asphalt rubber binder 5.4. Blended asphalt rubber binder mixture 5.5. Supplemental fine aggregate except fines from dust collectors 5.6. Antistrip additives
If the Engineer requests, sample the following materials in the presence of the Engineer and
place in labeled containers weighing no more than 50 lb each:
Special Provisions 70
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
1. Coarse, fine, and supplemental fine aggregate from stockpiles, cold feed belts, or
hot bins. Samples must be at least 120 lb for each coarse aggregate, 80 lb for each fine
aggregate, and 10 lb for each type of supplemental fines. The Department combines these
aggregate samples to comply with the JMF TVs submitted on a Contractor Job Mix
Formula Proposal form.
2. RAP from stockpiles or RAP system. Samples must be at least 60 lb.
3. Asphalt binder from the binder supplier. Samples must be in two 1-quart
cylindrical-shaped cans with open top and friction lids.
4. Asphalt rubber binder with the components blended in the proportions to be used.
Samples must be in four 1-quart cylindrical-shaped cans with open top and friction lids.
Notify the Engineer at least 2 business days before sampling materials. For aggregate and RAP,
split the samples into at least 4 parts. Submit 3 parts to the Engineer and use 1 part for your
testing.
For HMA Type A or B produced under the QC/QA construction process, submit with the JMF
submittal:
1. California Test 204 plasticity index results
2. California Test 371 tensile strength ratio results for untreated HMA
3. California Test 371 tensile strength ratio results for treated HMA if untreated
HMA tensile strength ratio is below 70
For RHMA-G produced under the QC/QA construction process, submit with the JMF submittal:
1. California Test 371 tensile strength ratio results for untreated RHMA-G
2. California Test 204 plasticity index results on the aggregate blend if untreated
RHMA-G tensile strength ratio is below 70
3. California Test 371 tensile strength ratio results for treated RHMA-G if untreated
RHMA-G tensile strength ratio is below 70
For any HMA produced under the QC/QA construction process, submit the California Test 371
test results to the Engineer.
39-1.03D Job Mix Formula Review
The Engineer reviews each mix design and proposed JMF within 5 business days from the
complete JMF submittal. The review consists of reviewing the mix design procedures and
comparing the proposed JMF with the specifications.
The Engineer may verify aggregate quality characteristics during this review period.
39-1.03E Job Mix Formula Verification
If you cannot submit a Department-verified JMF on a Caltrans Hot Mix Asphalt Verification
form dated within 12 months before HMA production, the Engineer verifies the JMF.
Special Provisions 71
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Use the OBC specified on your Contractor Hot Mix Asphalt Design Data form. No adjustments
to asphalt binder content are allowed. Based on your testing and production experience, you may
submit an adjusted aggregate gradation TV on a Contractor Job Mix Formula Proposal form
before verification testing. Aggregate gradation TV must be within the TV limits specified in the
aggregate gradation tables.
For HMA Type A, Type B, and RHMA-G, the Engineer verifies the JMF from samples taken
from HMA produced by the plant to be used. Notify the Engineer at least 2 business days before
sampling materials.
Asphalt binder set point for HMA must be the OBC specified on your Contractor Hot Mix
Asphalt Design Data form. When RAP is used, asphalt binder set point for HMA must be:
BCRAP
BCRAP
100
BCOBC
100
( )
BCOBC
Asphalt Binder Set Point =
– RRAP
( 1 – 1 –
)1 –
BCOBC100 +
(
)BCOBC
100
Where:
BCOBC = optimum asphalt binder content, percent based on total weight of mix
RRAP = RAP ratio by weight of aggregate
BCRAP = asphalt binder content of RAP, percent based on total weight of RAP mix
In the Engineer's presence and from the same production run, take samples of:
1. Aggregate
2. Asphalt binder
3. RAP
4. HMA
Sample aggregate from cold feed belts or hot bins. Sample RAP from the RAP system. Sample
HMA under California Test 125, except if you request and if authorized, you may sample from
any of the following locations:
1. Plant
2. Truck
3. Windrow
4. Paver hopper
5. Mat behind the paver
For aggregate, RAP, and HMA, split the samples into at least 4 parts and label their containers.
Submit 3 split parts and keep 1 part for your testing.
Special Provisions 72
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The Engineer verifies each proposed JMF within 20 days of receiving all verification samples
and the JMF submittal has been accepted. If you request, the Engineer verifies RHMA-G quality
requirements within 3 business days of sampling. Verification is testing for compliance with the
specifications for:
1. Aggregate quality
2. Aggregate gradation TVs within the TV limits
3. Asphalt binder content TV within the TV limit
4. HMA quality specified in the table titled "HMA Mix Design Requirements"
except:
4.1. Air void content, design value ±2.0 percent
4.2. Voids filled with asphalt, report only
4.3. Dust proportion, report only
The Engineer prepares 3 briquettes from a single split sample. To verify the JMF for stability and
air void content, the Engineer tests the 3 briquettes and reports the average of 3 tests. The
Engineer prepares new briquettes if the range of stability for the 3 briquettes is more than 8
points.
The Engineer may use the briquettes used for stability testing to determine bulk specific gravity
under California Test 308. If the same briquettes are used and the tests using bulk specific
gravity fail, the Engineer prepares 3 new briquettes and determines a new bulk specific gravity.
If the JMF is verified, the Engineer provides you a Caltrans Hot Mix Asphalt Verification form.
If tests on plant-produced samples do not verify the JMF, the Engineer notifies you and you must
submit a new JMF or submit an adjusted JMF based on your testing. JMF adjustments may
include a change in aggregate gradation TV within the TV limits specified in the aggregate
gradation tables.
You may adjust the JMF only once due to a failed verification test. An adjusted JMF requires a
new Contractor Job Mix Formula Proposal form and verification of a plant-produced sample.
A verified JMF is valid for 12 months.
For each HMA type and aggregate size specified, the Engineer verifies at the Department's
expense up to 2 proposed JMF, including a JMF adjusted after verification failure. The Engineer
deducts $3,000 from payments for each verification exceeding this limit. This deduction does not
apply to verifications initiated by the Engineer or JMF renewal.
Except for RAP substitution rate greater than 15 percent, for any HMA produced under the
QC/QA process the Department does not use California Test 371 test results for verification.
39-1.03F Job Mix Formula Renewal
You may request a JMF renewal by submitting:
1. Proposed JMF on a Contractor Job Mix Formula Proposal form
Special Provisions 73
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
2. Previously verified JMF documented on a Caltrans Hot Mix Asphalt Verification
form dated within 12 months
3. Mix design documentation on a Contractor Hot Mix Asphalt Design Data form
used for the previously verified JMF
Target asphalt binder content on your Contractor Job Mix Formula Proposal form and the OBC
specified on your Contractor Hot Mix Asphalt Design Data form must be the same.
If the Engineer requests, sample the following materials in the presence of the Engineer and
place in labeled containers weighing no more than 50 lb each:
1. Coarse, fine, and supplemental fine aggregate from stockpiles, cold feed belts, or
hot bins. Samples must include at least 120 lb for each coarse aggregate, 80 lb for each
fine aggregate, and 10 lb for each type of supplemental fines. The Department combines
these aggregate samples to comply with the JMF TVs submitted on a Contractor Job Mix
Formula Proposal form.
2. RAP from stockpiles or RAP system. Samples must be at least 60 lb.
3. Asphalt binder from the binder supplier. Samples must be in two 1-quart
cylindrical-shaped cans with open top and friction lids.
4. Asphalt rubber binder with the components blended in the proportions to be used.
Samples must be in four 1-quart cylindrical-shaped cans with open top and friction lids.
Notify the Engineer at least 2 business days before sampling materials. For aggregate, RAP, and
HMA, split samples into at least 4 parts. Submit 3 parts to the Engineer and use 1 part for your
testing.
The Engineer may verify aggregate qualities during this review period.
The Engineer verifies the JMF under section 39-1.03E except:
1. Engineer retains samples until you provide test results for your part on a
Contractor Job Mix Formula Renewal form.
2. Department tests samples of materials obtained from the HMA production unit
after you submit test results that comply with the specifications for the quality
characteristics in section 39-1.03E.
01-20-12
3. Engineer verifies each proposed JMF renewal within 20 days of receiving
verification samples.
4. You may not adjust the JMF due to a failed verification.
5. For each HMA type and aggregate gradation specified, the Engineer verifies at
the Department's expense 1 proposed JMF renewal within a 12-month period.
The most recent aggregate quality test results within the past 12 months may be used for
verification of JMF renewal or the Engineer may perform aggregate quality tests for verification
of JMF renewal.
Special Provisions 74
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
If the Engineer verifies the JMF renewal, the Engineer provides you a Caltrans Hot Mix Asphalt
Verification form.
39-1.03G Job Mix Formula Modification
For an accepted JMF, you may change asphalt binder source one time during production.
Submit your modified JMF request a minimum of 3 business days before production. Each
modified JMF submittal must consist of:
1. Proposed modified JMF on Contractor Job Mix Formula Proposal form
2. Mix design records on Contractor Hot Mix Asphalt Design Data form for the
accepted JMF to be modified
3. JMF verification on Hot Mix Asphalt Verification form for the accepted JMF to
be modified
4. Quality characteristics test results for the modified JMF as specified in section 39-
1.03B. Perform tests at the mix design OBC as shown on the Contractor Asphalt Mix
Design Data form
5. If required, California Test 371 test results for the modified JMF.
With an accepted modified JMF submittal, the Engineer verifies each modified JMF within 5
business days of receiving all verification samples. If California Test 371 is required, the
Engineer tests for California Test 371 within 10 days of receiving verification samples.
The Engineer verifies the modified JMF after the modified JMF HMA is placed on the project
and verification samples are taken within the first 750 tons following sampling requirements in
section 39-1.03E, "Job Mix Formula Verification." The Engineer tests verification samples for
compliance with:
1. Stability as shown in the table titled "HMA Mix Design Requirements"
2. Air void content at design value ±2.0 percent
3. Voids in mineral aggregate as shown in the table titled "HMA Mix Design
Requirements"
4. Voids filled with asphalt, report only
5. Dust proportion, report only
If the modified JMF is verified, the Engineer revises your Hot Mix Asphalt Verification form to
include the new asphalt binder source. Your revised form will have the same expiration date as
the original form.
If a modified JMF is not verified, stop production and any HMA placed using the modified JMF
is rejected.
The Engineer deducts $2,000 from payments for each modified JMF verification. The Engineer
deducts an additional $2,000 for each modified JMF verification that requires California Test
371.
39-1.03H Job Mix Formula Acceptance
Special Provisions 75
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
You may start HMA production if:
1. The Engineer's review of the JMF shows compliance with the specifications.
2. The Department has verified the JMF within 12 months before HMA production.
3. The Engineer accepts the verified JMF.
39-1.04 CONTRACTOR QUALITY CONTROL
39-1.04A General
Establish, maintain, and change a quality control system to ensure materials and work comply
with the specifications. Submit quality control test results within 3 business days of a request,
except if the QC/QA construction process is specified.
You must identify the HMA sampling location in your QC plan. During production, take samples
under California Test 125. You may sample HMA from:
1. Plant
2. Truck
3. Windrow
4. Paver hopper
5. Mat behind the paver
39-1.04B Prepaving Conference
Hold a prepaving conference with the Engineer at a mutually agreed time and place. Discuss
methods of performing the production and paving work.
39-1.04C Asphalt Rubber Binder
Take asphalt rubber binder samples from the feed line connecting the asphalt rubber binder tank
to the HMA plant. Sample and test asphalt rubber binder under Laboratory Procedure LP-11.
Test asphalt rubber binder for compliance with the viscosity specifications in Section 39-1.02.
During the asphalt rubber binder production and HMA production using asphalt rubber binder,
measure the viscosity every hour with not less than 1 reading for each asphalt rubber binder lot.
Each asphalt binder lot consist of 1 or multiple batches of combined asphalt binder, asphalt
modifier, and CRM proportioned under Section 39-1.02D. Log the measurements with the
corresponding time and asphalt rubber binder temperature. Submit the log daily.
Submit a certificate of compliance and test results for CRM and asphalt modifier with each
truckload delivered to the HMA plant. A certificate of compliance for asphalt modifier must not
represent more than 5,000 lb. Use an AASHTO-certified laboratory for testing.
Sample and test gradation and wire and fabric content of CRM once per 10,000 lb of scrap tire
crumb rubber and once per 3,400 lb of high natural rubber. Sample and test scrap tire crumb
rubber and high natural rubber separately.
Submit certified weight slips for the furnished CRM and asphalt modifier.
Special Provisions 76
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
39-1.04D Aggregate
Determine the aggregate moisture content and RAP moisture content in continuous mixing plants
at least twice a day during production and adjust the plant controller. Determine the RAP
moisture content in batch mixing plants at least twice a day during production and adjust the
plant controller.
39-1.04E Reclaimed Asphalt Pavement
Perform RAP quality control testing each day.
Sample RAP once daily and determine the RAP aggregate gradation under California Test 367,
appendix B, and submit the results with the combined aggregate gradation.
39-1.04F Density Cores
To determine density for Standard and QC/QA construction process projects, take 4- or 6-inch
diameter density cores at least once every 5 business days. Take 1 density core for every 250
tons of HMA from random locations the Engineer designates. Take density cores in the
Engineer's presence and backfill and compact holes with authorized material. Before submitting
a density core, mark it with the density core's location and place it in a protective container.
If a density core is damaged, replace it with a density core taken within 1 foot longitudinally
from the original density core. Relocate any density core located within 1 foot of a rumble strip
to 1 foot transversely away from the rumble strip.
39-1.04G Briquettes
Prepare 3 briquettes for each stability and air void content determination. Report the average of 3
tests. Prepare new briquettes and test again when the range of stability for the 3 briquettes is
more than 8 points.
You may use the same briquettes used for stability testing to determine bulk specific gravity
under California Test 308. If you use these briquettes and tests using bulk specific gravity fail,
you may prepare 3 new briquettes and determine a new bulk specific gravity.
39-1.05 ACCEPTANCE CRITERIA
HMA acceptance is specified in the sections for each HMA construction process.
The Department samples materials for testing under California Test 125 and the applicable test
method, except samples may be taken:
1. At the plant from a truck or an automatic sampling device
2. From the mat behind the paver
Sampling must be independent of Contractor quality control, statistically based, and random.
If you request, the Department splits samples and provides you with a part.
HMA acceptance is based on:
Special Provisions 77
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
1. Authorized JMF
2. Accepted QC plan for Standard and QC/QA construction process projects
3. Compliance with the HMA acceptance tables
4. Lot acceptance for QC/QA construction process projects
5. Visual inspection
The Department prepares 3 briquettes for each stability and air void content determination. The
average of 3 tests is reported. If the range of stability for the 3 briquettes is more than 8 points,
new briquettes are prepared and tested.
The Department may use the briquettes used for stability testing to determine bulk specific
gravity under California Test 308. If the Engineer uses the same briquettes and the tests using
that bulk specific gravity fail, the Engineer prepares 3 new briquettes and determines a new bulk
specific gravity.
39-1.06 DISPUTE RESOLUTION
Work with the Engineer to avoid potential conflicts and to resolve disputes regarding test result
discrepancies. Notify the Engineer within 5 business days of receiving a test result if you dispute
the test result.
If you or the Engineer dispute each other's test results, submit quality control test results and
copies of paperwork including worksheets used to determine the disputed test results. An
independent third party performs referee testing. Before the independent third party participates
in a dispute resolution, the party must be accredited under the Department's Independent
Assurance Program. The independent third party must be independent of the project. By mutual
agreement, the independent third party is chosen from:
1. Department laboratory
2. Department laboratory in a district or region not in the district or region the
project is located
3. Transportation Laboratory
4. Laboratory not currently employed by you or your HMA producer
If split quality control or acceptance samples are not available, the independent third party uses
any available material representing the disputed HMA for evaluation.
39-1.07 PRODUCTION START-UP EVALUATION
The Engineer evaluates HMA production and placement at production start-up.
Within the first 750 tons produced on the 1st day of HMA production, in the Engineer's presence
and from the same production run, take samples of:
1. Aggregate
2. Asphalt binder
3. RAP
Special Provisions 78
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
4. HMA
Sample aggregate from cold feed belts or hot bins. Take RAP samples from the RAP system.
Sample HMA under California Test 125, except if you request and if authorized, you may
sample HMA from any of the following locations:
1. Plant
2. Truck
3. Windrow
4. Paver hopper
5. Mat behind the paver
For aggregate, RAP, and HMA, split the samples into at least 4 parts and label their containers.
Submit 3 split parts and keep 1 part.
For Standard and QC/QA construction process projects, you and the Department must test the
split samples and report test results within 3 business days of sampling. If you proceed before
receipt of the test results, the Engineer may consider the HMA placed to be represented by these
test results.
For Standard and QC/QA construction process projects, take 4- or 6-inch diameter density cores
within the first 750 tons on the 1st day of HMA production. For each density core, the
Department reports the bulk specific gravity determined under California Test 308, Method A, in
addition to the percent of maximum theoretical density. You may test for in-place density at the
density core locations and include them in your production tests for percent of maximum
theoretical density.
39-1.08 PRODUCTION
39-1.08A General
Produce HMA in a batch mixing plant or a continuous mixing plant. Proportion aggregate by hot
or cold feed control.
HMA plants must be Department qualified. Before production, the HMA plant must have current
qualification under the Department's Materials Plant Quality Program.
During production, you may adjust hot or cold feed proportion controls for virgin aggregate and
RAP.
During production, asphalt binder set point for HMA Type A, HMA Type B, HMA Type C, and
RHMA-G must be the OBC shown in Contractor Hot Mix Asphalt Design Data form. For
OGFC, asphalt binder set point must be the OBC shown on Caltrans Hot Mix Asphalt
Verification form. If RAP is used, asphalt binder set point for HMA must be calculated as
specified in section 39-1.03E.
For RAP substitution rate of 15 percent or less, you may adjust the RAP by -5 percent.
For RAP substitution greater than 15, you may adjust the RAP by -3 percent.
Special Provisions 79
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
You must request adjustments to the plant asphalt binder set point based on new RAP stockpiles
average asphalt binder content. Do not adjust the HMA plant asphalt binder set point until
authorized.
39-1.08B Mixing
Mix HMA ingredients into a homogeneous mixture of coated aggregates.
Asphalt binder must be from 275 to 375 degrees F when mixed with aggregate.
Asphalt rubber binder must be from 375 to 425 degrees F when mixed with aggregate.
When mixed with asphalt binder, aggregate must not be more than 325 degrees F, except
aggregate for OGFC must be not more than 275 degrees F. These aggregate temperature
specifications do not apply if you use RAP.
HMA with or without RAP must not be more than 325 degrees F.
39-1.08C Asphalt Rubber Binder
Asphalt rubber binder blending plants must have current qualification under the Department’s
Material Plant Quality Program.
Deliver scrap tire crumb rubber and high natural rubber in separate bags.
Either proportion and mix asphalt binder, asphalt modifier, and CRM simultaneously or premix
the asphalt binder and asphalt modifier before adding CRM. If you premix the asphalt binder and
asphalt modifier, the asphalt binder must be from 375 to 425 degrees F when you add the asphalt
modifier. Mix for at least 20 minutes. When you add CRM, the asphalt binder and asphalt
modifier must be from 375 to 425 degrees F.
Do not use asphalt rubber binder during the first 45 minutes of the reaction period. During this
period, the asphalt rubber binder mixture must be from 375 to the lower of 425 degrees F or 25
degrees F below the asphalt binder's flash point described in the MSDS.
If any asphalt rubber binder is not used within 4 hours after the reaction period, discontinue
heating. If the asphalt rubber binder drops below 375 degrees F, reheat before use. If you add
more scrap tire crumb rubber to the reheated asphalt rubber binder, the binder must react for 45
minutes. The added scrap tire crumb rubber must not exceed 10 percent of the total asphalt
rubber binder weight. Reheated and reacted asphalt rubber binder must comply with the viscosity
specifications for asphalt rubber binder in section 39-1.02D. Do not reheat asphalt rubber binder
more than twice.
39-1.09 SUBGRADE, TACK COAT, AND GEOSYNTHETIC PAVEMENT
INTERLAYER
39-1.09A General
Prepare subgrade or apply tack coat to surfaces receiving HMA. If specified, place geosynthetic
pavement interlayer over a coat of asphalt binder.
Special Provisions 80
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
39-1.09B Subgrade
Subgrade to receive HMA must comply with the compaction and elevation tolerance
specifications in the sections for the material involved. Subgrade must be free of loose and
extraneous material. If HMA is paved on existing base or pavement, remove loose paving
particles, dirt, and other extraneous material by any means including flushing and sweeping.
39-1.09C Tack Coat
Apply tack coat:
1. To existing pavement, including planed surfaces
2. Between HMA layers
3. To vertical surfaces of:
3.1. Curbs
3.2. Gutters
3.3. Construction joints
Before placing HMA, apply tack coat in 1 application. The application rate must be the
minimum residual rate specified for the underlying surface conditions shown in the following
tables:
Tack Coat Application Rates for HMA Type A, Type B, and RHMA-G
HMA overlay over:
Minimum residual rates (gal/sq yd)
CSS1/CSS1h,
SS1/SS1h and
QS1h/CQS1h
asphaltic
emulsion
CRS1/CRS2,
RS1/RS2 and
QS1/CQS1
asphaltic
emulsion
Asphalt binder and
PMRS2/PMCRS2
and
PMRS2h/PMCRS2h
asphaltic emulsion
New HMA (between layers) 0.02 0.03 0.02
PCC and existing HMA (AC)
surfaces 0.03 0.04 0.03
Planed PCC and HMA (AC)
surfaces 0.05 0.06 0.04
Tack Coat Application Rates for OGFC
OGFC over:
Minimum residual rates (gal/sq yd)
CSS1/CSS1h,
SS1/SS1h and
QS1h/CQS1h
asphaltic
emulsion
CRS1/CRS2,
RS1/RS2 and
QS1/CQS1
asphaltic
emulsion
Asphalt binder and
PMRS2/PMCRS2
and
PMRS2h/PMCRS2h
asphaltic emulsion
New HMA 0.03 0.04 0.03
PCC and existing HMA (AC)
surfaces 0.05 0.06 0.04
Planed PCC and HMA (AC)
surfaces 0.06 0.07 0.05
If you dilute asphaltic emulsion, mix until homogeneous before application.
Special Provisions 81
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
For vertical surfaces, apply a residual tack coat rate that will thoroughly coat the vertical face
without running off.
If you request and if authorized, you may:
1. Change tack coat rates
2. Omit tack coat between layers of new HMA during the same work shift if:
2.1. No dust, dirt, or extraneous material is present
2.2. Surface is at least 140 degrees F
Immediately in advance of placing HMA, apply additional tack coat to damaged areas or where
loose or extraneous material is removed.
Close areas receiving tack coat to traffic. Do not track tack coat onto pavement surfaces beyond
the job site.
Asphalt binder tack coat must be from 285 to 350 degrees F when applied.
39-1.09D Geosynthetic Pavement Interlayer
Place geosynthetic pavement interlayer under the manufacturer's instruction.
Before placing the geosynthetic pavement interlayer and asphalt binder:
1. Repair cracks 1/4 inch and wider, spalls, and holes in the pavement. These repairs
are change order work.
2. Clean the pavement of loose and extraneous material.
Immediately before placing the interlayer, apply 0.25 ± 0.03 gal of asphalt binder per square yard
of interlayer or until the fabric is saturated. Apply asphalt binder the width of the geosynthetic
pavement interlayer plus 3 inches on each side. At interlayer overlaps, apply asphalt binder on
the lower interlayer the same overlap distance as the upper interlayer.
Asphalt binder must be from 285 to 350 degrees F and below the minimum melting point of the
geosynthetic pavement interlayer when applied.
Align and place the interlayer with no folds that result in a triple thickness, except that triple
thickness layers less than 1 inch in width may remain if less than 1/2 inch in height. Folds that
result in a triple layer greater than a 1 inch width must be slit and overlapped in a double
thickness at least 2 inches in width.
The minimum HMA thickness over the interlayer must be 0.12 foot thick, including conform
tapers. Do not place the interlayer on a wet or frozen surface.
Overlap the interlayer borders from 2 to 4 inches. In the direction of paving, overlap the
following roll with the preceding roll at any break.
Special Provisions 82
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
You may use rolling equipment to correct distortions or wrinkles in the interlayer.
If asphalt binder tracked onto the interlayer or brought to the surface by construction equipment
causes interlayer displacement, cover it with a small quantity of HMA.
Before placing HMA on the interlayer, do not expose the interlayer to:
1. Traffic, except for crossings under traffic control, and only after you place a small
HMA quantity
2. Sharp turns from construction equipment
3. Damaging elements
Pave HMA on the interlayer during the same work shift.
39-1.10 SPREADING AND COMPACTING EQUIPMENT
Paving equipment for spreading must be:
1. Self-propelled
2. Mechanical
3. Equipped with a screed or strike-off assembly that can distribute HMA the full
width of a traffic lane
4. Equipped with a full-width compacting device
5. Equipped with automatic screed controls and sensing devices that control the
thickness, longitudinal grade, and transverse screed slope
Install and maintain grade and slope references.
The screed must produce a uniform HMA surface texture without tearing, shoving, or gouging.
The paver must not leave marks such as ridges and indentations, unless you can eliminate them
by rolling.
Rollers must be equipped with a system that prevents HMA from sticking to the wheels. You
may use a parting agent that does not damage the HMA or impede the bonding of layers.
In areas inaccessible to spreading and compacting equipment:
1. Spread the HMA by any means to obtain the specified lines, grades, and cross
sections.
2. Use a pneumatic tamper, plate compactor, or equivalent to achieve thorough
compaction.
39-1.11 CONSTRUCTION
39-1.11A General
Do not place HMA on wet pavement or a frozen surface.
Special Provisions 83
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
You may deposit HMA in a windrow and load it in the paver if:
1. Paver is equipped with a hopper that automatically feeds the screed
2. Loading equipment can pick up the windrowed material and deposit it in the
paver hopper without damaging base material
3. Activities for deposit, pickup, loading, and paving are continuous
4. HMA temperature in the windrow does not fall below 260 degrees F
You may place HMA in 1 or more layers on areas less than 5 feet wide and outside the traveled
way, including shoulders. You may use mechanical equipment other than a paver for these areas.
The equipment must produce uniform smoothness and texture.
HMA handled, spread, or windrowed must not stain the finished surface of any improvement,
including pavement.
Do not use petroleum products such as kerosene or diesel fuel to release HMA from trucks,
spreaders, or compactors.
HMA must be free of:
1. Segregation
2. Coarse or fine aggregate pockets
3. Hardened lumps
39-1.11B Longitudinal Joints
39-1.11B(1) General
Longitudinal joints in the top layer must match specified lane edges. Alternate the longitudinal
joint offsets in the lower layers at least 0.5 foot from each side of the specified lane edges. You
may request other longitudinal joint placement patterns.
A vertical longitudinal joint of more than 0.15 ft is not allowed at any time between adjacent
lanes open to traffic.
For HMA thickness of 0.15 ft or less, the distance between the ends of the adjacent surfaced
lanes at the end of each day's work must not be greater than can be completed in the following
day of normal paving.
For HMA thickness greater than 0.15 ft, you must place HMA on adjacent traveled way lanes so
that at the end of each work shift the distance between the ends of HMA layers on adjacent lanes
is from 5 to 10 feet. Place additional HMA along the transverse edge at each lane's end and along
the exposed longitudinal edges between adjacent lanes. Hand rake and compact the additional
HMA to form temporary conforms. You may place Kraft paper or another authorized bond
breaker under the conform tapers to facilitate the taper removal when paving operations resume.
39-1.11B(2) Tapered Notched Wedge
Special Provisions 84
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
For divided highways with an HMA lift thickness greater than 0.15 foot, you may construct a 1-
foot wide tapered notched wedge joint as a longitudinal joint between adjacent lanes open to
traffic. A vertical notch of 0.75 inch maximum must be placed at the top and bottom of the
tapered wedge.
The tapered notched wedge must retain its shape while exposed to traffic. Pave the adjacent lane
within 1 day.
Construct the tapered portion of the tapered notched wedge with an authorized strike-off device.
The strike-off device must provide a uniform slope and must not restrict the main screed of the
paver.
You may use a device attached to the screed to construct longitudinal joints that will form a
tapered notched wedge in a single pass. The tapered notched wedge must be compacted to a
minimum of 91 percent compaction.
Perform QC testing on the completed tapered notch wedge joint as follows:
1. Perform field compaction tests at the rate of 1 test for each 750-foot section along
the joint. Select random locations for testing within each 750-foot section.
2. Perform field compaction tests at the centerline of the joint, 6 inches from the
upper vertical notch, after the adjacent lane is placed and before opening the pavement to
traffic.
3. Determine maximum density test results.
4. Determine percent compaction of the longitudinal joint as the ratio of the average
of the field compaction values and the maximum density test results.
For HMA under QC/QA construction process, the additional quality control compaction results
associated with the tapered notch wedge will not be included in the computation of any quality
factor and process control.
For acceptance of the completed tapered notch wedge joint, take two 4- or 6-inch diameter cores
6 inches from the upper vertical notch of the completed longitudinal joint for every 3,000 feet at
locations designated by the Engineer. Take cores after the adjacent lane is placed and before
opening the pavement to traffic. Cores must be taken in the presence of the Engineer and must be
marked to identify the test sites. Submit the cores. One core will be used for determination of the
field density and 1 core will be used for dispute resolution. The Engineer determines:
1. Field compaction by measuring the bulk specific gravity of the cores under
California Test 308, Method A
2. Percent compaction as the ratio of the average of the bulk specific gravity of the
core for each day's production to the maximum density test value
For HMA under QC/QA construction process, the additional quality assurance testing by the
Engineer to determine field compaction associated with the tapered notch wedge will not be
Special Provisions 85
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
included in the Engineer's verification testing and in the computation of any quality factor and
process control.
Determine percent compaction values each day the joint is completed and submit values within
24 hours of testing. If the percent compaction of 1 day's production is less than 91 percent, that
day’s notched wedge joint is rejected. Discontinue placement of the tapered notched wedge and
notify the Engineer of changes you will make to your construction process in order to meet the
specifications.
For HMA under QC/QA construction process, quantities of HMA placed in the completed
longitudinal joint will have a quality factor QFQC5 of 1.0.
39-1.11C Widening Existing Pavement
If widening existing pavement, construct new pavement structure to match the elevation of the
existing pavement's edge before placing HMA over the existing pavement.
39-1.11D Shoulders, Medians, and Other Road Connections
Until the adjoining through lane's top layer has been paved, do not pave the top layer of:
1. Shoulders
2. Tapers
3. Transitions
4. Road connections
5. Driveways
6. Curve widenings
7. Chain control lanes
8. Turnouts
9. Turn pockets
If the number of lanes changes, pave each through lane's top layer before paving a tapering lane's
top layer. Simultaneous to paving a through lane's top layer, you may pave an adjoining area's
top layer, including shoulders. Do not operate spreading equipment on any area's top layer until
completing final compaction.
39-1.11E Leveling
If leveling with HMA is specified, fill and level irregularities and ruts with HMA before
spreading HMA over the base, existing surfaces, or bridge decks. You may use mechanical
equipment other than a paver for these areas. The equipment must produce uniform smoothness
and texture. HMA used to change an existing surface's cross slope or profile is not paid for as
HMA (leveling).
If placing HMA against the edge of existing pavement, sawcut or grind the pavement straight
and vertical along the joint and remove extraneous material.
39-1.11F Compaction
Special Provisions 86
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Rolling must leave the completed surface compacted and smooth without tearing, cracking, or
shoving. Complete finish rolling activities before the pavement surface temperature is:
1. Below 150 degrees F for HMA with unmodified binder
2. Below 140 degrees F for HMA with modified binder
3. Below 200 degrees F for RHMA-G
If a vibratory roller is used as a finish roller, turn the vibrator off.
Do not use a pneumatic-tired roller to compact RHMA-G.
For Standard and QC/QA construction processes, if 3/4-inch aggregate grading is specified, you
may use a 1/2-inch aggregate grading if the specified total paved thickness is at least 0.15 foot
and less than 0.20 foot thick.
Spread and compact HMA under sections 39-3.03 and 39-3.04 if any of the following applies:
1. Specified paved thickness is less than 0.15 foot.
2. Specified paved thickness is less than 0.20 foot and 3/4-inch aggregate grading is
specified and used.
3. You spread and compact at:
3.1. Asphalt concrete surfacing replacement areas
3.2. Leveling courses
3.3. Areas for which the Engineer determines conventional compaction and
compaction measurement methods are impeded
Do not open new HMA pavement to public traffic until its mid-depth temperature is below 160
degrees F.
If you request and if authorized, you may cool HMA Type A and Type B with water when
rolling activities are complete. Apply water under Section 17-3.
Spread sand at a rate from 1 to 2 lb/sq yd on new RHMA-G, RHMA-O, and RHMA-O-HB
pavement when finish rolling is complete. Sand must be free of clay or organic matter. Sand
must comply with Section 90-1.02C(4)(c). Keep traffic off the pavement until spreading sand is
complete.
39-1.12 SMOOTHNESS
39-1.12A General
Determine HMA smoothness with a profilograph and a straightedge.
Smoothness specifications do not apply to OGFC placed on existing pavement not constructed
under the same project.
If concrete pavement is placed on HMA:
Special Provisions 87
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
1. Cold plane the HMA finished surface to within specified tolerances if it is higher
than the grade ordered.
2. Remove and replace HMA if the finished surface is lower than 0.05 foot below
the grade ordered.
39-1.12B Straightedge
The top layer of HMA pavement must not vary from the lower edge of a 12-foot straightedge:
1. More than 0.01 foot when the straightedge is laid parallel with the centerline
2. More than 0.02 foot when the straightedge is laid perpendicular to the centerline
and extends from edge to edge of a traffic lane
3. More than 0.02 foot when the straightedge is laid within 24 feet of a pavement
conform
39-1.12C Profilograph
For the top layer of HMA Type A, Type B, and RHMA-G pavement, determine the PI0 and
must-grinds under California Test 526. Take 2 profiles within each traffic lane, 3 feet from and
parallel with the edge of each lane.
A must-grind is a deviation of 0.3 inch or more in a length of 25 feet. You must correct must-
grinds.
For OGFC, only determine must-grinds if placed over HMA constructed under the same project.
The top layer of the underlying HMA must comply with the smoothness specifications before
placing OGFC.
Profile the pavement in the Engineer's presence.
On tangents and horizontal curves with a centerline radius of curvature 2,000 feet or more, the
PI0 must be at most 2.5 inches per 0.1-mile section.
On horizontal curves with a centerline radius of curvature between 1,000 feet and 2,000 feet
including pavement within the superelevation transitions, the PI0 must be at most 5 inches per
0.1-mile section.
Before the Engineer accepts HMA pavement for smoothness, submit final profilograms.
Submit 1 copy of profile information in Microsoft Excel and 1 copy of longitudinal pavement
profiles in ".erd" format or other ProVAL compatible format to the Engineer.
The following HMA pavement areas do not require a PI0. You must measure these areas with a
12-foot straightedge and determine must-grinds with a profilograph:
1. New HMA with a total thickness less than 0.25 foot
2. HMA sections of city or county streets and roads, turn lanes, and collector lanes
less than 1,500 feet in length
Special Provisions 88
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The following HMA pavement areas do not require a PI0 and you must measure them with a 12-
foot straightedge:
1. Horizontal curves with a centerline radius of curvature less than 1,000 feet,
including pavement within the superelevation transitions of those curves
2. Within 12 feet of a transverse joint separating the pavement from:
2.1. Existing pavement not constructed under the same project
2.2. A bridge deck or approach slab
3. Exit ramp termini, truck weigh stations, and weigh-in-motion areas
4. If steep grades and superelevation rates greater than 6 percent are present:
4.1. Ramps
4.2. Connectors
5. Turn lanes
6. Areas within 15 feet of manholes or drainage transitions
7. Acceleration and deceleration lanes for at-grade intersections
8. Shoulders and miscellaneous areas
9. HMA pavement within 3 feet from and parallel to the construction joints formed
between curbs, gutters, or existing pavement
39-1.12D Smoothness Correction
If the top layer of HMA Type A, Type B, or RHMA-G pavement does not comply with the
smoothness specifications, grind the pavement to within specified tolerances, remove and replace
it, or place an overlay of HMA. Do not start corrective work until your choice of methods is
authorized.
Remove and replace areas of OGFC not in compliance with the must-grind and straightedge
specifications, except you may grind OGFC for correcting smoothness:
1. At transverse joints separating the OGFC from pavement not constructed under
the same project
2. Within 12 feet of a transverse joint separating the OGFC from a bridge deck or
approach slab
Corrected HMA pavement areas must be uniform rectangles with edges:
1. Parallel to the nearest HMA pavement edge or lane line
2. Perpendicular to the pavement centerline
Measure the corrected HMA pavement surface with a profilograph and a 12-foot straightedge
and correct the pavement to within specified tolerances. If a must-grind area or straightedged
pavement cannot be corrected to within specified tolerances, remove and replace the pavement.
On areas ground but not overlaid with OGFC, apply fog seal coat under section 37-2.
39-1.12E Reserved
Special Provisions 89
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
39-1.13 HOT MIX ASPHALT ON BRIDGE DECKS
Produce and place HMA on bridge decks under the Method construction process.
Aggregate must comply with the 1/2-inch HMA Types A and B gradation.
If authorized, aggregate may comply with the no. 4 HMA Types A and B gradation for a section
or taper at a bridge end that is less than 1 inch in total depth.
If a concrete expansion dam is to be placed at a bridge deck expansion joint, tape oil-resistant
construction paper to the deck over the area to be covered by the dam before placing the tack
coat and HMA across the joint.
Do not leave a vertical joint more than 0.15 foot high between adjacent lanes open to traffic.
The tack coat application rate must be the minimum residual rate specified in section 39-1.09C.
For HMA placed on a deck seal, use the minimum residual rate specified for a PCC underlying
surface.
HMA placed on a deck seal must be placed in at least 2 approximately equal layers. The 1st layer
must be at least 1 inch thick after compaction. Protect the deck seal throughout all operations.
For placement of the 1st HMA layer on a deck seal:
1. Comply with the HMA application temperature recommended by the deck seal
manufacturer.
2. Deliver and place HMA using equipment with pneumatic tires or rubber-faced
wheels. Do not operate other vehicles or equipment on the bare deck seal.
3. Deposit HMA on the deck seal in such a way that the deck seal is not damaged.
Do not windrow the HMA material on the bridge deck seal.
4. Place HMA in a downhill direction on bridge decks with grades over 2 percent.
5. Spreading equipment need not be self-propelled.
39-1.14 MISCELLANEOUS AREAS AND DIKES
The following specifications in Section 39 do not apply to miscellaneous areas and dikes:
1. HMA construction process
2. HMA mix design requirements
3. Contractor quality control
4. Production start-up evaluation
Miscellaneous areas are outside the traveled way and include:
1. Median areas not including inside shoulders
2. Island areas
3. Sidewalks
4. Gutters
Special Provisions 90
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
5. Gutter flares
6. Ditches
7. Overside drains
8. Aprons at the ends of drainage structures
Spread miscellaneous areas in 1 layer and compact to the specified lines and grades.
For miscellaneous areas and dikes:
1. Do not submit a JMF.
2. Choose the 3/8-inch or 1/2-inch HMA Type A and Type B aggregate gradations.
3. Minimum asphalt binder content must be 6.4 percent for 3/8-inch aggregate and
5.7 percent for 1/2-inch aggregate. If you request and if authorized, you may reduce the
minimum asphalt binder content.
4. Choose asphalt binder Grade PG 70-10 or the same grade specified for HMA.
Prepare the area to receive HMA for miscellaneous areas and dikes, including any excavation
and backfill as needed.
39-1.15 MINOR HOT MIX ASPHALT
39-1.15A GENERAL
39-1.15A(1) Summary
The following specifications in Section 39 do not apply to minor HMA:
1. HMA construction process
2. HMA mix design requirements
3. Contractor quality control
4. Production start-up evaluation
39-1.15A(2) Definitions
Reserved
39-1.15A(3) Submittals
Reserved
39-1.15A(4) Quality Control and Assurance
Reserved
39-1.15B MATERIALS
The minimum asphalt binder content must be 6.4 percent for 3/8-inch aggregate gradation and
5.7 percent for 1/2-inch aggregate gradation.
Choose asphalt binder Grade PG 64-10, PG 64-16, or PG 70-10.
If you request and if authorized, you may reduce the minimum asphalt binder content.
Special Provisions 91
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Choose the 3/8-inch or 1/2-inch HMA Type A or Type B aggregate gradation.
39-1.15C CONSTRUCTION
Produce HMA at a central mixing plant.
Choose any method and equipment to spread and compact.
The surface must be:
1. Textured uniformly
2. Compacted firmly
3. Without depressions, humps, and irregularities
Smoothness specifications do not apply.
39-1.16 RUMBLE STRIPS
Reserved
39-1.17 DATA CORES
Reserved
39-1.18 HOT MIX ASPHALT AGGREGATE LIME TREATMENT—DRY LIME
METHOD
Reserved
39-1.19 HOT MIX ASPHALT AGGREGATE LIME TREATMENT—SLURRY
METHOD
Reserved
39-1.20 LIQUID ANTISTRIP TREATMENT
Reserved
39-1.21 REPLACE ASPHALT CONCRETE SURFACING
Reserved
39-1.22 LIQUID ASPHALT PRIME COAT
Reserved
39-1.23 HOT MIX ASPHALT TYPE C
Reserved
39-1.24 BONDED WEARING COURSE—GAP GRADED
Reserved
39-1.25 RUBBERIZED BONDED WEARING COURSE—GAP GRADED
Reserved
Special Provisions 92
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
39-1.26 RUBBERIZED BONDED WEARING COURSE—OPEN GRADED
Reserved
39-1.27 BONDED WEARING COURSE—OPEN GRADED
Reserved
39-1.28 ROADSIDE PAVING
Reserved
39-1.29 SOIL TREATMENT
Reserved
39-1.30–39-1.40 RESERVED
39-2 STANDARD CONSTRUCTION PROCESS
39-2.01 GENERAL
Section 39-2 includes specifications for HMA produced and constructed under the Standard
construction process.
39-2.02 CONTRACTOR QUALITY CONTROL
39-2.02A Quality Control Plan
Establish, implement, and maintain a QC plan for HMA. The QC plan must describe the
organization and procedures you will use to:
1. Control the quality characteristics
2. Determine when corrective actions are needed (action limits)
3. Implement corrective actions
When you submit the proposed JMF, submit the proposed QC plan. You and the Engineer must
discuss the QC plan during the prepaving conference.
The QC plan must address the elements affecting HMA quality including:
1. Aggregate
2. Asphalt binder
3. Additives
4. Production
5. Paving
The Engineer reviews each QC plan within 5 business days from the submittal. Do not produce
HMA until the Engineer authorizes the QC plan.
39-2.02B Quality Control Testing
Perform sampling and testing at the specified frequency for the quality characteristics shown in
the following table:
Special Provisions 93
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Minimum Quality Control—Standard Construction Process Quality
characteristic
Test
method
Minimum
sampling
and testing
frequency
HMA type
A
B
RHMA-G
OGFC
Aggregate
gradationa
California
Test 202 1 per 750
tons and
any
remaining
part at the
end of the
project
JMF
Toleranceb
JMF
Toleranceb
JMF
Toleranceb
JMF
Toleranceb Sand equivalent
(min)c
California
Test 217
47 42 47 --
Asphalt binder
content (%)
California
Test 379 or
382
JMF0.40 JMF0.40 JMF 0.40 JMF 0.40
HMA moisture
content (%, max)
California
Test 226 or
370
1 per
2,500 tons
but not
less than 1
per paving
day
1.0 1.0 1.0 1.0
Field compaction
(% max.
theoretical
density)d,e
QC plan 2 per
business
day (min.)
91–97 91–97 91–97 --
Stabilometer
value (min)c No. 4 and 3/8"
gradings
1/2" and 3/4"
gradings
California
Test 366
1 per 4,000
tons or 2
per 5
business
days,
whichever
is greater
30
37
30
35
--
23
--
--
Air void content
(%)c, f
California
Test 367 4 2 4 2 TV 2 --
Aggregate
moisture content
at continuous
mixing plants
and RAP
moisture content
at continuous
mixing plants
and batch mixing
plantsg
California
Test 226 or
370
2 per day
during
production
-- -- -- --
Special Provisions 94
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Percent of
crushed particles
coarse aggregate
(%, min) One fractured
face
Two fractured
faces
Fine aggregate
(%, min) (Passing no. 4
sieve and
retained on
no. 8 sieve.)
One fractured
face
California
Test 205
As
designated
in the QC
plan. At
least once
per project
90
75
70
25
--
20
--
90
70
90
75
90
Los Angeles
Rattler (%, max) Loss at 100
rev.
Loss at 500
rev.
California
Test 211
12
45
--
50
12
40
12
40
Flat and
elongated
particles (%, max
by weight @ 5:1)
California
Test 235
Report
only
Report
only
Report
only
Report
only
Fine aggregate
angularity (%,
min)h
California
Test 234
45 45 45 --
Voids filled with
asphalt (%)i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
Report
only --
Voids in mineral
aggregate (%
min)i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
17.0
15.0
14.0
13.0
17.0
15.0
14.0
13.0
--
--
18.0–23.0
18.0–23.0
--
Dust proportioni No. 4 and 3/8"
gradings
1/2" and 3/4"
gradings
California
Test 367
0.6-1.2
0.6–1.2
0.6-1.2
0.6–1.2
Report
only --
Special Provisions 95
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Hamburg wheel
track
(minimum
number of passes
at 0.5 inch
average rut
depth) j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified)
1 per
10,000 tons
or 1 per
project
whichever
is more
10,000
15,000
20,000
25,000
10,000
15,000
20,000
25,000
-- --
Hamburg wheel
track
(inflection point
minimum
number of
passes) j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified)
1 per
10,000 tons
or 1 per
project
whichever
is more
10,000
10,000
12,500
15000
10,000
10,000
12,500
15000
-- --
Moisture
susceptibility
(minimum dry
strength, psi) j
California
Test 371
For RAP
≥15%
1 per
10,000 tons
or 1 per
project
whichever
is greater
120 120 -- --
Moisture
susceptibility
(tensile strength
ration, %)j
California
Test 371
For RAP
≥15%
1 per
10,000 tons
or 1 per
project
whichever
is greater
70 70 -- --
Smoothness Section 39-
1.12
--
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
Asphalt rubber
binder viscosity
@ 375 °F,
centipoises
Section 39-
1.02D
Section
39-1.04C -- --
1,500–
4,000
1,500–
4,000
Asphalt modifier Section 39-
1.02D
Section
39-1.04C -- --
Section
39-1.02D
Section
39-1.02D
CRM Section 39-
1.02D
Section
39-1.04C
-- -- Section
39-1.02D
Section
39-1.02D
Special Provisions 96
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
a Determine combined aggregate gradation containing RAP under California Test 367. b The tolerances must comply with the allowable tolerances in section 39-1.02E. c Report the average of 3 tests from a single split sample. d Determine field compaction for any of the following conditions:
1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least
0.15 foot.
2. 3/4-inch aggregate grading is used and the specified total paved thickness is at least 0.20 foot. e To determine field compaction use:
1. In-place density measurements using the method specified in your QC plan.
2. California Test 309 to determine the maximum theoretical density at the frequency specified in
California Test 375, Part 5C. f Determine the bulk specific gravity of each lab-compacted briquette under California Test 308,
Method A, and theoretical maximum specific gravity under California Test 309. g For adjusting the plant controller at the HMA plant. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand
by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.
Replace the 1st paragraph of Section 39-2.03A with:
The Department samples for acceptance testing and tests for the quality characteristics shown in
the following table:
Special Provisions 97
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
HMA Acceptance—Standard Construction Process Quality characteristic Test method HMA type
A B RHMA-G OGFC
Aggregate gradation a California
Test 202 JMF
tolerance c JMF
tolerance c JMF
tolerance c JMF
tolerance c Sieve 3/4" 1/2" 3/8"
1/2" X b
3/8" X
No. 4 X
No. 8 X X X
No.
200
X X X
Sand equivalent (min) d California
Test 217
47 42 47 --
Asphalt binder content (%) California
Test 379 or
382
JMF0.40 JMF0.40 JMF 0.40 JMF 0.40
HMA moisture content
(%, max)
California
Test 226 or
370
1.0 1.0 1.0 1.0
Field compaction (% max.
theoretical density) e, f
California
Test 375
91–97 91–97 91–97 --
Stabilometer value (min)d, No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 366
30
37
30
35
--
23
--
--
Air void content (%) d, g California
Test 367 4 2 4 2 TV 2 --
Percent of crushed particles
Coarse aggregate (%, min) One fractured face
Two fractured faces
Fine aggregate (%, min) (Passing no. 4 sieve and
retained on no. 8 sieve.)
One fractured face
California
Test 205
90
75
70
25
--
20
--
90
70
90
75
90
Los Angeles Rattler (%,
max) Loss at 100 rev.
Loss at 500 rev.
California
Test 211
12
45
--
50
12
40
12
40
Fine aggregate angularity
(%, min)h
California
Test 234
45
45
45
--
Flat and elongated particles
(%, max by weight @ 5:1)
California
Test 235
Report
only
Report
only
Report
only
Report
only
Voids filled with asphalt
(%)i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
Report
only --
Special Provisions 98
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Voids in mineral aggregate
(% min) i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
17.0
15.0
14.0
13.0
17.0
15.0
14.0
13.0
--
--
18.0–23.0
18.0–23.0
--
Dust proportion i No. 4 and 3/8" gradings 1/2" and 3/4" gradings
California
Test 367
0.6-1.2
0.6–1.2
0.6-1.2
0.6–1.2
Report
only --
Hamburg wheel track
(minimum number of passes
at 0.5 inch average rut
depth)j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified)
10,000
15,000
20,000
25,000
10,000
15,000
20,000
25,000
-- --
Hamburg wheel track
(inflection point minimum
number of passes)j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified)
10,000
10,000
12,500
15000
10,000
10,000
12,500
15000
-- --
Moisture susceptibility
(minimum dry strength, psi)j
California
Test 371 120 120 -- --
Moisture susceptibility
(tensile strength ration, %)j California
Test 371 70 70 -- --
Smoothness Section 39-
1.12
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge and
must grind
Asphalt binder Various Section 92 Section 92 Section 92 Section 92
Asphalt rubber binder Various -- -- Section
92-
1.01D(2)
and
Section 39-
1.02D
Section
92-
1.01D(2)
and Section
39-1.02D
Asphalt modifier Various -- -- Section
39-1.02D
Section
39-1.02D
CRM Various -- -- Section
39-1.02D
Section
39-1.02D
Special Provisions 99
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
a The Engineer determines combined aggregate gradations containing RAP under California Test
367. b "X" denotes the sieves the Engineer tests for the specified aggregate gradation. c The tolerances must comply with the allowable tolerances in Section 39-1.02E. d The Engineer reports the average of 3 tests from a single split sample. e The Engineer determines field compaction for any of the following conditions:
1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least
0.15 foot.2. 3/4-inch aggregate grading is used and the specified total paved thickness is at least 0.20 foot. f To determine field compaction, the Engineer uses:
1. California Test 308, Method A, to determine in-place density of each density core.
2. California Test 309 to determine the maximum theoretical density at the frequency specified in
California Test 375, Part 5C. g The Engineer determines the bulk specific gravity of each lab-compacted briquette under California
Test 308, Method A, and theoretical maximum specific gravity under California Test 309. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand
by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or
gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.
For any single quality characteristic except smoothness, if 2 consecutive quality control test
results do not comply with the action limits or specifications:
1. Stop production.
2. Notify the Engineer.
3. Take corrective action.
4. Demonstrate compliance with the specifications before resuming production and
placement.
39-2.03 ACCEPTANCE CRITERIA
39-2.03A Testing
The Department samples for acceptance testing and tests for the quality characteristics shown in
the following table:
Special Provisions 100
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
HMA Acceptance—Standard Construction Process Quality characteristic Test
method
HMA type
A B RHMA-G OGFC
Aggregate gradation a California
Test 202 JMF
tolerance c
JMF
tolerance c
JMF
tolerance c
JMF
tolerance c Sieve 3/4" 1/2" 3/8"
1/2" X b
3/8" X
No. 4 X
No. 8 X X X
No.
200
X X X
Sand equivalent (min) d California
Test 217
47 42 47 --
Asphalt binder content (%) California
Test 379 or
382
JMF0.40 JMF0.40 JMF 0.40 JMF 0.40
HMA moisture content
(%, max)
California
Test 226 or
370
1.0 1.0 1.0 1.0
Field compaction (% max.
theoretical density) e, f
California
Test 375
91–97 91–97 91–97 --
Stabilometer value (min)d, No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 366
30
37
30
35
--
23
--
--
Air void content (%) d, g California
Test 367 4 2 4 2 TV 2 --
Percent of crushed particles
Coarse aggregate (%, min) One fractured face
Two fractured faces
Fine aggregate (%, min) (Passing no. 4 sieve and
retained on no. 8 sieve.)
One fractured face
California
Test 205
90
75
70
25
--
20
--
90
70
90
75
90
Los Angeles Rattler (%, max) Loss at 100 rev.
Loss at 500 rev.
California
Test 211
12
45
--
50
12
40
12
40
Fine aggregate angularity (%,
min)h
California
Test 234
45
45
45
--
Flat and elongated particles
(%, max by weight @ 5:1)
California
Test 235
Report
only
Report
only
Report
only Report only
Voids filled with asphalt (%) i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
Report
only --
Special Provisions 101
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Voids in mineral aggregate
(% min) i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
17.0
15.0
14.0
13.0
17.0
15.0
14.0
13.0
--
--
18.0–23.0
18.0–23.0
--
Dust proportion i No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 367
0.6-1.2
0.6–1.2
0.6-1.2
0.6–1.2
Report
only --
Hamburg wheel track
(minimum number of passes
at 0.5 inch average rut depth)j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified)
10,000
15,000
20,000
25,000
10,000
15,000
20,000
25,000
-- --
Hamburg wheel track
(inflection point minimum
number of passes)j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified)
10,000
10,000
12,500
15000
10,000
10,000
12,500
15000
-- --
Moisture susceptibility
(minimum dry strength, psi)j
California
Test 371 120 120 -- --
Moisture susceptibility
(tensile strength ration, %)j
California
Test 371 70 70 -- --
Smoothness Section 39-
1.12
12-foot
straight-
edge,
must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge and
must grind
Asphalt binder Various Section 92 Section 92 Section 92 Section 92
Asphalt rubber binder Various -- -- Section
92-
1.01D(2)
and
Section 39-
1.02D
Section
92-1.01D(2)
and Section
39-1.02D
Asphalt modifier Various -- -- Section
39-1.02D
Section
39-1.02D
CRM Various -- -- Section
39-1.02D
Section
39-1.02D
Special Provisions 102
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
a The Engineer determines combined aggregate gradations containing RAP under California Test
367. b "X" denotes the sieves the Engineer tests for the specified aggregate gradation. c The tolerances must comply with the allowable tolerances in Section 39-1.02E. d The Engineer reports the average of 3 tests from a single split sample. e The Engineer determines field compaction for any of the following conditions:
1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness
is at least 0.15 foot.2. 3/4-inch aggregate grading is used and the specified total paved
thickness is at least 0.20 foot. f To determine field compaction, the Engineer uses:
1. California Test 308, Method A, to determine in-place density of each density core.
2. California Test 309 to determine the maximum theoretical density at the frequency specified
in California Test 375, Part 5C. gThe Engineer determines the bulk specific gravity of each lab-compacted briquette under California
Test 308, Method A, and theoretical maximum specific gravity under California Test 309. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand
by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or
gravel. i Report only. jApplies to RAP substitution rate greater than 15 percent.
No single test result may represent more than 750 tons or 1 day's production, whichever is less.
For any single quality characteristic except smoothness, if 2 consecutive acceptance test results
do not comply with the specifications:
1. Stop production.
2. Take corrective action.
3. Take samples and split each sample into 4 parts in the Engineer's presence. Test 1
part for compliance with the specifications and submit 3 parts to the Engineer. The
Department tests 1 part for compliance with the specifications and reserves and stores 2
parts.
4. Demonstrate compliance with the specifications before resuming production and
placement.
The Department tests the density core you take from each 250 tons of HMA production. The
Department determines the percent of maximum theoretical density for each density core by
determining the density core's density and dividing by the maximum theoretical density.
The Engineer determines the percent of maximum theoretical density from density cores taken
from the final layer measured the full depth of the total paved HMA thickness if any of the
following applies:
1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved
thickness is at least 0.15 foot and any layer is less than 0.15 foot.
2. 3/4-inch aggregate grading is used and the specified total paved thickness is at
least 0.2 foot and any layer is less than 0.20 foot.
Special Provisions 103
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
For percent of maximum theoretical density, the Engineer determines a deduction for each test
result outside the specifications using the reduced payment factors shown in the following table:
Reduced Payment Factors for Percent of Maximum Theoretical Density HMA Type A and
B and RHMA-G
percent of
maximum
theoretical density
Reduced payment
factor
HMA Type A and
B and RHMA-G
percent of
maximum
theoretical density
Reduced payment
factor
91.0 0.0000 97.0 0.0000
90.9 0.0125 97.1 0.0125
90.8 0.0250 97.2 0.0250
90.7 0.0375 97.3 0.0375
90.6 0.0500 97.4 0.0500
90.5 0.0625 97.5 0.0625
90.4 0.0750 97.6 0.0750
90.3 0.0875 97.7 0.0875
90.2 0.1000 97.8 0.1000
90.1 0.1125 97.9 0.1125
90.0 0.1250 98.0 0.1250
89.9 0.1375 98.1 0.1375
89.8 0.1500 98.2 0.1500
89.7 0.1625 98.3 0.1625
89.6 0.1750 98.4 0.1750
89.5 0.1875 98.5 0.1875
89.4 0.2000 98.6 0.2000
89.3 0.2125 98.7 0.2125
89.2 0.2250 98.8 0.2250
89.1 0.2375 98.9 0.2375
89.0 0.2500 99.0 0.2500
< 89.0 Remove and
replace > 99.0
Remove and
replace
39-2.04 TRANSPORTING, SPREADING, AND COMPACTING
Determine the number of rollers needed to obtain the specified density and surface finish.
39-3 METHOD CONSTRUCTION PROCESS
39-3.01 GENERAL
Section 39-3 includes specifications for HMA produced and constructed under the Method
construction process.
39-3.02 ACCEPTANCE CRITERIA
39-3.02A Testing
The Department samples for acceptance testing and tests for the quality characteristics shown in
the following table:
Special Provisions 104
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
HMA Acceptance—Method Construction Process Quality characteristic Test
method
HMA type
A B RHMA-G OGFC
Aggregate gradation a California
Test 202 JMF
tolerance b JMF
tolerance b JMF
tolerance b JMF
tolerance b
Sand equivalent (min) c California
Test 217
47 42 47 --
Asphalt binder content (%) California
Test 379
or 382
JMF 0.45 JMF 0.45 JMF 0.50 JMF 0.50
HMA moisture content (%,
max)
California
Test 226
or 370
1.0 1.0 1.0 1.0
Stabilometer value (min) c, d No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 366
30
37
30
35
--
23
--
--
Percent of crushed particles
Coarse aggregate (% min) One fractured face
Two fractured faces
Fine aggregate (% min) (Passing no. 4 sieve and
retained on no. 8 sieve.)
One fractured face
California
Test 205
90
75
70
25
--
20
--
90
70
90
75
90
Los Angeles Rattler (% max) Loss at 100 rev.
Loss at 500 rev.
California
Test 211
12
45
--
50
12
40
12
40
Air void content (%) c, e California
Test 367 4 2 4 2 TV 2 --
Fine aggregate angularity
(% min) California
Test 234 45 45 45 --
Flat and elongated particles
(% max by weight @ 5:1) California
Test 235
Report
only
Report
only
Report
only
Report
only
Voids filled with asphalt
(%) f No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
76.0–80.0
73.0–76.0
65.0–75.0
65.0–75.0
76.0–80.0
73.0–76.0
65.0–75.0
65.0–75.0
Report
only --
Voids in mineral aggregate
(% min) f No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
17.0
15.0
14.0
13.0
17.0
15.0
14.0
13.0
--
--
18.0–23.0 g
18.0–23.0 g
--
Dust proportion f No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 367
0.9–2.0
0.6–1.3
0.9–2.0
0.6–1.3
Report
only --
Special Provisions 105
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Smoothness Section
39-1.12
12-foot
straight-
edge and
must-grind
12-foot
straight-
edge and
must-grind
12-foot
straight-
edge and
must-grind
12-foot
straight-
edge and
must-grind
Asphalt binder Various Section 92 Section 92 Section 92 Section 92
Asphalt rubber binder Various -- -- Section
92-
1.01D(2)
and section
39-1.02D
Section
92-
1.01D(2)
and section
39-1.02D
Asphalt modifier Various -- -- Section
39-1.02D
Section
39-1.02D
CRM Various -- -- Section
39-1.02D
Section
39-1.02D a The Engineer determines combined aggregate gradations containing RAP under California
Test 367. b The tolerances must comply with the allowable tolerances in section 39-1.02E. c The Engineer reports the average of 3 tests from a single split sample. d California Test 304, Part 2.13. e The Engineer determines the bulk specific gravity of each lab-compacted briquette under California
Test 308, Method A, and theoretical maximum specific gravity under California Test 309. f Report only if the adjustment for the asphalt binder content TV is less than or equal to ±0.3 percent
from the OBC value submitted on a Contractor Hot Mix Asphalt Design Data form. g Voids in mineral aggregate for RHMA-G must be within this range.
No single test result may represent more than 750 tons or 1 day's production, whichever is less.
For any single quality characteristic except smoothness, if 2 consecutive acceptance test results
do not comply with the specifications:
1. Stop production.
2. Take corrective action.
3. Take samples and split each sample into 4 parts in the Engineer's presence. Test 1
part for compliance with the specifications and submit 3 parts to the Engineer. The
Department tests 1 part for compliance with the specifications and reserves and stores 2
parts.
4. Demonstrate compliance with the specifications before resuming production and
placement.
39-3.03 SPREADING AND COMPACTING EQUIPMENT
Each paver spreading HMA Type A and Type B must be followed by 3 rollers as follows:
1. One vibratory roller specifically designed to compact HMA. The roller must be
capable of at least 2,500 vibrations per minute and must be equipped with amplitude and
frequency controls. The roller's gross static weight must be at least 7.5 tons.
2. One oscillating type pneumatic-tired roller at least 4 feet wide. Pneumatic tires
must be of equal size, diameter, type, and ply. The tires must be inflated to 60 psi
minimum and maintained so that the air pressure does not vary more than 5 psi.
Special Provisions 106
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
3. One steel-tired, 2-axle tandem roller. The roller's gross static weight must be at
least 7.5 tons.
Each roller must have a separate operator. Rollers must be self-propelled and reversible.
Compact RHMA-G as specified for HMA Type A and Type B except do not use pneumatic-tired
rollers.
Compact OGFC with steel-tired, 2-axle tandem rollers. If placing 300 tons or more of OGFC per
hour, use at least 3 rollers for each paver. If placing less than 300 tons of OGFC per hour, use at
least 2 rollers for each paver. Each roller must weigh from 126 to 172 lb per linear inch of drum
width. Turn the vibrator off.
39-3.04 TRANSPORTING, SPREADING, AND COMPACTING
Pave HMA in maximum 0.25-foot thick compacted layers.
If the surface to be paved is both in sunlight and shade, pavement surface temperatures must be
taken in the shade.
Spread HMA Type A and Type B at the atmospheric and surface temperatures shown in the
following table:
Minimum Atmospheric and Surface Temperatures Compacted layer
thickness, feet
Atmospheric, F Surface, F
Unmodified
asphalt binder
Modified asphalt
bindera Unmodified
asphalt binder
Modified asphalt
binder a
0.15 55 50 60 55
0.15–0.25 45 45 50 50 a Except asphalt rubber binder.
If the asphalt binder for HMA Type A and Type B is unmodified asphalt binder, complete:
1. First coverage of breakdown compaction before the surface temperature drops
below 250 degrees F
2. Breakdown and intermediate compaction before the surface temperature drops
below 200 degrees F
3. Finish compaction before the surface temperature drops below 150 degrees F
If the asphalt binder for HMA Type A and Type B is modified asphalt binder, complete:
1. First coverage of breakdown compaction before the surface temperature drops
below 240 degrees F
2. Breakdown and intermediate compaction before the surface temperature drops
below 180 degrees F
3. Finish compaction before the surface temperature drops below 140 degrees F
Special Provisions 107
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
For RHMA-G:
1. Only spread and compact if the atmospheric temperature is at least 55 degrees F
and the surface temperature is at least 60 degrees F.
2. Complete the 1st coverage of breakdown compaction before the surface
temperature drops below 285 degrees F.
3. Complete breakdown and intermediate compaction before the surface temperature
drops below 250 degrees F.
4. Complete finish compaction before the surface temperature drops below 200
degrees F.
5. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70
degrees F. The tarpaulins must completely cover the exposed load until you transfer the
mixture to the paver's hopper or to the pavement surface.
For HMA-O with unmodified asphalt binder:
1. Only spread and compact if the atmospheric temperature is at least 55 degrees F
and the surface temperature is at least 60 degrees F.
2. Complete the 1st coverage using 2 rollers before the surface temperature drops
below 240 degrees F.
3. Complete all compaction before the surface temperature drops below 200 degrees
F.
4. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70
degrees F. The tarpaulins must completely cover the exposed load until you transfer the
mixture to the paver's hopper or to the pavement surface.
For HMA-O with modified asphalt binder, except asphalt rubber binder:
1. Only spread and compact if the atmospheric temperature is at least 50 degrees F
and the surface temperature is at least 50 degrees F.
2. Complete the 1st coverage using 2 rollers before the surface temperature drops
below 240 degrees F.
3. Complete all compaction before the surface temperature drops below 180 degrees
F.
4. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70
degrees F. The tarpaulins must completely cover the exposed load until you transfer the
mixture to the paver's hopper or to the pavement surface.
For RHMA-O and RHMA-O-HB:
1. Only spread and compact if the atmospheric temperature is at least 55 degrees F
and surface temperature is at least 60 degrees F.
2 Complete the 1st coverage using 2 rollers before the surface temperature drops
below 280 degrees F.
3. Complete compaction before the surface temperature drops below 250 degrees F.
Special Provisions 108
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
4. Cover loads in trucks with tarpaulins, if the atmospheric temperature is below 70
degrees F. The tarpaulins must completely cover the exposed load until you transfer the
mixture to the paver's hopper or to the pavement surface.
For RHMA-G and OGFC, tarpaulins are not required if the time from discharging to the truck
until transfer to the paver's hopper or the pavement surface is less than 30 minutes.
HMA compaction coverage is the number of passes needed to cover the paving width. A pass is
1 roller's movement parallel to the paving in either direction. Overlapping passes are part of the
coverage being made and are not a subsequent coverage. Do not start a coverage until
completing the prior coverage.
Start rolling at the lower edge and progress toward the highest part.
Perform breakdown compaction of each layer of HMA Type A, Type B, and RHMA-G with 3
coverages using a vibratory roller. The speed of the vibratory roller in miles per hour must not
exceed the vibrations per minute divided by 1,000. If the thickness of the HMA layer is less than
0.08 foot, turn the vibrator off. The Engineer may order fewer coverages if the thickness of the
HMA layer is less than 0.15 foot.
Perform intermediate compaction of each layer of HMA Type A and Type B with 3 coverages
using a pneumatic-tired roller at a speed not exceeding 5 mph.
Perform finish compaction of HMA Type A, Type B, and RHMA-G with 1 coverage using a
steel-tired roller.
Compact OGFC with 2 coverages using steel-tired rollers.
39-4 QUALITY CONTROL/QUALITY ASSURANCE CONSTRUCTION PROCESS
39-4.01 GENERAL
Section 39-4 includes specifications for HMA produced and constructed under the Quality
Control / Quality Assurance construction process.
The QC/QA construction process consists of:
1. Establishing, maintaining, and changing if needed a quality control system
providing assurance the HMA complies with the specifications
2. Sampling and testing at specified intervals, or sublots, to demonstrate compliance
and to control the process
3. Department sampling and testing at specified intervals to verify the testing
process and HMA quality
4. Engineer using test results, statistical evaluation of verified quality control tests,
and inspection to accept HMA for payment
A lot is a quantity of HMA. The Engineer designates a new lot when:
1. 20 sublots are complete
Special Provisions 109
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
2. JMF changes
3. Production stops for more than 30 days
Each lot consists of no more than 20 sublots. A sublot is 750 tons, except a quantity of HMA
paved at day's end greater than 250 tons is a sublot. If a quantity of HMA paved at day's end is
less than 250 tons, you may either make this quantity a sublot or include it in the previous
sublot's test results for statistical evaluation.
39-4.02 CONTRACTOR QUALITY CONTROL
39-4.02A General
Use a composite quality factor, QFC, and individual quality factors, QFQCi, to control your
process and evaluate the quality control program. For quality characteristics without quality
factors, use your QC plan's action limits to control your process.
Control HMA quality including:
1. Materials
2. Proportioning
3. Spreading and compacting
4. Finished roadway surface
Develop, implement, and maintain a quality control program that includes:
1. Inspection
2. Sampling
3. Testing
39-4.02B Quality Control Plan
With the JMF submittal, submit a QC plan. The QC plan must comply with the Department's
Quality Control Manual for Hot Mix Asphalt Production and Placement. Discuss the QC plan
with the Engineer during the prepaving conference.
The Engineer reviews each QC plan within 5 business days from the submittal. Do not produce
HMA until the Engineer authorizes the QC plan.
The QC plan must include the name and qualifications of a QC manager. The QC manager
administers the QC plan and during paving must be at the job site within 3 hours of receiving
notice. The QC manager must not be any of the following on the project:
1. Foreman
2. Production or paving crewmember
3. Inspector
4. Tester
The QC plan must include action limits and details of corrective action you will take if a test
result for any quality characteristic falls outside an action limit.
Special Provisions 110
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
As work progresses, you must submit a QC plan supplement to change quality control
procedures, personnel, tester qualification status, or laboratory accreditation status.
39-4.02C Quality Control Inspection, Sampling, and Testing
Sample, test, inspect, and manage HMA quality control.
Provide a roadway inspector while HMA paving activities are in progress. Provide a plant
inspector during HMA production.
Inspectors must comply with the Department's Quality Control Manual for Hot Mix Asphalt
Production and Placement.
Provide a testing laboratory and personnel for quality control testing. Provide the Engineer
unrestricted access to the quality control activities. Before providing services for the project, the
Engineer reviews, accredits, and qualifies the testing laboratory and personnel under the
Department's Independent Assurance Program.
For HMA at production start-up and every 10,000 tons, sample and test under California Test
371. Submit the test results to the Engineer.
For HMA at production start-up and once during production, submit samples split from your
HMA production sample for California Test 371 to the Engineer and the Transportation
Laboratory, Attention: Moisture Test.
Except for RAP substitution rate of greater than 15 percent, the Department does not use results
from California Test 371 to determine specification compliance.
Comply with the values for the HMA quality characteristics and minimum random sampling and
testing for quality control shown in the following table:
Special Provisions 111
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Minimum Quality Control—QC/QA Construction Process Quality
characteristic
Test
method
Minimum
sampling
and
testing
frequency
HMA Type
Location
of
sampling
Maxi-
mum
report
-ing
time
allow-
ance
A B RHMA-
G
Aggregate
gradationa California
Test 202
1 per 750
tons
JMF ±
tolerance b JMF ±
tolerance b JMF ±
tolerance b Californi
a Test
125
24
hours
Asphalt
binder
content (%)
California
Test 379
or 382
JMF0.40 JMF0.40 JMF
±0.40
Loose
mix
behind
paver
See
Californi
a Test
125
Field
compaction
(% max.
theoretical
density)c,d
QC plan 92–96 92–96 91–96 QC plan
Aggregate
moisture
content at
continuous
mixing plants
and RAP
moisture
content at
continuous
mixing plants
and batch
mixing
plantse
California
Test 226
or 370
2 per day
during
production
-- -- --
Stock-
piles or
cold feed
belts
--
Sand
equivalent
(min)f
California
Test 217
1 per 750
tons 47 42 47
Californi
a Test
125
24
hours
HMA
moisture
content
(%,max)
California
Test 226
or 370
1 per
2,500 tons
but
not less
than 1 per
paving
day
1.0 1.0 1.0 Loose
Mix
24
hours
Special Provisions 112
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Stabilometer
value (min)f
No. 4 and 3/8"
gradings
1/2" and 3/4"
gradings
California
Test 366
1 per
4,000 tons
or 2 per 5
business
days,
whichever
is greater
30
37
30
35
--
23
Behind
Paver
See
Californi
a Test
125
48
hours
Air void
content (%)f,g California
Test 367 4 ± 2 4 ± 2 TV ± 2
Percent of
crushed
particles
coarse
aggregate
(% min.): One
fractured
face
Two
fractured
faces
Fine
aggregate
(% min)
(Passing no.
4 sieve and
retained on
no. 8 sieve): One fractured
face
California
Test 205
As desig-
nated in
QC plan.
At least
once per
project.
90
75
70
25
--
20
--
90
70
Californi
a Test
125
48
hours
Los Angeles
Rattler (%
max): Loss at 100
rev.
Loss at 500
rev.
California
Test 211
12
45
--
50
12
40
Californi
a Test
125
Fine
aggregate
angularity
(% min) h
California
Test 234 45 45 45
Californi
a Test
125
Flat and
elongated
particle
(% max by
weight @
5:1)
California
Test 235
Report
only
Report
only
Report
only
Californi
a Test
125
Special Provisions 113
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Voids filled
with asphalt
(%)i
No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
Report only
Voids in
mineral
aggregate
(% min.)i
No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
17.0
15.0
14.0
13.0
17.0
15.0
14.0
13.0
--
--
18.0–23.0
18.0–23.0
Dust
proportioni
No. 4 and 3/8"
gradings
1/2" and 3/4"
gradings
California
Test 367
0.6–1.2
0.6–1.2
0.6–1.2
0.6–1.2
Report only
Hamburg
wheel track
(minimum
number of
passes at 0.5
inch average
rut depth)i PG-58
PG-64
PG-70
PG-76 or
higher
AASHTO
T 324
(Modified
)
1 per
10,000
tons or 1
per project
whichever
is greater
10,000
15,000
20,000
25,000
10,000
15,000
20,000
25,000
-- --
Hamburg
wheel track
(inflection
point
minimum
number of
passes)j PG-58 PG-64 PG-70 PG-76 or higher
AASHTO
T 324
(Modified
)
1 per
10,000
tons or 1
per project
whichever
is greater
10,000
10,000
12,500
15000
10,000
10,000
12,500
15000
-- --
Special Provisions 114
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Moisture
susceptibility
(minimum
dry strength,
psi) j
California
Test 371
1 per
10,000
tons or 1
per project
whichever
is greater
120 120 -- --
Moisture
susceptibility
(tensile
strength
ratio, %)j
California
Test 371
1 per
10,000
tons or 1
per project
whichever
is greater
70 70 70 --
Smoothness
Section
39-1.12 --
12-foot
straight-
edge,
must-
grind, and
PI0
12-foot
straight-
edge,
must-
grind, and
PI0
12-foot
straight-
edge,
must-
grind, and
PI0
--
Asphalt
rubber binder
viscosity @
375 °F,
centipoises
Section
39-1.02D -- -- --
1,500–
4,000
Section
39-1.02D
24
hours
CRM Section
39-1.02D
-- -- -- Section
39-1.02D
Section
39-1.02D
48
hours a Determine combined aggregate gradation containing RAP under California Test 367. b The tolerances must comply with the allowable tolerances in section 39-1.02E. c Determines field compaction for any of the following conditions:
1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least
0.15 foot.2. 3/4-inch aggregate grading is used and the specified total paved thickness is at least 0.20 foot. d To determine field compaction use:
1. In-place density measurements using the method specified in your QC plan.
2. California Test 309 to determine the maximum theoretical density at the frequency specified in
California Test 375, Part 5C. e For adjusting the plant controller at the HMA plant. f Report the average of 3 tests from a single split sample. g Determine the bulk specific gravity of each lab-compacted briquette under California Test 308,
Method A, and theoretical maximum specific gravity under California Test 309. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured
sand by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or
gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.
Within the specified reporting time, submit test results including:
1. Sampling location, quantity, and time
2. Testing results
Special Provisions 115
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
3. Supporting data and calculations
If test results for any quality characteristic are beyond the action limits in the QC plan, take
corrective actions. Document the corrective actions taken in the inspection records under Section
39-4.02E.
Stop production, notify the Engineer, take corrective action, and demonstrate compliance with
the specifications before resuming production and placement if:
1. A lot's composite quality factor, QFC, or an individual quality factor, QFQCi for i =
3, 4, or 5, is below 0.90 determined under section 39-4.02F using quality control data
2. An individual quality factor, QFQCi for i = 1 or 2, is below 0.75 using quality
control data
3. Quality characteristics for which a quality factor, QFQCi, is not determined has 2
consecutive quality control tests not in compliance with the specifications
39-4.02D Charts and Records
Record sampling and testing results for quality control on forms provided in the Quality Control
Manual for Hot Mix Asphalt Production and Placement, or on forms you submit with the QC
plan. The QC plan must also include posting locations and submittal times for forms.
Submit quality control test results using the Department's statistical evaluation program,
HMAPay. For HMAPay, go to the Department's Construction Web site.
39-4.02E Records of Inspection and Testing
During HMA production, submit a daily:
1. HMA Construction Daily Record of Inspection. Also make this record available at
the HMA plant and job site each day.
2. HMA Inspection and Testing Summary. Include in the summary:
2.1. QC worksheet with updated test results from the HMAPay program
2.2. Test forms with the testers' signatures and QC manager's initials
2.3. Inspection forms with the inspectors' signatures and QC manager's initials
2.4. List and explanation of deviations from the specifications or regular
practices
2.5. Signed statement by the QC manager that says:
"It is hereby certified that the information contained in this record is
accurate, and that information, tests, or calculations documented herein comply
with the specifications of the Contract and the standards set forth in the testing
procedures. Exceptions to this certification are documented as part of this record."
Retain for inspection the records generated as part of quality control, including inspection,
sampling, and testing for at least 3 years after final acceptance.
39-4.02F Statistical Evaluation
39-4.02F(1) General
Special Provisions 116
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Determine a lot's composite quality factor, QFC, and the individual quality factors, QFQCi.
Perform statistical evaluation calculations to determine these quality factors based on quality
control test results for:
1. Aggregate gradation
2. Asphalt binder content
3. Percent of maximum theoretical density
The Engineer grants a waiver and you must use 1.0 as the individual quality factor for percent of
maximum theoretical density, QFQC5, for HMA paved in:
1. Areas where the total paved thickness is less than 0.15 foot
2. Areas where the total paved thickness is less than 0.20 foot and 3/4-inch grading
is specified and used
3. Dig outs
4. Leveling courses
5. Areas where compaction or compaction measurement by conventional methods is
impeded
39-4.02F(2) Statistical Evaluation Calculations
Use the Variability-Unknown / Standard Deviation Method to determine the percentage of a lot
not in compliance with the specifications.
Determine the percentage of work not in compliance with the specification limits for each quality
characteristic as follows:
1. Calculate the arithmetic mean ( ) of the test values
where:
x = individual test values
n
=
number of test values
2. Calculate the standard deviation
where:
∑(x2) = sum of the squares of individual test values
(∑x)2 = sum of the individual test values squared
n = number of test values
X
X = x
n
s =n (Σx2)-(Σx) 2
n(n-1)
Special Provisions 117
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
3. Calculate the upper quality index (Qu)
where: USL = TV plus the production tolerance or upper specification limit
s = standard deviation
= arithmetic mean
4. Calculate the lower quality index (QL);
where: LSL = TV minus production tolerance or lower specification limit
s = standard deviation
= arithmetic mean
5. From the table, Upper Quality Index QU or Lower Quality Index QL, determine PU
;
where:
PU
=
estimated percentage of work outside the USL
PU = 0, if USL is not specified
6. From the table, Upper Quality Index QU or Lower Quality Index QL, determine
PL;
where:
PL
=
estimated percentage of work outside the LSL
PL = 0, if LSL is not specified
7. Calculate the total estimated percentage of work outside the USL and LSL,
percent defective
Percent defective = PU + PL
The PU and PL are determined from the following:
Qu = USL - X
s
X
QL = X - LSL
s
X
Special Provisions 118
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
PU Upper Quality Index QU or Lower Quality Index QL
or Sample Size (n)
PL 5 6 7 8 9 10-
11
12-
14
15-
17
18-
22
23-
29
30-
42
43-
66
>66
0 1.72 1.88 1.99 2.07 2.13 2.20 2.28 2.34 2.39 2.44 2.48 2.51 2.56
1 1.64 1.75 1.82 1.88 1.91 1.96 2.01 2.04 2.07 2.09 2.12 2.14 2.16
2 1.58 1.66 1.72 1.75 1.78 1.81 1.84 1.87 1.89 1.91 1.93 1.94 1.95
3 1.52 1.59 1.63 1.66 1.68 1.71 1.73 1.75 1.76 1.78 1.79 1.80 1.81
4 1.47 1.52 1.56 1.58 1.60 1.62 1.64 1.65 1.66 1.67 1.68 1.69 1.70
5 1.42 1.47 1.49 1.51 1.52 1.54 1.55 1.56 1.57 1.58 1.59 1.59 1.60
6 1.38 1.41 1.43 1.45 1.46 1.47 1.48 1.49 1.50 1.50 1.51 1.51 1.52
7 1.33 1.36 1.38 1.39 1.40 1.41 1.41 1.42 1.43 1.43 1.44 1.44 1.44
8 1.29 1.31 1.33 1.33 1.34 1.35 1.35 1.36 1.36 1.37 1.37 1.37 1.38
9 1.25 1.27 1.28 1.28 1.29 1.29 1.30 1.30 1.30 1.31 1.31 1.31 1.31
10 1.21 1.23 1.23 1.24 1.24 1.24 1.25 1.25 1.25 1.25 1.25 1.26 1.26
11 1.18 1.18 1.19 1.19 1.19 1.19 1.20 1.20 1.20 1.20 1.20 1.20 1.20
12 1.14 1.14 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15 1.15
13 1.10 1.10 1.10 1.10 1.10 1.10 1.11 1.11 1.11 1.11 1.11 1.11 1.11
14 1.07 1.07 1.07 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06
15 1.03 1.03 1.03 1.03 1.02 1.02 1.02 1.02 1.02 1.02 1.02 1.02 1.02
16 1.00 0.99 0.99 0.99 0.99 0.98 0.98 0.98 0.98 0.98 0.98 0.98 0.98
17 0.97 0.96 0.95 0.95 0.95 0.95 0.94 0.94 0.94 0.94 0.94 0.94 0.94
18 0.93 0.92 0.92 0.92 0.91 0.91 0.91 0.91 0.90 0.90 0.90 0.90 0.90
19 0.90 0.89 0.88 0.88 0.88 0.87 0.87 0.87 0.87 0.87 0.87 0.87 0.87
20 0.87 0.86 0.85 0.85 0.84 0.84 0.84 0.83 0.83 0.83 0.83 0.83 0.83
21 0.84 0.82 0.82 0.81 0.81 0.81 0.80 0.80 0.80 0.80 0.80 0.80 0.79
22 0.81 0.79 0.79 0.78 0.78 0.77 0.77 0.77 0.76 0.76 0.76 0.76 0.76
23 0.77 0.76 0.75 0.75 0.74 0.74 0.74 0.73 0.73 0.73 0.73 0.73 0.73
24 0.74 0.73 0.72 0.72 0.71 0.71 0.70 0.70 0.70 0.70 0.70 0.70 0.70
25 0.71 0.70 0.69 0.69 0.68 0.68 0.67 0.67 0.67 0.67 0.67 0.67 0.66
26 0.68 0.67 0.67 0.65 0.65 0.65 0.64 0.64 0.64 0.64 0.64 0.64 0.63
27 0.65 0.64 0.63 0.62 0.62 0.62 0.61 0.61 0.61 0.61 0.61 0.61 0.60
28 0.62 0.61 0.60 0.59 0.59 0.59 0.58 0.58 0.58 0.58 0.58 0.58 0.57
29 0.59 0.58 0.57 0.57 0.56 0.56 0.55 0.55 0.55 0.55 0.55 0.55 0.54
30 0.56 0.55 0.54 0.54 0.53 0.53 0.52 0.52 0.52 0.52 0.52 0.52 0.52
31 0.53 0.52 0.51 0.51 0.50 0.50 0.50 0.49 0.49 0.49 0.49 0.49 0.49
32 0.50 0.49 0.48 0.48 0.48 0.47 0.47 0.47 0.46 0.46 0.46 0.46 0.46
33 0.47 0.48 0.45 0.45 0.45 0.44 0.44 0.44 0.44 0.43 0.43 0.43 0.43
34 0.45 0.43 0.43 0.42 0.42 0.42 0.41 0.41 0.41 0.41 0.41 0.41 0.40
35 0.42 0.40 0.40 0.39 0.39 0.39 0.38 0.38 0.38 0.38 0.38 0.38 0.38
36 0.39 0.38 0.37 0.37 0.36 0.36 0.36 0.36 0.36 0.36 0.36 0.36 0.36
37 0.36 0.35 0.34 0.34 0.34 0.33 0.33 0.33 0.33 0.33 0.33 0.33 0.32
38 0.33 0.32 0.32 0.31 0.31 0.31 0.30 0.30 0.30 0.30 0.30 0.30 0.30
39 0.30 0.30 0.29 0.28 0.28 0.28 0.28 0.28 0.28 0.28 0.28 0.28 0.28
40 0.28 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25
41 0.25 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23
42 0.23 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20
43 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18
44 0.16 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15 0.15
45 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13
Special Provisions 119
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
46 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10
47 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08 0.08
48 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05
49 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03
50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
NOTES:
1. If the value of QU or QL does not correspond to a value in the table, use the next lower value.
2. If QU or QL are negative values, PU or PL is equal to 100 minus the table value for PU or PL.
39-4.02F(3) Quality Factor Determination
Determine individual quality factors, QFQCi, using percent defective = PU + PL and the following:
Special Provisions 120
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Quality Factors Maximum allowable percent defective (PU + PL)
Quality Sample size (n)
factor 5 6 7 8 9 10-
11
12-
14
15-
17
18-
22
23-
29
30-
42
43-
66
>66
1.05 0 0 0 0 0 0 0 0 0 0
1.04 0 1 3 5 4 4 4 3 3 3 3
1.03 0 2 4 6 8 7 7 6 5 5 4 4
1.02 1 3 6 9 11 10 9 8 7 7 6 6
1.01 0 2 5 8 11 13 12 11 10 9 8 8 7
1.00 22 20 18 17 16 15 14 13 12 11 10 9 8
0.99 24 22 20 19 18 17 16 15 14 13 11 10 9
0.98 26 24 22 21 20 19 18 16 15 14 13 12 10
0.97 28 26 24 23 22 21 19 18 17 16 14 13 12
0.96 30 28 26 25 24 22 21 19 18 17 16 14 13
0.95 32 29 28 26 25 24 22 21 20 18 17 16 14
0.94 33 31 29 28 27 25 24 22 21 20 18 17 15
0.93 35 33 31 29 28 27 25 24 22 21 20 18 16
0.92 37 34 32 31 30 28 27 25 24 22 21 19 18
0.91 38 36 34 32 31 30 28 26 25 24 22 21 19
0.90 39 37 35 34 33 31 29 28 26 25 23 22 20
0.89 41 38 37 35 34 32 31 29 28 26 25 23 21
0.88 42 40 38 36 35 34 32 30 29 27 26 24 22
0.87 43 41 39 38 37 35 33 32 30 29 27 25 23
0.86 45 42 41 39 38 36 34 33 31 30 28 26 24
0.85 46 44 42 40 39 38 36 34 33 31 29 28 25
0.84 47 45 43 42 40 39 37 35 34 32 30 29 27
0.83 49 46 44 43 42 40 38 36 35 33 31 30 28
0.82 50 47 46 44 43 41 39 38 36 34 33 31 29
0.81 51 49 47 45 44 42 41 39 37 36 34 32 30
0.80 52 50 48 46 45 44 42 40 38 37 35 33 31
0.79 54 51 49 48 46 45 43 41 39 38 36 34 32
0.78 55 52 50 49 48 46 44 42 41 39 37 35 33
0.77 56 54 52 50 49 47 45 43 42 40 38 36 34
0.76 57 55 53 51 50 48 46 44 43 41 39 37 35
0.75 58 56 54 52 51 49 47 46 44 42 40 38 36
60 57 55 53 52 51 48 47 45 43 41 40 37
61 58 56 55 53 52 50 48 46 44 43 41 38
Reject 62 59 57 56 54 53 51 49 47 45 44 42 39
63 61 58 57 55 54 52 50 48 47 45 43 40
64 62 60 58 57 55 53 51 49 48 46 44 41
Reject values greater than those shown above
NOTE: To obtain a quality factor if the estimated percent outside specification limits from table titled,
"Upper Quality Index QU or Lower Quality Index QL," does not correspond to a value in the table, use
the next larger value.
Compute the composite of single quality factors, QFC, for a lot using:
QF C
= i = 1
5 w i QF QC i
Special Provisions 121
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
where: QFC = the composite quality factor for the lot rounded to 2 decimal places
QFQCi = the quality factor for the individual quality characteristic
w = the weighting factor listed in the table titled "HMA Acceptance – QC/QA
Construction Process"
i = the quality characteristic index number in the table titled "HMA Acceptance – QC/QA
Construction Process"
39-4.03 QUALITY ASSURANCE
39-4.03A General
The Department assures quality by:
1. Reviewing mix designs and proposed JMF
2. Inspecting procedures
3. Conducting oversight of quality control inspection and records
4. Verification sampling and testing during production and paving
39-4.03B Verification Sampling and Testing
39-4.03B(1) General
The Department samples:
1. Aggregate to verify gradation
2. HMA to verify asphalt binder content
39-4.03B(2) Verification
For aggregate gradation and asphalt binder content, the ratio of verification testing frequency to
the minimum quality control testing frequency is 1:5. The Department performs at least 3
verification tests per lot.
Using the t-test, the Engineer compares quality control tests results for aggregate gradation and
asphalt binder content with corresponding verification test results. The Engineer uses the average
and standard deviation of up to 20 sequential sublots for the comparison. The Engineer uses
production start-up evaluation tests to represent the 1st sublot. If there are less than 20 sequential
sublots, the Engineer uses the maximum number of sequential sublots available. The 21st sublot
becomes the 1st sublot (n = 1) in the next lot.
The t-value for a group of test data is computed as follows:
where:
t =Xc − Xv
Sp
1
nc
+1
nv
andSp
2 =Sc
2 (nc - 1) + Sv2 (nv - 1)
nc + nv - 2
Special Provisions 122
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
nc = Number of quality control tests (2 min, 20 max).
nv = Number of verification tests (min of 1 required).
=
Mean of quality control tests.
=
Mean of verification tests.
Sp = Pooled standard deviation (when nv = 1, Sp = Sc).
Sc = Standard deviation of quality control tests.
Sv = Standard deviation of verification tests (when nv > 1).
The comparison of quality control test results and the verification test results is at a level of
significance of α = 0.025. The Engineer computes t and compares it to the following critical t-
values, tcrit:
Critical T-Value
Degrees of
freedom
(nc+nv-2)
tcrit
(for =
0.025)
Degrees of
freedom
(nc+nv-2)
tcrit
(for =
0.025)
1 24.452 18 2.445
2 6.205 19 2.433
3 4.177 20 2.423
4 3.495 21 2.414
5 3.163 22 2.405
6 2.969 23 2.398
7 2.841 24 2.391
8 2.752 25 2.385
9 2.685 26 2.379
10 2.634 27 2.373
11 2.593 28 2.368
12 2.560 29 2.364
13 2.533 30 2.360
14 2.510 40 2.329
15 2.490 60 2.299
16 2.473 120 2.270
17 2.458 ∞ 2.241
If the t-value computed is less than or equal to tcrit, quality control test results are verified.
If the t-value computed is greater than tcrit and both and comply with acceptance
specifications, the quality control tests are verified. You may continue to produce and place
HMA with the following allowable differences:
1. ≤ 1.0 percent for any grading
2. ≤ 0.1 percent for asphalt binder content
X c
X v
X v X c
cv XX −
cv XX −
Special Provisions 123
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
If the t-value computed is greater than tcrit and the for grading or asphalt binder
content are greater than the allowable differences, quality control test results are not verified and:
1. Engineer notifies you.
2. You and the Engineer must investigate why the difference exists.
3. If the reason for the difference cannot be found and corrected, the Department's
test results are used for acceptance and pay.
39-4.04 ACCEPTANCE CRITERIA
39-4.04A Testing
The Engineer samples for acceptance testing and tests for the following quality characteristics:
cv XX −
Special Provisions 124
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
HMA Acceptance—QC/QA Construction Process Index
(i)
Quality characteristic Weight
-ing
factor
(w)
Test
method
HMA type
A B RHMA-G
Aggregate
gradation a
California
Test 202 JMF ± Tolerance c
Sieve
3/4" 1/2" 3/8"
1 1/2" X b -- -- 0.05
1 3/8" -- X -- 0.05
1 No. 4 -- -- X 0.05
2 No. 8 X X X 0.10
3 No.
200
X X X 0.15
4 Asphalt binder content (%) 0.30 California
Test 379
or 382
JMF0.40 JMF0.40 JMF ± 0.40
5 Field compaction (% max.
theoretical density) d, e
0.40 California
Test 375
92–96 92–96 91–96
Sand equivalent (min) f California
Test 217
47 42 47
Stabilometer value (min) f No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 366
30
37
30
35
--
23
Air void content (%)f, g California
Test 367
4 ± 2 4 ± 2 TV ± 2
Percent of crushed particles
coarse aggregate (% min) One fractured face
Two fractured faces
Fine aggregate (% min) (Passing no. 4 sieve and
retained on No. 8 sieve.)
One fractured face
California
Test 205
90
75
70
25
--
20
--
90
70
HMA moisture content
(%, max)
California
Test 226
or 370
1.0 1.0 1.0
Los Angeles Rattler (%
max) Loss at 100 rev.
Loss at 500 rev.
California
Test 211
12
45
--
50
12
40
Fine aggregate angularity
(% min)h
California
Test 234
45 45 45
Flat and elongated particle
(% max by weight @ 5:1)
California
Test 235
Report
only
Report
only
Report only
Special Provisions 125
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Voids in mineral aggregate
(% min) i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
17.0
15.0
14.0
13.0
17.0
15.0
14.0
13.0
--
--
18.0–23.0
18.0–23.0
Voids filled with asphalt
(%) i No. 4 grading
3/8" grading
1/2" grading
3/4" grading
California
Test 367
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
65.0–75.0
Report only
Dust proportion i No. 4 and 3/8" gradings
1/2" and 3/4" gradings
California
Test 367
0.6–1.2
0.6–1.2
0.6–1.2
0.6–1.2
Report only
Hamburg Wheel Tracker
(minimum number of
passes at 0.5 inch average
rut depth) j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified
)
10,000
15,000
20,000
25,000
10,000
15,000
20,000
25,000
--
Hamburg Wheel Tracker
(inflection point minimum
number of passes) j PG-58
PG-64
PG-70
PG-76 or higher
AASHTO
T 324
(Modified
)
10,000
15,000
20,000
25,000
10,000
15,000
20,000
25,000
--
Moisture susceptibility
(minimum dry strength, psi)
j
California
Test 371 120 120
--
Moisture susceptibility
(tensile strength ratio %)j
California
Test 371
70
70
70
Smoothness Section
39-1.12
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
12-foot
straight-
edge, must
grind, and
PI0
Asphalt binder Various Section 92 Section 92 Section 92
Asphalt rubber binder Various -- --
Section
92-
1.01D(2)
and section
39-1.02D
Asphalt modifier Various -- --
Section
39-1.02D
CRM Various -- --
Section
39-1.02D
Special Provisions 126
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
a The Engineer determines combined aggregate gradations containing RAP under California Test 367. b "X" denotes the sieves the Engineer tests for the specified aggregate gradation. c The tolerances must comply with the allowable tolerances in section 39-1.02E. d The Engineer determines field compaction for any of the following conditions:
1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved thickness is at least
0.15 foot and less than 0.20 foot.2. 3/4-inch aggregate grading is used and the specified total paved
thickness is at least 0.20 foot. e To determine field compaction, the Engineer uses:
1. California Test 308, Method A, to determine in-place density of each density core.
2. California Test 309 to determine the maximum theoretical density at the frequency specified in
California Test 375, Part 5C. f The Engineer reports the average of 3 tests from a single split sample. g The Engineer determines the bulk specific gravity of each lab-compacted briquette under California
Test 308, Method A, and theoretical maximum specific gravity under California Test 309. h The Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured sand
by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing rock or
gravel. i Report only. j Applies to RAP substitution rate greater than 15 percent.
The Department determines the percent of maximum theoretical density from density cores taken
from the final layer measured the full depth of the total paved HMA thickness if any of the
following applies:
1. 1/2-inch, 3/8-inch, or no. 4 aggregate grading is used and the specified total paved
thickness is at least 0.15 foot and any layer is less than 0.15 foot.
2. 3/4-inch aggregate grading is used and the specified total paved thickness is at
least 0.20 and any layer is less than 0.20 foot.
If the specified total paved thickness is at least 0.15 foot and any layer is less than 0.15 foot, the
Department determines the percent of maximum theoretical density from density cores taken
from the final layer measured the full depth of the total paved HMA thickness.
The Engineer calculates QFQCi for i = 1, 2, 3, and 4 using quality control data and QFQCi for i = 5
using quality assurance data,
The Engineer stops production and terminates a lot if:
1. A lot's composite quality factor, QFC, or an individual quality factor, QFQCi for i =
3, 4, or 5, is below 0.90 determined under section 39-4.02F
2. An individual quality factor, QFQCi for i = 1 or 2, is below 0.75
3. Quality characteristics for which a quality factor, QFQCi, is not determined has 2
consecutive acceptance or quality control test results not in compliance with the
specifications
For any single quality characteristic for which a quality factor, QFQCi, is not determined, except
smoothness, if 2 consecutive acceptance test results do not comply with specifications:
Special Provisions 127
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
1. Stop production.
2. Take corrective action.
3. Take samples and split each sample into 4 parts in the Engineer's presence. Test 1
part for compliance with the specifications and submit 3 parts to the Engineer. The
Department tests 1 part for compliance with the specifications and reserves and stores 2
parts.
4. Demonstrate compliance with the specifications before resuming production and
placement.
39-4.04B Statistical Evaluation, Determination of Quality Factors, and Acceptance
39-4.04B(1) Statistical Evaluation and Determination of Quality Factors
To determine the individual quality factor, QFQCi, for any quality factor i = 1 through 5 or a lot's
composite quality factor, QFC, for acceptance and payment adjustment, the Engineer uses the
evaluation specifications under section 39-4.02F and the following:
1. Verified quality control test results for aggregate gradation
2. Verified quality control test results for asphalt binder content
3. Department's test results for percent of maximum theoretical density
39-4.04B(2) Lot Acceptance Based on Quality Factors
The Engineer accepts a lot based on the quality factors determined for aggregate gradation and
asphalt binder content, QFQCi for i = 1 through 4, using the total number of verified quality
control test result values and the total percent defective (PU + PL).
The Engineer accepts a lot based on the quality factor determined for maximum theoretical
density, QFQC5, using the total number of test result values from cores and the total percent
defective (PU + PL).
The Engineer calculates the quality factor for the lot, QFC, which is a composite of weighted
individual quality factors, QFQCi, determined for each quality characteristic in the HMA
Acceptance – QC/QA table in section 39-4.04A.
The Engineer accepts a lot based on quality factors if:
1. Current composite quality factor, QFC, is 0.90 or greater
2. Each individual quality factor, QFQCi for i = 3, 4, and 5, is 0.90 or greater
3. Each individual quality factor, QFQCi for i = 1 and 2, is 0.75 or greater
No single quality characteristic test may represent more than 750 tons or 1 day's production,
whichever is less.
39-4.04B(3) Payment Adjustment
If a lot is accepted, the Engineer adjusts payment with the following formula:
( )HMATTHMACPWHMATTWHMATTHMATTQFwHMACPPAn
i
iiQCii *)(**
1
*=
−+−=
Special Provisions 128
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
where:
PA = payment adjustment rounded to 2 decimal places
HMACP = HMA Contract price
HMATT = HMA total tons represented in the lot
WHMATTi = total tons of waived quality characteristic HMA
QFQCi = running quality factor for the individual quality characteristic
QFQCi for i = 1 through 4 must be from verified Contractor's QC
results. QFQC5 must be determined from the Engineer's results on
density cores taken for percent of maximum theoretical density
determination.
w = weighting factor listed in the HMA acceptance table
i = quality characteristic index number in the HMA acceptance table
If the payment adjustment is a negative value, the Engineer deducts this amount from payment.
If the payment adjustment is a positive value, the Engineer adds this amount to payment.
The 21st sublot becomes the 1st sublot (n = 1) in the next lot. If the 21st sequential sublot
becomes the 1st sublot, the previous 20 sequential sublots become a lot for which the Engineer
determines a quality factor. The Engineer uses this quality factor to pay for the HMA in the lot.
If the next lot consists of less than 8 sublots, these sublots must be added to the previous lot for
quality factor determination using 21 to 27 sublots.
39-4.04C Dispute Resolution
For a lot, if you or the Engineer dispute any quality factor, QFQCi, or verification test result,
every sublot in that lot must be retested.
Referee tests must be performed under the specifications for acceptance testing.
Any quality factor, QFQCi, must be determined using the referee tests.
For any quality factor, QFQCi, for i = 1 through 5, dispute resolution:
1. If the difference between the quality factors for QFQCi using the referee test result
and the disputed test result is less than or equal to 0.01, the original test result is correct
2. If the difference between the quality factor for QFQCi using the referee test result
and the disputed test result is more than 0.01, the quality factor determined from the
referee tests supersedes the previously determined quality factor
39-5 RESERVED
39-6 PAYMENT
Section 39-6 includes specifications for HMA payment. The weight of each HMA mixture
designated in the Bid Item List must be the combined mixture weight.
If the QC/QA construction process is specified, the Engineer adjusts payment under Section 39-
4.
Special Provisions 129
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
If recorded batch weights are printed automatically, the bid item for HMA is measured by using
the printed batch weights, provided:
1. Total aggregate and supplemental fine aggregate weight per batch is printed. If
supplemental fine aggregate is weighed cumulatively with the aggregate, the total
aggregate batch weight must include the supplemental fine aggregate weight.
2. Total asphalt binder weight per batch is printed.
3. Each truckload's zero tolerance weight is printed before weighing the 1st batch
and after weighing the last batch.
4. Time, date, mix number, load number, and truck identification is correlated with a
load slip.
5. Copy of the recorded batch weights is certified by a licensed weighmaster and
submitted to the Engineer.
If tack coat, asphalt binder, and asphaltic emulsion are paid with separate contract items, their
contract items are measured under Section 92 or Section 94.
The Department does not adjust the unit price for an increase or decrease in the tack coat
quantity. Section 9-1.06 does not apply to tack coat.
Place hot mix asphalt dike of the type specified is measured along the completed length.
Place hot mix asphalt (miscellaneous areas) is measured as the in-place compacted area.
HMA dike is paid for as place hot mix asphalt dike of the type specified in the Bid Item List and
by weight for hot mix asphalt.
HMA specified to be placed in miscellaneous areas is paid for as place hot mix asphalt
(miscellaneous area) and by weight for hot mix asphalt.
If the QC/QA construction process is specified, HMA placed in dikes and miscellaneous areas is
paid for as hot mix asphalt as specified in Section 39-4 except Section 39-4.04B does not apply.
If minor hot mix asphalt is paid by area, it is measured from the dimensions shown.
Payment for tack coat is included in the payment for hot mix asphalt.
Payment for tack coat for minor HMA is included in payment for minor hot mix asphalt or the
bid item that requires minor HMA.
Geosynthetic pavement interlayer is measured for the actual pavement area covered.
If the dispute resolution independent third party determines the Department's test results are
correct, the Engineer deducts the independent third party's testing costs from payments. If the
independent third party determines your test results are correct, the Department pays the
independent third party's testing costs.
Special Provisions 130
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 40
CONCRETE PAVEMENT
Attention is directed to the provisions of Section 40, “Concrete Pavement,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
concrete pavement.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 41
EXISTING CONCRETE PAVEMENT
Attention is directed to the provisions of Section 41, “Existing Concrete Pavement,” of the
Standard Specifications and these Special Provisions for the requirements and conditions related
to existing concrete pavement.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 42
GROOVE AND GRIND CONCRETE
Attention is directed to the provisions of Section 42, “Groove and Grind Concrete,” of the
Standard Specifications and these Special Provisions for the requirements and conditions related
to grooving and grinding concrete.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTIONS 43-44
RESERVED
END OF DIVISION V
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 131
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION VI STRUCTURES
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 45
GENERAL
Attention is directed to the provisions of Section 45, “General,” of the Standard Specifications
and these Special Provisions for constructing structures.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 46
GROUND ANCHORS AND SOIL NAILS
Attention is directed to the provisions of Section 46, “Ground Anchors and Soil Nails,” of the
Standard Specifications and these Special Provisions for constructing ground anchors and soil
nails.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 47
EARTH RETAINING SYSTEMS
Attention is directed to the provisions of Section 47, “Earth Retaining Systems,” of the Standard
Specifications and these Special Provisions for constructing earth retaining systems.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 48
TEMPORARY STRUCTURES
Attention is directed to the provisions of Section 48, “Temporary Structures,” of the Standard
Specifications and these Special Provisions for constructing temporary structures.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 49
PILING
Attention is directed to the provisions of Section 49, “Piling,” of the Standard Specifications and
these Special Provisions for constructing piles.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 132
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 50
PRESTRESSING CONCRETE
Attention is directed to the provisions of Section 50, “Prestressing Concrete,” of the Standard
Specifications and these Special Provisions for prestressing concrete.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 51
CONCRETE STRUCTURES
Attention is directed to the provisions of Section 51, “Concrete Structures,” of the Standard
Specifications and these Special Provisions for constructing concrete structures.
Add to Section 51-1.02B, “Concrete”:
For headwall of culvert, concrete must contain at least 675 pounds of cementitious material per
cubic yard.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 52
REINFORCEMENT
Attention is directed to the provisions of Section 52, “Reinforcement,” of the Standard
Specifications and these Special Provisions for fabricating and placing reinforcement.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 53
SHOTCRETE
Attention is directed to the provisions of Section 53, “Shotcrete,” of the Standard Specifications
and these Special Provisions for placing shotcrete.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 54
WATERPROOFING
Attention is directed to the provisions of Section 54, “Waterproofing,” of the Standard
Specifications and these Special Provisions for waterproofing.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 133
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 55
STEEL STRUCTURES
Attention is directed to the provisions of Section 55, “Steel Structures,” of the Standard
Specifications and these Special Provisions for furnishing and erecting structural steel or
metalwork.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 56
OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES
Attention is directed to the provisions of Section 56, “Overhead Sign Structures, Standards, and
Poles,” of the Standard Specifications and these Special Provisions for constructing overhead
sign structures, standards and poles.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 57
WOOD AND PLASTIC LUMBER STRUCTURES
Attention is directed to the provisions of Section 57, “Wood and Plastic Lumber Structures,” of
the Standard Specifications and these Special Provisions for constructing wood and plastic
lumber structures.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 58
SOUND WALLS
Attention is directed to the provisions of Section 58, “Sound Walls,” of the Standard
Specifications and these Special Provisions for constructing sound walls.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 59
STRUCTURAL STEEL COATINGS
Attention is directed to the provisions of Section 59, “Structural Steel Coatings,” of the Standard
Specifications and these Special Provisions for coating structural steel.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 60
EXISTING STRUCTURES
Attention is directed to the provisions of Section 60, “Existing Structures,” of the Standard
Specifications and these Special Provisions for performing work on existing structures.
Special Provisions 134
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
END OF DIVISION VI
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 135
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION VII DRAINAGE FACILITIES
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 61
GENERAL
Attention is directed to the provisions of Section 61, “General,” of the Standard Specifications
and these Special Provisions for constructing drainage facilities.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTIONS 62-63
RESERVED
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 64
PLASTIC PIPE
Attention is directed to the provisions of Section 64, “Plastic Pipe,” of the Standard
Specifications and these Special Provisions for fabricating and installing plastic pipe.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 65
CONCRETE PIPE
Attention is directed to the provisions of Section 65, “Concrete Pipe,” of the Standard
Specifications and these Special Provisions for constructing concrete pipe.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 66
CORRUGATED METAL PIPE
Attention is directed to the provisions of Section 66, “Corrugated Metal Pipe,” of the Standard
Specifications and these Special Provisions for constructing corrugated metal pipe and pipe
arches.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 136
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 67
STRUCTURAL PLATE CULVERTS
Attention is directed to the provisions of Section 67, “Structural Plate Culverts,” of the Standard
Specifications and these Special Provisions for constructing structural plate culverts.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 68
SUBSURFACE DRAINS
Attention is directed to the provisions of Section 68, “Subsurface Drains,” of the Standard
Specifications and these Special Provisions for constructing subsurface drains.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 69
OVERSIDE DRAINS
Attention is directed to the provisions of Section 69, “Overside Drains,” of the Standard
Specifications and these Special Provisions for constructing overside drains.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 70
MISCELLANEOUS DRAINAGE FACILITIES
Attention is directed to the provisions of Section 70, “Miscellaneous Drainage Facilities,” of the
Standard Specifications and these Special Provisions for (1) installing miscellaneous drainage
facilities for water drainage and transmission and (2) constructing casings for bridges.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 71
EXISTING DRAINAGE FACILITIES
Attention is directed to the provisions of Section 71, “Existing Drainage Facilities,” of the
Standard Specifications and these Special Provisions for performing work on existing drainage
facilities, including culverts, inlets, headwalls, endwalls, aprons, drains, pipes, gutters, gutter
depressions, junction structures, spillways, and check dams.
Add to Section 71-2.01, “General”:
Removal of culvert includes removal of the existing headwall, grouted rock, and the rock slope
protection within the grading limits.
Special Provisions 137
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
END OF DIVISION VII
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 138
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION VIII MISCELLANEOUS CONSTRUCTION
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 72
SLOPE PROTECTION
Attention is directed to the provisions of Section 72, “Slope Protection,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to slope
protection.
Replace the 1st paragraph of Section 72-2.03A, “General” with:
Excavate for the rock slope protection, if required.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 73
CONCRETE CURBS AND SIDEWALK
Attention is directed to the provisions of Section 73, “Concrete Curbs and Sidewalk,” of the
Standard Specifications and these Special Provisions for the requirements and conditions related
to concrete curbs and sidewalk.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 74
PUMPING EQUIPMENT AND CONTROLS
Attention is directed to the provisions of Section 74, “Pumping Equipment and Controls,” of the
Standard Specifications and these Special Provisions for the requirements and conditions related
to pumping equipment and controls.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 75
MISCELLANEOUS METAL
Attention is directed to the provisions of Section 75, “Miscellaneous Metal,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
miscellaneous metal.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 139
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 76
WELLS
Attention is directed to the provisions of Section 76, “Wells,” of the Standard Specifications and
these Special Provisions for the requirements and conditions related to wells.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 77
LOCAL INFRASTRUCTURE
Attention is directed to the provisions of Section 77, “Local Infrastructure,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to local
infrastructure.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 78
INCIDENTAL CONSTRUCTION
Attention is directed to the provisions of Section 78, “Incidental Construction,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
incidental construction.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 79
RESERVED
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 80
FENCES
Attention is directed to the provisions of Section 80, “Fences,” of the Standard Specifications
and these Special Provisions for the requirements and conditions related to fences.
END OF DIVISION VIII
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 140
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION IX TRAFFIC CONTROL DEVICES
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 81
MISCELLANEOUS TRAFFIC CONTROL DEVICES
Attention is directed to the provisions of Section 81, “Miscellaneous Traffic Control Devices,” of
the Standard Specifications and these Special Provisions for the requirements and conditions
related to miscellaneous traffic control devices.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 82
SIGNS AND MARKERS
Attention is directed to the provisions of Section 82, “Signs and Markers,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to signs
and markers.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 83
RAILINGS AND BARRIERS
Attention is directed to the provisions of Section 83, “Railings and Barriers,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
railings and barriers.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 84
MARKINGS
Attention is directed to the provisions of Section 84, “Markings,” of the Standard Specifications
and these Special Provisions for the requirements and conditions related to markings.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 141
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 85
RESERVED
END OF DIVISION IX
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 142
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION X ELECRICAL WORK
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 86
GENERAL
Attention is directed to the provisions of Section 86, “General,” of the Revised Standard
Specifications RSS_A04-20-18_2015 and these Special Provisions for the requirements and
conditions related to the general specifications for furnishing electrical equipment and materials.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 87
ELECTRICAL SYSTEMS
Attention is directed to the provisions of Section 87, “Electrical Systems,” of the Revised
Standard Specifications RSS_A04-20-18_2015 and these Special Provisions for the requirements
and conditions related to the general specifications for constructing and installing electrical
systems.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 88
RESERVED
END OF DIVISION X
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 143
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION XI MATERIALS
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 89
AGGREGATE
Attention is directed to the provisions of Section 89, “Aggregate,” of the Standard Specifications
and these Special Provisions for the requirements and conditions related to aggregate.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 90
CONCRETE
Attention is directed to the provisions of Section 90, “Concrete,” of the Standard Specifications
and these Special Provisions for the requirements and conditions related to concrete.
Add to Section 90-1.02H, “Concrete in Corrosive Environments”:
For concrete at headwall of culvert, the ratio of the quantity of free water to the quantity of
cementitious material must not exceed 0.40.
Add to Section 90-1.02I(2)(a), “General”:
For all concrete at headwall of culvert, the mortar strength of the fine aggregate relative to the
mortar strength of Ottawa sand must be a minimum of 100 percent under California Test 515.
Add to Section 90-1.02I(2)(b), “Concrete Exposed to Deicing Chemicals”:
Concrete at headwall of culvert is exposed to deicing chemicals.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 91
PAINT
Attention is directed to the provisions of Section 91, “Paint,” of the Standard Specifications and
these Special Provisions for the requirements and conditions related to paint.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 144
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
SECTION 92
ASPHALT BINDERS
Attention is directed to the provisions of Section 92, “Asphalt Binders,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to asphalt
binders.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 93
RESERVED
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 94
ASPHALTIC EMULSIONS
Attention is directed to the provisions of Section 94, “Asphaltic Emulsions,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
asphaltic emulsions.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 95
EPOXY
Attention is directed to the provisions of Section 95, “Epoxy,” of the Standard Specifications and
these Special Provisions for the requirements and conditions related to epoxy.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 96
GEOSYNTHETICS
Attention is directed to the provisions of Section 96, “Geosynthetics,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
geosynthetics.
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTIONS 97-98
RESERVED
END OF DIVISION XI
Special Provisions 145
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 146
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DIVISION XII BUILDING CONSTRUCTION
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
SECTION 99
BUILDING CONSTRUCTION
Attention is directed to the provisions of Section 99, “Building Construction,” of the Standard
Specifications and these Special Provisions for the requirements and conditions related to
building construction.
END OF DIVISION XII
^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^
Special Provisions 147
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
THIS PAGE INTENTIONALLY LEFT BLANK
NOT FOR BIDDIN
G
Proposal 148
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
PROPOSAL
Emergency Storm Damage Repair for Construction on Little Fuller Road
Contract No. 1715-12
NAME OF BIDDER:
BUSINESS MAILING ADDRESS:
CITY, STATE, ZIP:
BUSINESS STREET ADDRESS:
CITY, STATE, ZIP:
TELEPHONE: ( ) FAX: ( )
E-mail address: Contractor License No.:
Year established DIR Registration Number
Estimated yearly contracts
The work to be done and referred to herein is for the Emergency Storm Damage Repair for
Construction on Little Fuller Road, Contract No. 1715-12 located in Tuolumne County, State of
California, and shall be constructed in accordance with the Contract Documents, which require the
payment of State of California General Prevailing Wage Rates and the Federal Minimum Wage
Rates, whichever are greater, including:
The Notice to Bidders, Special Provisions, Construction Plans and Contract entitled
“Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No.
1715-12”, including any addenda thereto annexed hereto, the Stage of California Department
of Transportation Standard Specifications and Standard Plans (Caltrans), dated 2015, and the
Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished.
Bids are to be submitted for the entire work. The amount of the bid, for comparison purposes, will
be the total of all items.
The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for
each lump sum item a total for the item, all in clearly legible figures in the respective spaces
provided for that purpose. In the case of unit basis items, the amount set forth under the “Item Total”
column shall be the product of the unit price bid and the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit
price shall prevail, except as provided in (a) or (b) as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is
omitted, or is the same as the amount as the entry in the item total column,
then the amount set forth in the item total column for the item shall prevail
and shall be divided by the estimated quantity for the item and the price thus
obtained shall be the unit price;
NOT FOR BIDDIN
G
Proposal 149
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
(b) (Decimal Errors) If the product of the entered unit price and the estimated
quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or
one hundredth, etc. from the entered total, the discrepancy will be resolved by
using the entered unit price or item total, whichever most closely
approximates percentage wise the unit price or item total in the County of
Tuolumne’s estimate of cost.
If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid
may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise
unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single
item and a clear, readable total bid is provided.
Symbols such as commas and dollar signs will be ignored and have no mathematical significance in
establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums
will be interpreted according to the number of digits and, if applicable, decimal placement. Cents
symbols also have no significance in establishing any unit price or item total since all figures are
assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items
shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from
the item total, the item total shall prevail.
The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as
to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any
situation not specifically provided for will be determined in the discretion of the County of
Tuolumne, and that discretion will be exercised in the manner deemed by the County of Tuolumne
to best protect the public interest in the prompt and economical completion of the work. The
decision of the County of Tuolumne respecting the amount of a bid, or the existence or treatment of
an irregularity in a bid, shall be final.
If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish
the bonds in the amounts required by the Contract Documents, with surety satisfactory to the County
of Tuolumne, within ten (10) days, not including Saturdays, Sundays and legal holidays, after the
bidder has received notice from the County of Tuolumne that the contract has been awarded, the
County of Tuolumne may, at its option, determine that the bidder has abandoned the contract, and
thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such
security accompanying this proposal shall operate and the same shall be the property of the County
of Tuolumne.
The undersigned, as bidder, declares that the only person or parties interested in this proposal as
principals are those named herein; that this proposal is made without collusion with any other
person, firm or corporation; that he has carefully examined the location of the proposed work, the
attached proposed form of contract, and the plans therein referred to; and he proposes, and agrees if
this proposal is accepted, that he will contract with the County of Tuolumne, in the form of the copy
of the contract attached hereto, to provide all necessary machinery, tools, apparatus and other means
of construction, and to do all the work and furnish all the materials specified in the contract, in the
manner and time therein prescribed, and according to the requirements of the Engineer as therein set
forth, and that he will take in full payment therefor the following prices, to wit:
NOT FOR BIDDIN
G
Proposal 150
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
EXHIBIT A
BID SCHEDULE
Emergency Storm Damage Repair for Construction on Little Fuller Road
Contract No. 1715-12
(F)(P) BEES
ITEM Item ITEM TOTAL UNIT
NO. (Note 1) CODE DESCRIPTION QUANTITY UNIT COST AMOUNT
1
999990 Mobilization 1 LS
2
066999 Construction Staking 1 LS
3
120090 Construction Area Signs 1 LS
4
120100 Traffic Control System 1 LS
5
120120 Type III Barricade 9 EA
6
120182 Portable Delineator 6 EA
7
129000
Temporary Railing (Type
K) 40 LF
8
130100 Job Site Management 1 LS
9
130200
Prepare Water Pollution
Control Program 1 LS
10
130600
Temporary Diversion
System 1 LS
11
130710
Temporary Construction
Entrance 1 EA
12
130900
Temporary Concrete
Washout 1 LS
13
131103
Water Quality Sampling
and Analysis Day 8 EA
14
131104
Water Quality Monitoring
Report 3 EA
15
131105
Water Quality Annual
Report 1 EA
16
170103
Clearing and Grubbing
(LS) 1 LS
17
190101 Roadway Excavation 90 CY
18
190161 Rock Excavation 110 CY
19 F 192020
Structure Excavation (Type
D) 75 CY
20 F 192025
Structure Excavation
(Culvert) 1620 CY
21 F 193004 Structure Backfill (Culvert) 366 CY
22 F 193119 Lean Concrete Backfill 123 CY
23 198010 Imported Borrow (CY) 10 CY
24 210252 Bonded Fiber Matrix 6180 SF
NOT FOR BIDDIN
G
Proposal 151
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
Award will be based on the lowest responsive bidder and will be made at the discretion of the County subject to the availability of
funds. Bids that are mathematically and/or materially unbalanced may be disqualified at the discretion of the County.
25 210350 Fiber Rolls 1100 LF
26 F 510092
Structural Concrete,
Headwall 80 CY
27 F 510502
Minor Concrete (Minor
Structure) 1 CY
28 F 520101 Bar Reinforcing Steel 8000 LB
29 F 520106
Bar Reinforcing Steel
(Epoxy Coated) 6196 LB
30
665012
12” Corrugated Steel Pipe
(0.79” Thick) 27 LF
31
665062
72” Corrugated Steel Pipe
(.138” Thick) 178 LF
32
700638
36” Corrugated Steel Pipe
Inlet (0.79” Thick) 10 LF
33
705007
12” Steel Flared End
Section 1 EA
34
710132 Remove Culvert 62 LF
35
710136 Remove Pipe 13 LF
36
723050
Rock Slope Protection (1/4
T, Class V, Method B) 86 CY
37
723080
Rock Slope Protection (60
lb, Class II, Method B) 43 CY
38
729011
Rock Slope Protection
Fabric (Class 8) 186 SY
39 F 750001
Miscellaneous Iron and
Steel 607 LB
40
260203 Class 2 Aggregate Base 103 CY
41
390132 Hot Mix Asphalt 101 TN
42
394073
Place Hot Mix Asphalt
Dike (Type A) 155 LF
43
394090
Place Hot Mix Asphalt
(Miscellaneous Area) 34 SY
44
820530 Reset Roadside Sign 1 EA
45
839765
Reset Midwest Guardrail
System 103 LF
46
Reset Alternative In-Line
Terminal System 1 EA
47 F 839521 Cable Railing 90 LF
48
840656
Det. 21 Centerline Striping,
4” Stripe 160 LF
TOTAL COST (BASE BID) (Note 1) P- Denotes Partial Pay; F- Denotes Final Pay;
NOT FOR BIDDIN
G
Proposal 152
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
LIST OF SUBCONTRACTORS
Failure to list all subcontracts greater than 1/2 of 1% of the contract amount is subject to
penalties of up to 10% of the subcontract amount & may also be grounds for disciplinary action
by the Contractors State License Board. Any changes in subcontractors must be approved by the
Engineer in advance.
Name, Location &
Contractor’s License
Number D
IR
regis
trati
on
nu
mb
er
DB
E✓
Bid
Item
Number
Description of Work
Value of
Work
Note: DBE credit, if claimed, is based upon the amount actually paid to subcontractor or DBE.
See Section 2-1.12 of the Special Provisions for details.
NOT FOR BIDDIN
G
Proposal 153
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
The bidder’s execution and endorsement on the signature portion of the proposal shall also constitute an endorsement and execution of
the following certifications which are a part of this document:
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The following certification is required by the Equal Opportunity Regulations of the Secretary of
Labor (41 CFR 60-1.7(b)(1)), and shall be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41
CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that
41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits
a report covering the delinquent period or such other period specified by the Federal Highway
Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of
Labor.
The bidder_________________________________________________________________,
proposed subcontractor _______________________________________________,
hereby certifies that he has ___ , has not , participated in a previous contract or
subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925,
11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee,
the Director of the Office of Federal Contract Compliance, a Federal Government contracting
or administering agency, or the former President’s Committee on Equal Employment
Opportunity, all reports due under the applicable filling requirements..
Date: Signature:
SMALL BUSINESS STATUS
This small business questionnaire is included for statistical reporting only, and your answer neither
affects your bid on this contract, nor will it be cause for penalty.
Are you certified as a “Small Business” by the Office of Small Business of the Department of
General Services of the State of California?
Please check one of the following: yes____ no____ unsure____
NOT FOR BIDDIN
G
Proposal 154
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
PUBLIC CONTRACT CODE
These Statements and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also
constitute signature of these Statements and Questionnaire. Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In conformance with Public Contract Code section 10285.1 (Chapter 376, Stats. 1985), the bidder
hereby declares under penalty of perjury that the bidder
has , has not ,
been convicted within the preceding three (3) years of any offenses referred to in that section,
including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any
state or federal antitrust law in connection with the bidding upon, award of, or performance of, any
public works contract, as defined in Public Contract Code section 1101, with any public entity, as
defined in Public Contract Code section 1100, including the Regents of the University of California
or the Trustees of the California State University. The term “bidder” is understood to include any
partner, member, officer, director, responsible managing officer, or responsible managing employee
thereof, as referred to in Section 10285.1.
The bidder shall place a check mark after “has” or “has not” in one of the blank spaces provided.
The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof
shall also constitute signature of this Statement. Bidders are cautioned that making false certification
may subject the certifier to criminal prosecution.
“I declare under penalty of perjury under the laws of the State of California that the statement made
in the foregoing statement is true and correct.”
Date Signature
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In accordance with Public Contract Code section 10162, the bidder shall complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No
If the answer is yes, explain the circumstances in the following space:
NOT FOR BIDDIN
G
Proposal 155
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
PUBLIC CONTRACT SECTION 10232 STATEMENT
In conformance with Public Contract Code section 10232, the Contractor, hereby states under
penalty of perjury, that no more than one final unappealable finding of contempt of court by a
federal court has been issued against the Contractor within the immediately preceding two year
period because of the Contractor’s failure to comply with an order of a federal court which orders
the Contractor to comply with an order of the National Labor Relations Board.
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
This Noncollusion Declaration is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute
signature of this Noncollusion Declaration. Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
To the County of Tuolumne:
The undersigned declares:
I am the __________________________________ of __________________________________,
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder
has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The
bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner,
directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price,
or of that of any other bidder. All statements contained in the bid are true. The bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive
or sham bid, and has not paid, and will not pay, any person or entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint
venture, limited liability company, limited liability partnership, or any other entity, hereby represents
that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true
and correct and that this declaration is executed on __________________________________ [date],
at __________________________________ [city], ________________________________ [state].
Signature
NOT FOR BIDDIN
G
Proposal 156
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to
bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered
with the Department of Industrial Relations. See http://www.dir.ca.gov/Public-
Works/PublicWorks.html for additional information.
No contract will be entered into without proof of the contractor’s and subcontractors’ current
registration with the Department of Industrial Relations to perform public work.
Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code
sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of
Industrial Relations.
Name of Bidder:
DIR Registration Number:
Bidder further acknowledges:
1. Bidder shall maintain a current DIR registration for the duration of the project.
2. Bidder shall include the requirements of Labor Code sections 1725.5 and 1771.1 in its
contract with subcontractors and ensure that all subcontractors are registered at the time of bid
submittal and maintain registration status for the duration of the project.
3. Failure to submit this form or comply with any of the above requirements may result in a
finding that the bid is non-responsive.
Signature:
Name and Title:
Dated:
NOT FOR BIDDIN
G
Proposal 157
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
NONLOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his
or her knowledge and belief, that:
(l) No federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of any federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any federal contract,
the making of any federal grant, the making of any federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any federal
agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with this federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure of
Lobbying Activities,” in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such sub recipients shall certify and disclose accordingly.
NOT FOR BIDDIN
G
Proposal 158
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
Standard Form LLL Rev. 04-28-06
NOT FOR BIDDIN
G
Proposal 159
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
INSTRUCTIONS FOR COMPLETION OF SF-LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient, at the initiation or
receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form
is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in
connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate.
Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by
the Office of Management and Budget for additional information.
1. Identify the type of covered federal action for which lobbying activity is and/or has been secured to influence, the outcome
of a covered federal action.
2. Identify the status of the covered federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the
information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously
submitted report by this reporting entity for this covered federal action.
4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District if known. Check
the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the
tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,
subgrants and contract awards under grants.
5. If the organization filing the report in Item 4 checks “Subawardee” then enter the full name, address, city, State and zip code
of the prime federal recipient. Include Congressional District, if known.
6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below
agency name, if known. For example, Department of Transportation, United States Coast Guard.
7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of
Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments.
8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request
for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number,
the application/proposal control number assigned by the federal agency). Include prefixes, e.g., “RFP-DE-90-001.”
9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal
amount of the award/loan commitments for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, State and zip code of the lobbying entity engaged by the reporting entity identified in
item 4 to influenced the covered federal action.
(b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name,
First Name and Middle Initial (Ml).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying
entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is
a material change report, enter the cumulative amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the
nature and value of the in-kind payment.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and
the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal
officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were
contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for
reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the
collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,
including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046),
Washington, D.C. 20503.
SF-LLL-Instructions Rev. 06-04-90
NOT FOR BIDDIN
G
Proposal 160
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
ADDENDA ACKNOWLEDGMENT
This Proposal is submitted with respect to the changes to the contract included in addenda number/s:
Addendum No. _________________ Bidder’s Initials ___________
Addendum No. _________________ Bidder’s Initials ___________
Addendum No. _________________ Bidder’s Initials ___________
Fill in addenda numbers if addenda have been received and insert, in this proposal, any Engineer’s
Estimate sheets that were received as part of the addenda.
SECURITY
Accompanying this proposal is:
INSERT THE AMOUNT AND THE WORDS “CASH”, “CASHIER’S CHECK”, “CERTIFIED CHECK” OR
“BIDDER’S BOND”
in the amount equal to at least ten (10) percent of the total of the bid.
DEBARMENT AND SUSPENSION CERTIFICATION
Title 2, Code of Federal Regulations, Part 180
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person
associated therewith in the capacity of owner, partner, director, officer, and manager:
• Is not currently under suspension, debarment, voluntarily exclusion. or determined
ineligibility by any federal agency;
• Has not been suspended, debarred, voluntarily excluded or determined ineligible by any
federal agency within the past 3 years;
• Does not have a proposed debarment pending; and
• Has not been indicted, convicted, or had a civil judgment rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the past 3
years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining
bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating
agency, and dates of action.
Notes: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof
shall also constitute signature of this Certification.
NOT FOR BIDDIN
G
Proposal 161
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
LIST OF PRINCIPALS
The names of all persons interested in the foregoing proposal as principals are as follows:
IMPORTANT NOTICE. If bidder or other interested person is corporation, state legal name of corporation, also names of the
president, secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual copartners
composing firm; if bidder or other interested person is an individual, state first and last names in full.
By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing
questionnaire and statements of Public Contract Code sections 10162, 10232 and 102851.1 are true and correct and that the bidder has
complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of
the California Administrative Code). By my signature on this proposal I further certify, under the penalty of perjury under the laws of
the State of California and the United States of America, that the Noncollusion Declaration required by Title 23 United States Code,
Section 112 and Public Contract Code section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension
Certification are true and correct.
The Contractor’s license number and expiration date are stated under penalty of perjury.
Licensed in accordance with an act providing for the registration of contractors:
License No.: Exp. Date: Classifications:
Print Name and Title of Bidder
Date Signature of Bidder
Business Address Place of Business
Place of Residence
NOT FOR BIDDIN
G
Proposal 162
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
COUNTY OF TUOLUMNE
BIDDER’S BOND
Bond No.
We, as Principal
and as Surety are bound unto the
County of Tuolumne, hereafter referred to as “Obligee”, in the penal sum of ten (10) percent of the
total amount of the bid of the Principal submitted to the Obligee for the work described below, for
the payment of which sum we bind ourselves, jointly and severally,
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:
WHEREAS, the Principal is submitted to the Obligee, for:
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-
12
for which bids are to be opened at on .
NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner
required under the Specifications, after the prescribed forms are presented to him for signature,
enters into a written contract, in the prescribed form, in accordance with the bid, and files three
bonds with the Obligee, one to guarantee faithful performance of the contract, second to guarantee
payment for labor and materials as provided by law, and third to be a maintenance warranty bond,
then this obligation shall be null and void; otherwise, it shall remain in full force.
In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety
shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney’s fee to be
fixed by the court.
Date: , 20
Principal
Surety
Attorney-in-Fact
NOT FOR BIDDIN
G
Proposal 163
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
CERTIFICATE OF ACKNOWLEDGEMENT
State of California
County of
On before me, ,
(here insert the name and title of the officer)
personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Signature
(Seal)
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
Contract 164
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
COUNTY OF TUOLUMNE
DEPARTMENT OF PUBLIC WORKS
CONTRACT
Emergency Storm Damage Repair for Construction on Little Fuller Road
Contract No. 1715-12
This Contract (“Contract”) is made and entered into by and between the County of Tuolumne
(“County”) and _____________________________________________________________,
(“Contractor”) as of the date it is approved by the Board of Supervisors.
ARTICLE I. - WITNESSETH, that for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the County, and under the conditions expressed
in the three bonds, bearing even date with these presents, and hereunto annexed, the Contractor
agrees with the County, at his own proper cost and expense, to do all the work and furnish all the
materials, except such as may be mentioned in the specifications to be furnished by County,
necessary to construct and complete in good and workmanlike manner and to the satisfaction of the
County of Tuolumne, the work described in the Special Provisions and the project plans described
below, including any addenda thereto, and also in accordance with the State of California
Department of Transportation Standard Plans, dated 2015, the Standard Specifications, dated 2015,
and the Labor Surcharge and Equipment Rental Rates in effect on the date the work was
accomplished, which said Special Provisions, project plans, Standard Plans, Standard Specifications,
and Labor Surcharge and Equipment Rental Rates are hereby specially referred to and by such
reference made a part hereof.
The Special Provisions for the work to be done are titled:
State of California; County of Tuolumne; Department of Public Works
Notice to Bidders, Special Provisions, Proposal, and Contract (Bid Book)
Emergency Storm Damage Repair for Construction on Little Fuller Road
Contract No. 1715-12
The project plans for the work to be done are titled:
County of Tuolumne Department of Public Works
Emergency Storm Damage Repair for Construction on Little Fuller Road
Contract No. 1715-12
ARTICLE II. - The County hereby promises and agrees with the Contractor to employ and does
hereby employ, the Contractor to provide the materials and to do the work according to the terms
and conditions herein contained and referred to for the prices hereinafter set forth and hereby
contracts to pay the same at the time, in the manner and upon the conditions herein set forth; and the
said parties for themselves, their heirs, executors, administrators, successors, and assigns, do hereby
agree to the full performance of the covenants herein contained.
Contract 165
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
ARTICLE III. - The State of California general prevailing wages appearing in the bid documents are
hereby made a part of this Contract. It is further expressly agreed by and between the parties hereto
that should there be any conflict between the terms of this instrument and the bid or proposal of the
Contractor, then this instrument shall control and nothing herein shall be considered as an
acceptance of the terms of the proposal conflicting herewith.
ARTICLE IV. - By my signature hereunder, as Contractor, I certify that I am aware of the provisions
of Section 3700 of the Labor Code, which require every employer to be insured against liability for
worker’s compensation or to undertake self-insurance in accordance with the provisions before
commencing the performance of the work of this Contract.
ARTICLE V. - The Contractor agrees to receive and accept the following prices as full
compensation for furnishing all materials and for doing all the work contemplated and embraced in
this Contract; also for all loss or damage, arising out of the nature of the work aforesaid, or from the
action of the elements, or from any unforeseen difficulties or obstructions which may arise or be
encountered in the prosecution of the work until its acceptance by the County of Tuolumne, and for
all risks of every description connected with the work, also for all expenses incurred by or in
consequence of the suspension or discontinuance of work and for well and faithfully completing the
work, and the whole thereof, in the manner and according to the plans and specifications, and the
requirements of the Engineer under them, to wit: See attached EXHIBIT “A”.
ARTICLE VI. – In the event of the legal action to enforce this Contract, venue shall be in Tuolumne
County.
ARTICLE VII. – In the event of the legal action to enforce this Contract, the prevailing party shall
be entitled to reasonable attorney’s fees.
//signatures follow on next page//
Contract 166
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and
date first above written.
STATE OF CALIFORNIA
COUNTY OF TUOLUMNE
BOARD OF SUPERVISORS CONTRACTOR’S REPRESENTATIVES
Sherri Brennan, Chair Board of Supervisors Date Legal Name of Corporation
ATTEST:
______________________________________
Clerk of the Board
APPROVED AS TO FORM:
COUNTY OF TUOLUMNE President, Chairman or Vice-President Date
By
Deputy County Counsel Date Secretary, Treasurer or Chief Financial Officer Date
Licensed in accordance with an act providing for the
registration of Contractors, License No.
Federal Employer Identification Number
Note: Contract shall be signed by two officers of the
corporation as shown.
Contract 167
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
THIS PAGE LEFT BLANK INTENTIONALLY
Contract 168
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
COUNTY OF TUOLUMNE
DEPARTMENT OF PUBLIC WORKS
PERFORMANCE BOND
(To Accompany Contract)
Bond No.
WHEREAS, the County of Tuolumne, acting by and through the Department of Public Works, (“County”) has awarded to Contractor
_____________________________________________, (“Contractor”), a contract for the work described as follows:
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-
12
AND WHEREAS, the Contractor is required to furnish a bond in connection with said contract, guaranteeing the faithful performance
thereof:
NOW, THEREFORE, we the undersigned Contractor and _______________________________________, a corporation duly
authorized to do a general surety business in the State of California, (“Surety”) are held firmly bound to the County of Tuolumne in
the sum of ______________________________________________ dollars ($__________________), to be paid to the County or its
certain attorney, its successors and assigns: for which payment, well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH,
That if the above bound Contractor, its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions and agreements in the foregoing Contract and any alteration thereof
made as therein provided, on his or their part to be kept and performed at the time and in the manner therein specified, and in all
respects according to their intent and meaning, and shall indemnify and hold harmless the County of Tuolumne, its elected and
appointed officials, officers, employees, agents, and volunteers as therein stipulated, then this obligation shall become and be null and
void; otherwise it shall be and remain in full force and virtue. Whenever Contractor shall be, and is declared by the County to be, in
default under the Contract, and the County, having performed the County’s obligations thereunder, the Surety may promptly remedy
the default, or shall promptly:
(1) Complete the Contract in accordance with its terms and conditions; or
(2) Obtain a bid or bids for submission to the County for completing the Contract in accordance with its terms and conditions,
and upon determination by the County and Surety of the lowest responsible bidder, arrange for a contract between such
bidder and the County, and make available as work progresses (even though there should be a default or succession of
defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of
completion less the balance of the contract price. The term “balance of the contract price” as used in this paragraph shall
mean the total amount payable to Contractor by the County under the Contract and any modifications thereto, less the
amount previously properly paid by the County to the Contractor.
(3) Surety expressly agrees that the County may reject any contractor or subcontractor which may be proposed by Surety in
fulfillment of its obligations in the event of default by the Contractor.
(4) Surety shall not utilize Contractor in completing the Contract nor shall Surety accept a bid from Contractor for completion
of the work if the County, when declaring the Contractor in default, notifies Surety of the County’s objection to the
Contractor's further participation in the completion of the work.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its
obligations on this Bond and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of
the Contract or to the work or to the Specifications.
In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to be fixed by the court. No right of action shall
accrue on this Bond for the use of any person or entity other than the County or its heirs, executors, administrators or successors.
IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ___ day of _________, 20___.
Correspondence or claims relating to this
bond should be sent to the Surety at the
following address:
Contractor
Name of Surety (SEAL)
By: Attorney-in-Fact
NOTE: Signatures of those executing for the Surety shall be properly acknowledged.
Contract 169
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
CERTIFICATE OF ACKNOWLEDGEMENT
State of California
County of
On before me, ,
(here insert the name and title of the officer)
personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Signature
(Seal)
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
Contract 170
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
COUNTY OF TUOLUMNE
DEPARTMENT OF PUBLIC WORKS
PAYMENT BOND
(Section 9550, Civil Code)
Bond No.
WHEREAS, The County Tuolumne , acting by and through the Department of Public Works, (“Obligee”), has awarded to Contractor
_______________________________________, (“Principal”), a contract for the work described as follows:
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-
12
AND WHEREAS, Principal is required to furnish a bond in connection with this Contract, to secure the payment of claims of
laborers, mechanics, materialmen and other persons as provided by law.
NOW, THEREFORE, we, the undersigned Principal _______________________________________, a corporation duly authorized
to do a general surety business in the State of California, (“Surety”) are held firmly bound to the Obligee in the sum of
______________________________________________ dollars ($__________________), to be paid to Obligee or its certain
attorney, its successors and assigns: for which payment, well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH,
That if Principal or its subcontractors shall fail to pay (1) any of the persons named in Civil Code section 9100, (2) amounts due under
the Unemployment Insurance Code with respect to work or labor performed by such claimant, or (3) any amounts required to be
deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and his
subcontractors pursuant to Unemployment Insurance Code section 13020 et seq., with respect to such work and labor, that the Surety
herein will pay for the same. In the event suit is brought upon this Bond by the Obligee and judgment is recovered, the Surety shall
pay all costs incurred by the Obligee in such suit, including a reasonable attorney’s fee to be fixed by the Court. The Surety hereby
waives the provisions of Sections 2819 and 2845 of the Civil Code.
This bond shall inure to the benefit of any of the persons named in Civil Code section 9100 as to give a right of action to such persons
or their assigns in any suit brought upon this bond.
PROVIDED, HOWEVER, that the Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration, or addition to the terms of the Contract or to the work to be performed thereunder shall in any way affect its obligation on
this Bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract.
PROVIDED, FURTHER, that no final settlement between the Obligee and the Principal shall abridge the right of any beneficiary
hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ___ day of _________, 20___.
Correspondence or claims relating to this bond
should be sent to the Surety at the following
address:
Contractor
Name of Surety (SEAL)
By: Attorney-in-Fact
NOTE: Signatures of those executing for the Surety shall be properly acknowledged.
Contract 171
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
CERTIFICATE OF ACKNOWLEDGEMENT
State of California
County of
On before me, ,
(here insert the name and title of the officer)
personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Signature
(Seal)
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
Contract 172
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
COUNTY OF TUOLUMNE
DEPARTMENT OF PUBLIC WORKS
MAINTENANCE WARRANTY BOND
(To Accompany Contract)
Bond No.
WHEREAS, the County of Tuolumne, acting by and through the Department of Public Works (“County”), has awarded to Contractor
_____________________________________________, (“Contractor”), a contract for the work described as follows:
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-
12
AND WHEREAS, the Contractor is required to furnish a one-year maintenance warranty bond in connection with this Contract.
NOW, THEREFORE, we the undersigned Contractor _______________________________________, a corporation duly
authorized to do a general surety business in the State of California, (“Surety”) are held firmly bound to the County of Tuolumne in
the sum of ______________________________________________ dollars ($__________________), to be paid to the County or its
certain attorney, its successors and assigns for which payment, well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH,
That if the above bound Contractor, its heirs, executors, administrators, successors or assigns, shall repair or replace, in accordance
with the terms of the Contract and any alteration made thereto as therein provided, any defects or failures in the contract
improvements occurring within 1 year of acceptance of the contract then this obligation shall become and be null and void; otherwise
it shall be and remain in full force and virtue. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to
fixed by the court.
No right of action shall accrue on this Bond for the use of any person or entity other than the County or its heirs, executors,
administrators or successors.
IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ___ day of _________, 20___.
Correspondence or claims relating to this bond
should be sent to the Surety at the following
address:
Contractor
Name of Surety (SEAL)
By: Attorney-in-Fact
NOTE: Signatures of those executing for the Surety shall be properly acknowledged.
Contract 173
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
CERTIFICATE OF ACKNOWLEDGEMENT
State of California
County of
On before me, ,
(here insert the name and title of the officer)
personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Signature
(Seal)
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
Appendix A 174
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
APPENDIX A
CALTRANS REVISED STANDARD SPECIFICATIONS
Applicable to the 2015 Edition of the Standard Specifications
RSS_A07-21-17
is available at https://www.tuolumne.ca.gov/bids.aspx
Appendix A 175
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
THIS PAGE INTENTIONALLY LEFT BLANK
Appendix B 176
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
APPENDIX B
PROJECT PLANS
Appendix B 177
Emergency Storm Damage Repair for Construction on Little Fuller Road, Contract No. 1715-12
THIS PAGE INTENTIONALLY LEFT BLANK