Loading...
HomeMy WebLinkAboutExecuted Contract (2).pdf SPECIFICATIONS FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL FEDERAL PROJECT NUMBER: CML-5942(293) BUDGET /ACCOUNT: 4510 / 7370 $.� co � 6 Department o Public Works and Planning O� �O P f g FRES CONTRACT NUMBER 23-18-C coU,y� County of Fresno :O is56 O DEPARTMENT OF PUBLIC WORKS AND PLANNING STEVEN E. WHITE, DIRECTOR FRESH December 14, 2023 Contract No. 23-18-C ADDENDUM NO. 1 to FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL, revising the Bidding and Contract Documents as follows: TABLE OF CONTENTS No changes NOTICE TO BIDDERS No changes SPECIAL PROVISIONS Section 17-3.01 E CONSTRUCTION: DELETE: Chipping operations are not required for the project. If the Contractor chooses to do so, chipping operations cannot take place in County of Fresno owned properties or right-of-way. REPLACE with: Chipping operations are not required for the project. If the Contractor chooses to perform chipping operations, chipping shall only take place at the northeast corner of the Fowler Avenue and Olive Avenue intersection. See attached Exhibit: Chipping Operation Staging Area. The contractor shall place the chipping and any other equipment at least 25 feet from edge of existing pavement and shall be responsible for maintaining the road, keeping it clear of any debris and/or dust at all times. PROPOSAL No changes BID BOOK No changes AGREEMENT No changes PROJECT DETAILS ADD attached Exhibit: Chipping Operation Staging Area Addendum No. 1 FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL Contract No. 23-18-C Page 1 of 2 END OF ADDENDUM NO. 1 ------------------------------------------------------------------------------------------------------------------------------ Please attach this Addendum to the inside cover of the Specifications booklet. If you have given the Bidding and Contract Documents to someone else, please forward this Addendum. 12/14/2023 QROF ESS/�� \PN T Date Signed Of �No. C76724 r Exp.12/31/24 `rqT CIVIL F OF CA��F��� Supervising Engineer: Sebastian Artal, PE C76724 FRESNO COUNTY Department of Public Works and Planning m/a 2220 Tulare Street, Suite 720 Fresno, CA 93721-2106 Addendum No. 1 FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL Contract No. 23-18-C Page 2 of 2 EXHIBIT: CHIPPING OPERATION STAGING AREA r Area allowed for a� 4 chipping operations > Q Protect signs in place � r LL N � i — — � Jf tF- ° Olive Ave , ♦'-. -, - M oe t- 1 rlWor �• _ 1 1 TABLE OF CONTENTS COVER SHEET COUNTY ADOPTION AND ACKNOWLEDGMENT Engineer's Signature NOTICE TO BIDDERS SPECIAL PROVISIONS FEDERAL REQUIREMENTS Federal Requirements for Federal Aid Construction Projects Federal Forms PROJECT DETAILS / DRAWINGS Location Map Tree Removal/Demolition Exhibits Pacific Gas and Electric Co. PG&E Green Book Section 4.10.1(C) and Figure 4-42 Fresno County Encroachment Permit Encroachment Permit Performance Bond Self-Dealing Transactions Disclosure Form Revised Standard Specifications Dated 09-02-16 BID BOOK Bidder's Declaration Bid Form Abbreviations Used Signature Page Noncollusion Declaration Public Contract Code Subcontractor List Certifications DBE Forms Bidder's List of Subcontractors Guaranty AGREEMENT Agreement Exhibit A— Required Federal Aid Contract Language (Exhibit 12-G and Form 1273) Exhibit B — Minimum Federal Wage Rates Determination Contract Number 23-18-C COUNTY ADOPTION AND ACKNOWLEDGEMENT PROJECT: FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL CONTRACT NUMBER: 23-18-C Nathan Magsig, Chairman 5th District Ernest Buddy Mendes, Vice Chairman 4th District Brian Pacheco 1st District Steve Brandau 2nd District Sal Quintero, Chairman 3rd Di s Pi Ct� i Paul Nerland, County Administrative Officer,? - ,�i Steven E. White, Director Date Department of Public Works and Planning QROFESS/�� Date Signed: 7 z 3 \p,N T �F No. C76724 '— Exp.12131124 CtVI L OP CA Supervising Engineer: Sebastian Artal, PE 76724 FRESNO COUNTY Department of Public Works and Planning m/a 2220 Tulare Street, Suite 720 Fresno, CA 93721-2106 COUNTY OF FRESNO STATE OF CALIFORNIA NOTICE TO BIDDERS Sealed proposals will be received at: https://www.bidexpress.com/businesses/36473/home and at the Fresno County Department of Public Works and Planning (Department), Office of the Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA 93721 until 2:00 P.M., (1400 hours and 00 seconds) Thursday, December 21, 2023 If you have any questions about bid submission, please contact us at DesignServicesCaD-fresnocountyca.qov or calling (559) 600-4241 or (559) 600-4543. Promptly following the closing of the bidding all timely submitted bids will be publicly opened and viewable via a livestream (the link for which will be posted at http://www.fresnocountVca.gov/planholders) for construction in accordance with the project specifications therefor, to which special reference is made as follows: FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL FEDERAL PROJECT NUMBER: CML-5942(293) CONTRACT NUMBER 23-18-C The work, in general, consists of, but not limited to, removal and proper disposal of 126 orange trees located at the NE corner of the intersection within the project limits of the Fowler and Olive Road Improvements project. The project also includes the removal and disposal of fencing and other trees and bushes located at the SW corner of the intersection. All debris generated by the felling and removal of trees must be removed. All other appurtenant work as described in the Project Specifications. The County of Fresno affirms that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. Bidders are advised that, as required by federal law, Disadvantaged Business Enterprise (DBE) requirements are included in Section 2, "Bidding," under subsection 2-1.12 "Disadvantaged Business Enterprises". The DBE Contract Goal is 0 percent. This project is subject to the "Buy America" provisions of the Surface Transportation Assistance Act Of 1982 as amended by the Intermodal Surface Transportation Efficiency Act Of 1991. This project is subject to the Cargo Preference Act and implementing regulations (46 CFR Part 381) to the Federal Highway Program. Bidders may fill out a Request to be Added to Planholders list: https://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-Bidding- Opportunities/Request-to-Be-Added-to-the-Planholders-List-Form Requesters will then be listed as a planholder for the project on the website and receive notifications and addenda issued for the project. Prospective bidders may also select the project on www.BidExpress.com. Those that demonstrate interest in the project will be added to the planholders list, and receive notifications and addenda issued for the project. Planholder and exchange/publication names may be obtained from the Fresno County website at http://www.fresnocountyca.gov/planholders. Electronic copies, in ".pdf" file format, of the official project specifications, bid books and proposal sheets and such additional supplemental project information as may be provided, are available to view, download, and print at http://www.fresnocountyca.gov/planholders. Electronic bids shall be submitted via e-mail to DesignServices(c�fresnocountyca.gov. Hardcopy bids shall be submitted in a sealed envelope addressed to the Department and labeled with the name of the bidder, the name of the project and contract number. If a bidder is unable to submit a bid via Bid Express, Bid Books, which contain bid proposal sheets necessary to submit a bid, may be obtained within the Specifications documents posted on the Fresno County website. Electronic bids shall be submitted via the BidExpress website. Hardcopy bids shall be submitted in a sealed envelope addressed to the Department and labeled with the name of the bidder, the name of the project and the statement "Do Not Open Until The Time Of Bid Opening." Bid security in the amount of ten (10) percent of the amount of the bid, and in the form of a bid bond issued by an admitted surety insurer licensed by the California Department of Insurance, cash, cashier's check or certified check shall accompany the bid. You must either attach an electronic bid bond or provide an original bid bond (or other form of bid security authorized by Public Contract Code Section 20129(a)), prior to the bid opening. Bid security shall be made in favor of the County of Fresno. Hardcopy bid bonds shall be submitted in a sealed envelope addressed to the Department and labeled with the name of the bidder, the name of the project and the statement "Do Not Open Until The Time Of Bid Opening — BID BOND" A Summary of Bids and a list of subcontractors for the apparent low bidder will be posted at the above listed website, generally within 24 hours of the Bid Opening. All questions regarding this project shall be in writing and shall be received by the Department of Public Works and Planning, Design Division, no later than 2.00 P.M. on the seventh (7th) calendar day before bid opening. Any questions received after this deadline will not receive a response unless the Department of Public Works and Planning elects to issue an addendum to revise the bid opening date. In the event that the bid opening date is revised, the deadline for questions will be extended to no later than 2.00 P.M. on the seventh (7th) calendar day before the revised bid opening date. Questions shall be submitted on the "Request for Clarification Form" provided on our website: Contract Number 23-18-C Notice to Bidders - 2 http://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-Bidding- Opportunities/23-18-C-Fowler-and-Olive-Traffic-Signal-Tree-Removal/Request-for-Clarification- Form Any changes to, or clarification of, the project plans and specifications shall be in the form of a written addendum issued to planholders of record. Questions that prompt a change or clarification shall be included in the addendum with the subsequent answer. Any oral explanation or interpretations given to this project are not binding. No contract will be awarded to a contractor who has not been licensed in accordance with the provisions of the Contractors State License Law, California Business and Professions Code, Division 3, Chapter 9, as amended, or whose bid is not on the proposal form included in the contract document. A valid California Contractor's License, Class A (General Engineering), Class C-27 (Landscaping Contractor), or Class C-61 / D-49 (Tree Service), is required for this project. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, 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 County of Fresno, Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno CA 93721-2104 and available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/DLSR/PWD. 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. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in General Decision Number CA20230018, Dated 12/01/2023, which is incorporated in these special provisions by this reference as if fully set forth herein and which can be viewed at https://SAM.gov, under CA20230018. Said Federal wage rates, as well as project plans, special provisions, and bid forms, may also be examined at the County of Fresno office described in the preceding paragraph. Addenda to modify the reference to Federal minimum wage rates to reflect revisions thereto, if necessary, will be issued to planholders of record. Attention is directed to the provisions in the "Federal Requirements" section of these specifications. 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 Department 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 Contract Number 23-18-C Notice to Bidders - 3 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. This project requires 0 trainees. The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Bids are required for the entire work described herein. Bids will be compared on the basis of the cumulative sum of the bid amounts listed for the individual line items. The successful bidder shall furnish a faithful performance bond in the amount of 100 percent of the contract amount and a payment bond in the amount of 100 percent of the contract amount. Each bond specified in this Notice (faithful performance bond and payment bond) shall meet the requirements of all applicable statutes, including but not limited to those specified in Public Contract Code section 20129 and Civil Code section 3248. Each bond specified in this Notice shall be issued by a surety company designated as an admitted surety insurer in good standing with and authorized to transact business in this state by the California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned that representations made by surety companies will be verified with the California Department of Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of a proposed surety company, may require the surety company to provide additional information supported by documentation. The County generally requires such information and documentation whenever the proposed surety company has either a Best's Key Rating Guide of less than A and a financial size designation of less than VIII. Provided, however, that the County expressly reserves its right to require all information and documentation to which the County is legally entitled from any proposed surety company. Pursuant to Public Contract Code Section 22300, substitution of securities for any moneys withheld by the County of Fresno to ensure performance under the contract shall be permitted. The Director of Public Works and Planning reserves the right to reject any or all bids. The Department of Public Works and Planning, County of Fresno Steven E. White, Director of Public Works and Planning Issue Date: December 11, 2023 Contract Number 23-18-C Notice to Bidders -4 Special Provisions Contract Number 23-18-C DIVISION I GENERAL PROVISIONS 1 GENERAL 1-1.01 GENERAL Add to the beginning of Section 1: The work is done in accordance with the 2015 Standard Specifications, 2015 Standard Plans and the following special provisions. Where these special provisions indicate to replace, add to, delete, delete from, or otherwise modify a "section,"or a portion thereof, the section or portion thereof to which such modification is to be applied is the section or portion thereof with the corresponding numbering in the 2015 Standard Specifications. Except to the extent that they may conflict with these special provisions, revised standard specifications apply if included in the project details section of the book entitled "Specifications." Revised standard plans apply if listed on the "List of Revised Standard Plans," if any, in these special provisions; or if shown or referenced on the project plans or in the project details section of the book entitled "Specifications." 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. In case of conflict between applicable revised standard specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions. Add to the 1st table of section 1-1.06: SJVAPCD San Joaquin Valley air pollution control district AQMD air quality management district CISS cast-in-steel shell CSL crosshole sonic logging GGL gamma-gamma logging METS Caltrans Material Engineering and Testing Services Add to section 1-1.06: Abbreviations in the Bid Items and Applicable Sections are also used in the Bid Item List- Proposal 2. Replace Section 1-1.07 with: 1-1.07 DEFINITIONS 1-1.07A General Interpret terms as defined in the Contract documents. 1-1.0713 Glossary abandon: Render unserviceable in place. acts of God: Acts of God as defined in Pub Cont Code § 7105. activity: Task, event, or other project element on a schedule that contributes to completing the project. An activity has a description, start date, finish date, duration, and one or more logic ties. adjust: Raise or lower a facility to match a new grade line. aerially deposited lead: Lead primarily from vehicle emissions deposited within unpaved areas or formerly unpaved areas. Authorized Facility Audit List: Caltrans-developed list of facilities. For the Authorized Facility Audit List, go the METS website. authorized laboratory: Independent testing laboratory (1) not employed or compensated by any subcontractor or subcontractor's affiliate providing other services for the Contract and (2) authorized by the Department. Authorized Material List: Caltrans-developed list of authorized materials. For the Authorized Material List go to the METS website. Authorized Material Source List: Caltrans-developed list of authorized source materials. For the Authorized Material Source List go to the METS website. base: Layer of specified material of planned thickness placed immediately below the pavement or surfacing. basement material: Material in an excavation or embankment under the lowest layer to be placed. bid item: Work unit for which the Bidder provides a price. Bid Item List: List of bid items, units of measure, and the associated quantities. The verified Bid Item List is the Bid Item List with verified prices. The Contract Proposal (Proposal 2)of Low Bidder at the Department's website is the verified Bid Item List. After contract award, interpret a reference to the Bid Item List as a reference to the verified Bid Item List. borrow: Fill acquired from an excavation source outside the described cut area. 1. local borrow: Material obtained by widening cuts or excavating from sources outside the planned or authorized cross section on the job site. The location of the local borrow is described or designated by the Engineer. 2. imported borrow: Borrow that is not local borrow. bridge: Structure that: 1. Has a bridge number 2. Carries a (1) utility, (2) railroad, or(3)vehicle, pedestrian, or other traffic over, under, or around obstructions or waterways building-construction contract: Contract that has Building Construction on the cover of the Notice to Bidders and Special Provisions. California Test: Caltrans-developed test for determining work quality. For California Tests, go to the METS website. Caltrans: State of California Department of Transportation certificate of compliance: Certificate stating the material complies with the Contract. Certified Industrial Hygienist: Industrial hygienist certified in comprehensive practice by the American Board of Industrial Hygiene. change order work: Work described in a Change Order, including extra work and work described in the Contract as change order work. closure: Closure of a traffic lane or lanes, including shoulder, ramp, or connector lanes, within a single traffic control system. commercial quality: Quality meeting the best general practices. commercial source: Established business operating as a material source for the general public. Contract: Written and executed contract between the Department and the Contractor. Contract acceptance: Director's written acceptance of a completed Contract. Contract time: Number of original working days as adjusted by any time adjustment. Contractor: Person or business or its legal representative entering into a Contract with the Department for performance of the work. controlling activity: Construction activity that will extend the scheduled completion date if delayed. County: The County of Fresno critical path: Longest continuous chain of activities for the project that has the least amount of total float of all chains. In general, a delay on the critical path extends the scheduled completion date. critical path method: Network-based planning technique using activity durations and relationships between activities to calculate a schedule for the entire project. culvert: Structure other than a bridge that provides an opening under a roadway. data date: Day after the date through which a schedule is current. Everything occurring earlier than the data date is as-built and everything on or after the data date is planned. day: 24 consecutive hours running from midnight to midnight; calendar day. 1. business day: Day on the calendar except a Saturday and a holiday. 2. working day: Time measure unit for work progress. A working day is any 24-consecutive-hour period except: 2.1. Saturday and a holiday. 2.2. Day during which you cannot perform work on the controlling activity for at least 50 percent of the scheduled work shift with at least 50 percent of the scheduled labor and equipment due to any of the following: 2.2.1. Adverse weather-related conditions. 2.2.2. Traffic maintenance under the Contract. 2.2.3. Suspension of a controlling activity that you and the Engineer agree benefits both parties. 2.2.4. Unanticipated event not caused by either party, such as: 2.2.4.1. Act of God 2.2.4.2. Act of a public enemy. 2.2.4.3. Epidemic. 2.2.4.4. Fire. 2.2.4.5. Flood. 2.2.4.6. Governor-declared state of emergency. 2.2.4.7. Landslide. 2.2.4.8. Quarantine restriction. 2.2.5. Issue involving a third party, including: 2.2.5.1. Industry or area-wide labor strike. 2.2.5.2. Material shortage. 2.2.5.3. Freight embargo. 2.2.5.4. Jurisdictional requirement of a law enforcement agency. 2.2.5.5. Workforce labor dispute of a utility or nonhighway facility owner resulting in a nonhighway facility rearrangement not described and not solely for the Contractor's convenience. Rearrangement of a nonhighway facility includes installation, relocation, alteration, or removal of the facility. 2.3. Day during a concurrent delay. 3. original working days: 3.1. Working days to complete the work shown on the Notice to Bidders for a non-cost-plus-time- based bid 3.2. Working days bid to complete the work for a cost-plus-time-based bid Where working days is specified without the modifier original in the context of the number of working days to complete the work, interpret the number as the number of original working days as adjusted by any time adjustment. deduction: Money permanently taken from a progress payment or the final payment. Deductions are cumulative and are not retentions under Pub Cont Code § 7107. delay: Event that extends the completion of an activity. 1. excusable delay: Delay caused by the Department and not reasonably foreseeable when the work began, such as: 1.1. Change in the work 1.2. Department action that is not part of the Contract 1.3. Presence of an underground utility main not described in the Contract or in a location substantially different from that specified 1.4. Described facility rearrangement not rearranged as described, by the utility owner by the date specified, unless the rearrangement is solely for the Contractor's convenience 1.5. Department's failure to obtain timely access to the right-of-way 1.6. Department's failure to review a submittal or provide notification in the time specified 2. critical delay: Excusable delay that extends the scheduled completion date 3. concurrent delay: Occurrence of at least 2 of the following events in the same period of time, either partially or entirely: 3.1. Critical delay 3.2. Delay to a controlling activity caused by you 3.3. Non—working day Department: The Fresno County Board of Supervisors and its authorized representatives. District Office: County of Fresno Department of Public Works and Planning detour: Temporary route for traffic around a closed road part. A passageway through a job site is not a detour. Director: Department's Chairman disadvantaged business enterprise: Disadvantaged business enterprise as defined in 49 CFR 26.5. dispose of: Remove from the job site. divided highway: Highway with separated traveled ways for traffic, generally in opposite directions. Engineer: The County's Director of Public Works and Planning, acting through their authorized designees. early completion time: Difference in time between an early scheduled completion date and the work completion date. environmentally sensitive area: Area within or near construction limits where access is prohibited or limited to protect environmental resources. estimated cost: Estimated cost of the project as shown on the Notice to Bidders. extra work: Any work, desired or performed, but not included in the original Contract. federal-aid contract: Contract that has a federal-aid project number on the cover of the Specifications. final pay item: Bid item whose quantity shown on the Bid Item List is the quantity paid. finished grade: Final surface of the completed facility. If the work under the Contract includes stage construction, the relation between the finished grade and the work under the Contract is shown. fixed cost: Labor, material, or equipment cost directly incurred by the Contractor as a result of performing or supplying a particular bid item that remains constant regardless of the item's quantity. float: Difference between the earliest and latest allowable start or finish times for an activity. 1. Department-owned float: Time saved on the critical path by actions of the Department. It is the last activity shown on the schedule before the scheduled completion date. force account work: Work ordered on a construction project without an existing agreement on its cost, and performed with the understanding that the contractor will bill the owner according to the cost of labor, materials, and equipment, plus a certain percentage for overhead and profit. grading plane: Basement material surface on which the lowest layer of subbase, base, pavement, surfacing, or other specified layer is placed. highway: Whole right-of-way or area reserved for use in constructing the roadway and its appurtenances. holiday: Holiday shown in the following table: Holidays Holida Date observed Every Sunday Every Sunda New Year's Day January 1st Birthday of Martin Luther King, Jr. 3rd Monday in January Presidents' Day 3rd Monday in February Cesar Chavez Day March 31 st Memorial Day Last Monday in May Independence Day July 4t" Labor Day 1st Monday in September Veterans Day November 11t" Thanksgiving Day 4th Thursday in November Day after Thanksgiving Day Day after Thanksgiving Da Christmas Day December 25t" If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a Sunday, the Monday following is a holiday. If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a Saturday, the preceding Friday is a holiday. hours of darkness: Hours of darkness as defined in Veh Code § 280. idle equipment: Equipment: 1. On the job site at the start of a delay 2. Idled because of the delay 3. Not operated during the delay informal-bid contract: Contract that has Informal Bid Authorized by Pub Cont Code § 10122 on the cover of the Notice to Bidders and Special Provisions. job site: Area within the defined boundaries of a project. Labor Surcharge and Equipment Rental Rates: Caltrans publication that lists labor surcharge and equipment rental rates. landscaping: Practice of a landscaping contractor under 16 CA Code of Regs § 832.27. material: Any product or substance specified for use in the construction of a project. material shortage: 1. Shortage of raw or produced material that is area-wide and caused by an unusual market condition except if any of the following occurs: 1.1. Shortage relates to a produced, nonstandard material 1.2. Supplier's and the Contractor's priority for filling an order differs 1.3. Event outside the United States for a material produced outside the United States 2. Unavailability of water that delays a controlling activity material source facility audit: Self-audit and a Caltrans audit evaluating a facility's capability to consistently produce materials that comply with Caltrans standards. median: Portion of a divided highway separating the traveled ways including inside shoulders. milestone: Event activity that has zero duration and is typically used to represent the start or end of a certain stage of the project. mobilization: Preparatory work that must be performed or costs incurred before starting work on the various items on the job site (Pub Cont Code § 10104). modify: Add to or subtract from an appurtenant part. narrative report: Document submitted with each schedule that discusses topics related to project progress and scheduling. near critical path: Chain of activities with total float exceeding that of the critical path but having not more than 10 working days of total float. obliterate: Place an earth cover over or root, plow, pulverize, or scarify. Office engineer: The Director of Public Works and Planning for the County of Fresno pavement: Uppermost layer of material placed on a traveled way or shoulder. plans: Standard plans, revised standard plans, and project plans. 1. standard plans: Drawings standard to Department construction projects. These plans are in a book titled Standard Plans. 2. revised standard plans: New or revised standard plans. These plans are listed in the List of Revised Standard Plans in a book titled Specifications. 3. project plans: Drawings specific to the project, including authorized shop drawings. These plans also include a section titled Project Details of a book titled Specifications. plant establishment period: Number of days shown on the Notice to Bidders for plant establishment. quality characteristic: Characteristic of a material that is measured to determine conformance with a given requirement. quality control plan: Contractor's plan to ensure QC. reconstruct: Remove and disassemble and construct again at an existing or new location. relocate: Remove and install or place in a new location. remove: Remove and dispose of. reset: Remove and install or place laterally at the same station location. roadbed: Roadway portion extending from the curb line to curb line or the shoulder line to shoulder line. A divided highway has 2 roadbeds. roadside: Area between the outside shoulder edge and the right-of-way limits. roadway: Portion of the highway within the outside lines of curbs, sidewalks, slopes, ditches, channels, or waterways. A roadway includes the structures and features necessary for safety, protection of facilities, and drainage. salvage: Remove, clean, and haul to a specified location. schedule: 1. baseline schedule: Initial schedule showing the original work plan starting on the date of Contract approval. This schedule shows no completed work to date and no negative float or negative lag to any activity. 2. revised schedule: Schedule that incorporates a proposed or past change to logic or activity durations. 3. updated schedule: Current schedule developed from the accepted baseline and any subsequent accepted updated or revised schedules through regular monthly review to incorporate actual past progress. scheduled completion date: Planned work completion date shown on the current schedule. shoulder: Roadway portion contiguous with the traveled way for accommodation of a stopped vehicle, emergency use, and lateral support of base and surface courses. small tool: Tool or piece of equipment not listed in Labor Surcharge and Equipment Rental Rates that has a replacement value of$500 or less. specifications: Standard specifications, revised standard specifications, and special provisions. 1. standard specifications: Specifications standard to Department construction projects. These specifications are in a book titled Standard Specifications. 2. revised standard specifications: New or revised standard specifications. These specifications are in a section titled Revised Standard Specifications of a book titled Specifications. 3. special provisions: Specifications specific to the project. These specifications are in a section titled Special Provisions of a book titled Specifications. State: State of California, including its agencies, departments or divisions whose conduct or action is related to the work. Structure Design: Offices of Structure Design of the Department of Transportation. subbase: Layer of material between a base and the basement material. subgrade: Roadbed portion on which pavement, surfacing, base, subbase, or a layer of any other material is placed. submittal: 1. action submittal: Written and graphic information and samples that require the Department's response. 2. informational submittal: Written information that does not require the Department's response. substantial defects: Defects plainly seen as damaged, displaced, or missing parts or improper functioning of materials, parts, equipment, or systems. substructure: Bridge parts below the bridge seats, pier tops, and haunches for rigid-framed bridges or spring lines for arched bridges; includes abutment backwalls, abutment parapets, and wingwalls. superstructure: Bridge parts except the substructure. supplemental project information: Information relevant to the project, specified as supplemental project information, and made available to bidders. surfacing: Uppermost layer of material placed on a traveled way or shoulders; pavement. time impact analysis: Analysis using a CPM schedule developed specifically to demonstrate the effect a proposed or past change or delay has on the current scheduled completion date. time-scaled network diagram: Graphic depiction of a CPM schedule comprised of activity bars with relationships for each activity represented by arrows. The tail of each arrow connects to the activity bar for the predecessor and points to the successor. total bid: Sum of the item totals as verified by the Department; original Contract price. total float: Amount of time that an activity or chain of activities can be delayed before extending the scheduled completion date. traffic: Pedestrians, bicyclists, ridden or herded animals, vehicles, streetcars, and other conveyances either singularly or together while using any highway for purposes of travel. traffic lane: Portion of traveled way used for the movement of a single line of vehicles. traveled way: Portion of the roadway for the movement of vehicles, exclusive of the shoulders, berms, sidewalks, and parking lanes. tunnel: Tunnel as defined in 8 CA Code of Regs § 8405 et seq. unauthorized work: Work performed beyond the lines and grades described in the Contract or established by the Engineer or extra work performed without Department authorization. unsuitable material: Material encountered below the natural ground surface in embankment areas or below the grading plane in excavation areas that the Engineer determines to be in any of the following conditions: 1. Of such unstable nature that it cannot be compacted to the specified density using ordinary methods at optimum moisture content. 2. Too wet to be properly compacted and cannot be dried before incorporating it into the work. Excessive moisture alone is not sufficient cause for determining that the material is unsuitable. 3. Inappropriate for the planned use. withhold: Money temporarily or permanently taken from a progress payment. work: Resources and activities required for Contract acceptance, including labor, materials, equipment, and the created product. work plan: Detailed formulation of a program of action. work zone: Area of a highway with construction, maintenance, or utility work activities. 1-1.08 DISTRICTS Replace Section 1.08 with: Not Used Add to the end of Section 1-1.09 This project is not in a freeze-thaw area. Replace Section 1-1.10 with: 1-1.10 PAVEMENT CLIMATE REGIONS To help account for the effects of various climatic conditions on pavement performance, the State has been divided into 9 climate regions. The project's pavement climate region is Inland Valley. Replace Section 1-1.11 with: 1-1.11 WEBSITES, ADDRESSES, AND TELEPHONE NUMBERS Websites, Addresses, and Telephone Numbers Reference or agency or department unit Website Address Telephone no. Authorized https://dot.ca.gov/program Material Lists s/engineering= Authorized services/authorized- Material Source materials-lists Lists CA Unified Certification https:Hdot.ca.gov/program Program's list of s/civil-rights/dbe-search certified DBEs California https:Hdot.ca.gov/program MUTCD s/safety- -- -- ro rams/camutcd Data Materials Engineering and Testing Interchange for Services Department of Materials https://dime.dot.ca.gov/ Transportation (916) 227-5238 Engineering 5900 Folsom Blvd Sacramento CA 95819-4612 https://www.fresnocountVc 2220 Tulare Street Department a.gov/Departments/Public- Design Division —Seventh Floor (559)600-9908 Works-and-Plan nin Fresno, CA 93721 Department of Conservation, http://www.conservation.c Office of Mine a.gov/dmr/ Reclamation Department of General Office of Small Business and DVBE Services, Office https://www.dgs.ca.gov/O Services Department of General (800) 559-5529 of Small BAS Services 707 3rd St West (916) 375-4940 Business and Sacramento CA 95605- 2811 DVBE Services Department of 455 Golden Gate Ave Industrial http://www.dir.ca.gov San Francisco CA 94102 -- Relations Design 2220 Tulare Street Tel: (559)600- Services- https://www.fresnocountyc Design Division —Seventh Floor 4241 Contract a.gov/Departments/Public- Fresno, CA 93721 Fax:(559)455- Administration, Works-and- 4609 Email: Planholders, Planning/Construction- Des ign Services(a- Bid Results Bidding-Opportunities fresnocountyca.g ov Division of Major Construction Payment and Accounting, Information Unit Office of https:Hdot.ca.gov/program Office of External Accounts Payable External s/accounting Division of Accounting (916)227-9013 Accounts Department of Transportation Payable P.O. Box 168043 Sacramento, CA 95816-8043 Division of http://www.dot.ca.gov/hq/c Construction onstruc/ Geotechnical Services Geotechnical https://dot.ca.gov/program Department of Transportation (916)227-7000 Services s/engineering-services 5900 Folsom Blvd Sacramento, CA 95819-4612 Materials Engineering and Testing https:Hdot.ca.gov/program Services METS Department of Transportation (916)227-7000 s/engineering-services 5900 Folsom Blvd Sacramento, CA 95819-4612 https:Hdot.ca.gov/program MPQP s/construction/material- -- -- lant- ualit - ro ram Director of Public Works & Planning Office Engineer __ Fresno County cn (559) 600-4078 2220 Tulare St, 8 Floor Fresno, CA 93721 Replace Section 1-1.12 with: 1-1.12 MISCELLANY Make checks and bonds payable to the County of Fresno. Replace Section 2 with: 2 BIDDING 2-1.01 GENERAL Section 2 includes specifications related to bid eligibility and the bidding process. 2-1.02 BID INELIGIBILITY A firm that has provided architectural or engineering services to the Department 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 3. Supplying materials 2-1.03 CONTRACTOR REGISTRATION No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 2-1.04-2-1.05 RESERVED 2-1.06 BID DOCUMENTS 2-1.06A General The Bid book includes bid forms and certifications and may be requested from Design Services and are available online at http://www.BidExpress.com. The Specifications includes the Notice to Bidders, revised standard specifications, project details, and special provisions. The Specifications, project plans, and any addenda to these documents may be accessed at Design Services. The Standard Specifications and Standard Plans may be purchased at the Publication Distribution Unit or accessed online at https://www.fresnocountyca.gov/files/sharedassets/county/v/1/vision-files/files/58025- 2015-standard-specifications.pdf. 2-1.06B Supplemental Project Information The Department makes the following supplemental project information available: Supplemental Project Information Where Available Description Included in Project Details Location Map • Tree Removal /Demolition Exhibits • Pacific Gas and Electric Co. PG&E Green Book Section 4.10.1(C) and Figure 4-42 • Fresno County Encroachment Permit • Encroachment Permit Performance Bond If as-built drawings are available they may not show existing dimensions and conditions. Where new construction dimensions are dependent on existing bridge dimensions, verify the field dimensions and adjust the dimensions of the work to fit the existing conditions. 2-1.06C-2-1.06D Reserved 2-1.07 JOB SITE AND DOCUMENT EXAMINATION Examine the job site and bid documents. Notify the Department of apparent errors and patent ambiguities in the plans, specifications, and Bid Item List. Failure to do so may result in rejection of a bid or rescission of an award. Bid submission is your acknowledgment that you have examined the job site and bid documents and are satisfied with: 1. General and local conditions to be encountered 2. Character, quality, and scope of work to be performed 3. Quantities of materials to be furnished 4. Character, quality, and quantity of surface and subsurface materials or obstacles 5. Requirements of the contract 2-1.08 RESERVED 2-1.09 BID ITEM LIST Submit a bid based on the bid item quantities the Department shows on Bid Item List. 2-1.10 SUBCONTRACTOR LIST On the Subcontractor List form, list each subcontractor to perform work in an amount in excess of 1/2 of 1 percent of the total bid or$10,000, whichever is greater(Pub Cont Code §4100 et seq.). For each subcontractor listed, the Subcontractor List form must show: 1. Business name and the location of its place of business. 2. California contractor license number for a non-federal-aid contract. 3. Public works contractor registration number. 4. Portion of work it will perform. Show the portion of the work by: 4.1. Bid item numbers for the subcontracted work 4.2. Percentage of the subcontracted work for each bid item listed 4.3. Description of the subcontracted work if the percentage of the bid item listed is less than 100 percent 2-1.11 RESERVED 2-1.12 DISADVANTAGED BUSINESS ENTERPRISES 2-1.12A General Section 2-1.12 applies to a federal-aid contract. Under 49 CFR 26.13(b): 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, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible. Include this assurance in each subcontract you sign with a subcontractor. 2-1.12B Disadvantaged Business Enterprise Goal 2-1.12B(1) General Section 2-1.12B applies if a DBE goal is shown on the Notice to Bidders. The Department shows a goal for DBEs to comply with the DBE program objectives provided in 49 CFR 26.1. Make work available to DBEs and select work parts consistent with the available DBEs, including subcontractors, suppliers, service providers, and truckers. Meet the DBE goal shown on the Notice to Bidders or demonstrate that you made adequate good faith efforts to meet this goal. You are responsible to verify at bid opening the DBE firm is certified as a DBE by the California Unified Certification Program and possess the work codes applicable to the type of work the firm will perform on the Contract. Determine that selected DBEs perform a commercially useful function for the type of work the DBE will perform on the Contract as provided in 49 CFR 26.55(c)(1)—(4). Under 49 CFR 26.55(c)(1)—(4), the DBE must be responsible for the execution of a distinct element of work and must carry out its responsibility by actually performing, managing, and supervising the work. All DBE participation will count toward Caltrans' federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase from DBEs will be evaluated on a contract-by-contract basis and counts toward the goal in the following manner: 1. 100 percent if the materials or supplies are obtained from a DBE manufacturer. 2. 60 percent if the materials or supplies are obtained from a DBE regular dealer. 3. Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies if they are obtained from a DBE that is neither a manufacturer nor a regular dealer. 49 CFR 26.55 defines manufacturer and regular dealer. You receive credit toward the goal if you employ a DBE trucking company that is performing a commercially useful function. The Department uses the following factors in determining whether a DBE trucking company is performing a commercially useful function: • The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals. • The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. • The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs. • The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract. • The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services. • A lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. [49 CFR 26.55(d)] 2-1.12B(2) DBE Commitment Submittal Submit DBE information under section 2-1.33. Submit a copy of the quote from each DBE shown on the DBE Commitment form that describes the type and dollar amount of work shown on the form. If a DBE is participating as a joint venture partner, submit a copy of the joint venture agreement. 2-1.12B(3) DBE Good Faith Efforts Submittal You can meet the DBE requirements by either documenting commitments to DBEs to meet the Contract goal or by documenting adequate good faith efforts to meet the Contract goal. An adequate good faith effort means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to meet the DBE goal. If you have not met the DBE goal, complete and submit the DBE Good Faith Efforts Documentation form under section 2-1.33 showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed toward obtaining participation by DBEs are considered. Submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Department finds that the DBE goal has not been met. Refer to 49 CFR 26 app A for guidance regarding evaluation of good faith efforts to meet the DBE goal. The Department considers DBE commitments of other bidders in determining whether the low bidder made good faith efforts to meet the DBE goal. 2-1.13-2-1.30 RESERVED 2-1.31 RESERVED 2-1.32 RESERVED 2-1.33 BID DOCUMENT COMPLETION AND SUBMITTAL 2-1.33A General Complete forms in the Bid book. Submit an electronic bid via e-mail to Des ig n Services(d_)fres noco u ntyca.gov or submit a hardcopy bid: 1. Under sealed cover 2. Marked as a bid 3. Identifying the contract number Certain bid forms must be submitted with the bid and properly executed. Certain other forms and information must be submitted either with the bid or within the prescribed period after bid opening as specified elsewhere in these special provisions. Failure to submit the forms and information as specified results in a nonresponsive bid. If an agent other than the authorized corporation officer or a partnership member signs the bid, file a Power of Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may be nonresponsive. 2-1.33B Bid Item List and Bid Comparison Submit a bid based on the bid item quantities the Department shows on Proposal 2. Bids will be evaluated and the low bidder determined as indicated in the Notice to Bidders. Do not submit an unbalanced bid. An unbalanced is a bid is one in which one or more bid items is/are considered by the Department to have been bid at an amount that is unreasonably high or unreasonably low. A bid may be considered to be non-responsive and may be rejected if it is considered by the Department to be unbalanced. 2-1.33C Bid Document Completion Proposal items are identified by title and by the word "Proposal"followed by the number assigned to the proposal item in question. Proposal items are included in the Bid Book. 2-1.33C(1) Proposal 1 - Proposal to the Board of Supervisors of Fresno County 2-1.33C(2) Proposal 2 - Bid Item List One or more sheet(s) or list(s) upon which the bidder completes the bid. Fill out completely including a unit price and total for each unit price-based item and a total for each lump sum item. Do not make any additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid by 15th". Use ink or typewriter for paper bids. 2-1.33C(3) Proposal 3 - Evaluation of Bid Item List Describes how inconsistences and irregularities are evaluated and corrected when Design Services reviews the Bid Item List. 2-1.33C(4) Proposal 4 - Bid Security and Signature Submit one of the following forms of bidder's security equal to at least 10 percent of the bid: 0 Cash • Cashier's check • Certified check • Signed bidder's bond by an admitted surety insurer Indicate type of bid security provided. • Cash—Acceptable but not recommended. Cash is deposited in a clearing account and is returned to bidders by County warrant. This process may take several weeks. • Cashier's or Certified Checks. This type of security is held until the bid is no longer under consideration. If submitted by a potential awardee, they will be returned when the contract is fully executed by the bidder and bonds and insurance have been approved. • Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company. Provide notarized signature of attorney-in-fact accompanied by bonding company's affidavit authorizing attorney-in-fact to execute bonds. An unsigned bid bond will be cause for rejection. Provide contractor's license information. State business name and if business is a: • Corporation - list officers • Partnership- list partners • Joint Venture- list members; if members are corporations or partnerships, list their officers or partners. • Individual - list Owner's name and firm name style Signature of Bidder-the following lists types of companies and corresponding authorized signers. • Corporation - by an officer • Partnership- by a partner • Joint Venture- by a member • Individual - by the Owner If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be rejected. Business Address - Firm's Street Address Mailing Address - P.O. Box or Street Address Complete, sign, and return with bid. 2-1.33C(5) Proposal 5 - Noncollusion Declaration Must be completed, signed, and returned with bid. 2-1.33C(6) Proposal 6 - Public Contract Code Section 10285.1 Statement Select"has"or"has not" in accordance with instructions on form, return with completed for with bid. Note that signing the bid constitutes signing this statement. 2-1.33C(7) Proposal 7 - Public Contract Code Section 10162 Questionnaire And Public Contract Code 10232 Statement Select: "yes" or"no" accordance with instructions on form, include explanation if"yes" is selected. Return completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement. 2-1.33C(8) Proposal 8(a) through Proposal 8(c) -Subcontractors Sheet(s) or spaces where bidders list subcontractors. List each subcontractor to perform work in an amount in excess of 1/2 of 1 percent of the total bid or$10,000, whichever is greater(Pub Cont Code § 4100 et seq.). The Subcontractor List submitted with the bid must show the name, location of business, work portions to be performed, and the contractor's license number for each subcontractor listed. • Use subcontractor's business name style as registered with the License Board. • Specify the city in which the subcontractor's business is located and the state if other than California. • Description of the work to be performed by the subcontractor. Indicate with bid item numbers from the bid item list and/or work descriptions similar to those on bid item list. • List license number and Department of Industrial Relations registration number for each subcontractor. Upon request from Design Services, provide the following additional information within 24 hours of bid opening if not included on the Subcontractor List submitted with the bid: • Complete physical address for each subcontractor listed. • Percentage of the total bid or dollar amount associated with each subcontractor listed. 2-1.33C(9) Proposal 9 - Certification With Regard To The Performance Of Previous Contracts Or Subcontracts Subject To The Equal Opportunity Clause And The Filing Of Required Reports For a Federal-aid contract, complete, sign, and return with bid. Certification of proposed subcontractors is the responsibility of the Bidder and must be provided to the County upon request. 2-1.33C(10) Proposal 10 - Title 49, Code Of Federal Regulations, Part 29 Debarment And Suspension Certification For a Federal-aid contract, complete, sign, and return with bid. Certification of proposed subcontractors is the responsibility of the Bidder and must be provided to the County upon request. 2-1.33C(11) Proposal 11 -Nonlobbying Certification For Federal-Aid Contracts For a Federal-aid contract, complete, sign, and return with bid. 2-1.33C(12) Proposal 12(a)through Proposal 12(b) -Disclosure Of Lobbying Activities For a Federal-aid contract, complete, sign, and return with bid. 2-1.33C (13) Proposal 13(a)through Proposal 13(b) -Exhibit 15-G Local Agency Bidder DBE Commitment(Construction Contracts) For a Federal-aid contract, bidders must complete and submit so that it is received by Design Services, no later than 4:00 PM on the fifth calendar day after the bid opening if not submitted with the bid. 2-1.33C(14) Proposal 14(a) through proposal 14(c) -Exhibit 15-H DBE Information— Good Faith Efforts For a Federal-aid contract, if you have not met the DBE goal, bidders must complete and submit so that it is received by Design Services no later than 4:00 PM on the fifth calendar day after the bid opening if not submitted with the bid. 2-1.33C(15) Proposal 15(a)through Proposal 15(b) —Exhibit 12-B Bidder's List of Subcontractor (DBE and Non-DBE) For a Federal-aid contract, bidders must submit so that it is received by Design Services, no later than 4:00 PM on the fifth (5th) calendar day after the bid opening if not submitted with the bid. Fill out as completely as possible. 2-1.33C(16) Proposal 16— Not Used 2-1.33C(17) Proposal 17 -Guaranty Does not need to be signed with the bid. Part of the contract which must be signed by the contractor when contract is executed. 2-1.33D Electronic Bid Document Completion Electronic versions of the bid book documents are available online at http://www.BidExpress.com, and may be submitted through that website. You must either attach an electronic bid bond or provide an original bid bond (or other form of bid security authorized by Public Contract Code Section 20129(a)), prior to the bid opening. Bidders submitting online may use one of the accepted electronic sureties (Tinubu Surety or Surety 2000) to submit their bid bond; or may submit cash, cashier's check, certified check, or a bidder bond to Design Services at 2220 Tulare St., Seventh Floor, Fresno, CA 93721. Those submitting bid bonds directly to Design Services must submit their bid bond: 1. Under sealed cover 2. Marked as a bid-bond 3. Identifying the contract number and the bid opening date on the cover 2-1.34 BIDDER'S SECURITY Submit one of the following forms of bidder's security equal to at least 10 percent of the bid: 1. Cash 2. Cashier's check 3. Certified check 4. Signed bidder's bond by an admitted surety insurer Submit cash, cashier's check, certified check, or bidder's bond with your bid. 2-1.35-2-1.39 RESERVED 2-1.40 BID WITHDRAWAL 1. An authorized agent may withdraw a bid before the bid opening date and time by submitting a written bid withdrawal request at the location where the bid was submitted. Withdrawing a bid does not prevent you from submitting a new bid. An authorized agent is an individual authorized to submit a bid. 2. After the bid opening time, you cannot withdraw a bid. 2-1.41-2-1.42 RESERVED 2-1.43 BID OPENING The Department publicly opens and reads bids at the time and place shown on the Notice to Bidders. 2-1.44-2-1.45 RESERVED 2-1.46 DEPARTMENT'S DECISION ON BID The Department's decision on the bid amount is final. The Department may reject: 1. All bids 2. A nonresponsive bid 2-1.47 BID RELIEF The Department may grant bid relief under Pub Cont Code § 5100 et seq. Submit any request for bid relief to Design Services. 2-1.48 RESERVED 2-1.49 SUBMITTAL FAILURE HISTORY The Department considers a bidder's past failure to submit documents required after bid opening in determining a bidder's responsibility. 2-1.50 BID RIGGING Section 2-1.50 applies to a federal-aid contract. The US 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. 2-1.51 DISCLOSURE OF SELF-DEALING TRANSACTIONS This provision is only applicable if the contractor is operating as a corporation (a for-profit or non-profit corporation)or if during the term of this agreement, the contractor changes its status to operate as a corporation. Members of the contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while contractor is providing goods or performing services under this agreement. A self-dealing transaction shall mean a transaction to which the contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self- dealing transactions that they are a party to by completing and signing a Self-Dealing Transaction Disclosure Form which is included in Project Details of these special provisions. In the event that the Contractor(to whom the project is awarded) is operating as a corporation or incorporates during the course of the construction contract, and any member of its board of directors is engaged or intends to become engaged in self-dealing transaction(s), each member of its board of directors who is engaged or intends to become engaged in a self-dealing transaction or transactions must complete and submit to the County a completed Self-Dealing Transaction Disclosure Form (in Project Details)for each such transaction prior to engaging therein or immediately thereafter. 3 CONTRACT AWARD AND EXECUTION Replace Section 3 with: 3-1.01 GENERAL Section 3 includes specifications related to contract award and execution. 3-1.02 CONSIDERATION OF BIDS 3-1.02A General Bids will be compared on the basis listed in the Notice to Bidders. 3-1.02B Tied Bids The Department breaks a tied bid with a coin toss: 3-1.03 CONTRACTOR REGISTRATION No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 3-1.04 CONTRACT AWARD 3-1.04A BID PROTEST PROCEDURES Any bid protest must be submitted in writing and delivered by the Bidder by either of the following means: (1)via e-mail to Des ignServices(a)-fresnocountyca.gov; or(2)via certified mail, return receipt requested to the following address: Design Division, Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno, CA 93721. The bid protest must be received no later than 5:00 p.m. of the seventh (7th) calendar day following the deadline for submittal of the specific bid document(s) placed at issue by the protest. Any Bidder filing a protest is encouraged to submit the bid protest via e-mail, because the deadline is based on the Department's receipt of the bid protest. A bid protest accordingly may be rejected as untimely if it is not received by the deadline, regardless of the date on which it was postmarked. The Bidder's compliance with the following additional procedures also is mandatory: a. The initial protest document shall contain a complete statement of the grounds for the protest, including a detailed statement of the factual basis and any supporting legal authority. b. The protest shall identify and address the specific portion of the document(s)forming the basis for the protest. c. The protest shall include the name, address and telephone number of the person representing the protesting party. d. The Department will provide a copy of the initial protest document and any attached documentation to all other Bidders or proposers who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. e. The Board of Supervisors will issue a decision on the protest. If the Board of Supervisors determines that a protest is frivolous, the party originating the protest may be determined to be irresponsible and that party may be determined to be ineligible for future contract awards. f. The procedure and time limits set forth herein are mandatory and are the Bidder's sole and exclusive remedy in the event of a bid protest. Failure by the Bidder to comply with these procedures shall constitute a waiver of any right to further pursue the bid protest, including the subsequent filing of a Government Code Claim or legal proceedings. 3-1.04B AWARD PERIOD If the Department awards the contract, the award is made to the lowest responsible bidder within 54 calendar days after bid opening. The Department may extend the specified award period if the Bidder agrees. You may request to extend the award period by faxing a request to Design Services before 4:00 p.m. on or before the last day of the award period. If you do not make this request, after the specified award period: 1. Your bid becomes invalid 2. You are not eligible for the award of the contract 3-1.05 CONTRACT BONDS (PUB CONT CODE §§ 10221 AND 10222) The successful bidder must furnish 2 bonds conforming to the requirements in the Agreement of these special provisions. 3-1.06 CONTRACTOR LICENSE For a federal-aid contract, the Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Pub Cont Code § 10164). For a non-federal-aid contract: 1. Contractor must be properly licensed as a contractor from bid opening through Contract acceptance (Bus & Prof Code § 7028.15) 2. Joint venture bidders must obtain a joint venture license before contract award (Bus & Prof Code § 7029.1) 3-1.07 INSURANCE POLICIES The successful bidder must submit copies of its insurance policies conforming to the requirements in the Agreement of these special provisions. 3-1.08—3-1.10 RESERVED 3-1.11 PAYEE DATA RECORD Complete and deliver to the Engineer a Payee Data Record form when requested by the Engineer. 3-1.12 RESERVED 3-1.13 FORM FHWA-1273 For a federal-aid contract, form FHWA-1273 is included with the Contract form in the documents sent to the successful bidder for execution. Comply with its provisions. Interpret the training and promotion section as specified in section 7-1.11A. 3-1.14-3-1.17 RESERVED 3-1.18 CONTRACT EXECUTION The successful bidder must sign the Agreement. Deliver to Design Services: 1. Signed Agreement including the attached form FHWA-1273 2. Contract bonds 3. Documents identified in section 3-1.07 4. For a federal-aid contract, Local Agency Bidder-DBE Information form Design Services 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 Cont Code §§ 10181, 10182, and 10183). 3-1.19 BIDDERS' SECURITIES The Department keeps the securities of the 1st, 2nd, and 3rd low bidders until the contract has been executed. The other bidders' securities, other than bidders' bonds, are returned upon determination of the 1st, 2nd, and 3rd low bidders, and their bidders' bonds are of no further effect(Pub Cont Code § 10184). 4 SCOPE OF WORK Replace Section 4-1.02 with: 4-1.02 INTENT The Contract intent is to provide for work completion using the best general practices. Nothing in the specifications, special provisions, Standard Specifications, or in any other Contract document voids the Contractor's public safety responsibilities. Replace Section 4-1.07C with: 4-1.07C Reserved Replace Section 4-1.13 with: 4-1.13 CLEANUP Before final inspection, leave the job site neat and presentable and dispose of: 1. Rubbish 2. Excess materials 3. Falsework 4. Temporary structures 5. Equipment Remove warning, regulatory, and guide signs when directed by the Engineer. 5 CONTROL OF WORK Delete the 9t" Paragraph of Section 5-1.01 Add the following before the last sentence in Section 5-1.02 Caltrans Standard Plans, City of Fresno Standard Drawings, and any other other-agency Standard Drawings included in the "Project Details" section of the book entitled "Specifications" have the same ranking as Standard Plans." All other drawings in the "Project Details" section of the book entitled "Specifications" have the same ranking as Project Plans. Tables and other documents in the "Project Details" section of the book entitled "Specifications" have the same ranking as Special Provisions. If a portion of a document in the Project Details section conflicts with the Special Provisions, the Special Provisions shall prevail. Replace Section 5-1.09 with: 5-1.09 RESERVED Replace Section 5-1.12 with: 5-1.12 ASSIGNMENT No third-party agreement relieves you or your surety of the responsibility to complete the work. Do not sell, transfer, or otherwise dispose of any Contract part without prior written consent from the Department. If you assign the right to receive Contract payments, the Engineer accepts the assignment upon the Engineer's receipt of a notice. Assigned payments remain subject to deductions and withholds described in the Contract. The Department may use withheld payments for work completion whether payments are assigned or not. A pending or disapproved request for assignment does not relieve you of the responsibility to commence and pursue work timely and in strict accordance with contract documents. Replace Section 5-1.13C with: 5-1.13C RESERVED Replace Section 5-1.13D with: 5-1.13D RESERVED Add the following paragraph to the end of section 5-1.16 with: Submit Daily Log records to the Engineer weekly for the entire course of work unless the Engineer requests another interval. Replace Section 5-1.20B(4)with: 5-1.20B(4) Contractor—Property Owner Agreement Before procuring material from or disposing or stockpiling of material on non-highway property: 1. Provide proof that the property where materials are to be stockpiled or equipment parked/stored is appropriately zoned and/or permitted for the use proposed by the Contractor. 2. Obtain written authorization from each and every owner of the property where materials are to be stockpiled or equipment parked/stored. 3. Provide proof that the signor(s)of the authorization are the owners of the property. 4. Provide an executed release from the property owner(s) absolving the Department from any and all responsibility in connection with the stockpiling of materials or parking/storage of equipment on said property. 5. Obtain written permission from the Engineer to stockpile materials or park/store equipment at the location designated in said authorization. Before Contract acceptance, submit a document signed by the owner of the material source or disposal site stating that the Contractor has complied with the Contractor-owner agreement. Failure by the Contractor to provide written authorization shall result in the withholding of all funds due to the Contractor until said authorization is received by the County. Replace Section 5-1.20C with: 5-1.20C Railroad Relations If the Contract includes an agreement with a railroad company, the Department makes the provisions of the agreement available in Project Details in the document titled "Railroad Relations and Insurance Requirements." Comply with the requirements in the document. Replace Section 5-1.23A with: 5-1.23A General Section 5-1.23 includes specifications for action and informational submittals. Any submittal not specified as an informational submittal is an action submittal. Submit action and informational submittals to the Engineer. Unless otherwise specified in these Specifications, submittals shall be provided via email in .pdf format. Each submittal must have a cover sheet that must include: 1. Contract number 2. Project Name 3. Date 4. Submittals (and resubmittals if applicable) must be numbered sequentially 5. Structure number if applicable 6. Contractor 7. Person responsible for submitting the submittal 8. Signature of Contractor's representative sending submittal 9. Section number and/or item submittal is referencing 10. Pages of submittal, excluding cover sheet The Department rejects a submittal if it has any error or omission. If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next business day with the same effect as if it had been submitted on the day specified. Documents must be submitted in the English language. Convert documents to US customary units. Replace Section 5-1.26 with: 5-1.26 CONSTRUCTION SURVEYS The Engineer places stakes and/or marks as the Engineer determines to be necessary to establish the lines and grades required for the work. Submit your request for Engineer-furnished stakes: 1 Once staking area is ready for stakes 2. On a Request for Construction Stakes form After your submittal, the Engineer starts staking within 2 working days. Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer replaces them at the Engineer's earliest convenience and deducts the cost. Replace Section 5-1.27E with: 5-1.27E CHANGE ORDER BILLS Maintain separate records for change order work costs. 5-1.32 AREAS FOR USE Occupy the highway only for purposes necessary to perform the work. Defend, indemnify, and hold the Department harmless to the same extent as under section 7-1.05. The Department does not allow temporary residences within the County right-of-way. 6 CONTROL OF MATERIALS Replace section 6-1.05 with: 6-1.05 SPECIFIC BRAND OR TRADE NAME AND SUBSTITUTION Unless substitution is expressly precluded in the special provisions, a reference to a specific brand or trade name establishes a quality standard and is not intended to limit competition. Unless the Department has made a public interest finding expressly authorizing sole source procurement of a particular item, you may use a product that is equal to or better than the specified brand or trade name if authorized. Submit a substitution request with a time period that: 1. Follows Contract award 2. Allows 30 days for review 3. Causes no delay Include substantiating data with the substitution request that proves that substitution: 1. Causes no delay 2. Is of equal or better quality and suitability If the special provisions disallow substitution of a particular item, provide the specified item and do not propose substitution. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Replace the 2"d Paragraph of Section 7-1.02K(2)with: The general prevailing wage rates and any applicable changes to these wage rates are available: 1. From Design Services 2. From the Department of Industrial Relations'Web site Replace section 7-1.02K(3)with: Keep accurate payroll records. Submit a copy of your certified payroll records, weekly, including those of subcontractors. Include: 1. Each employee's: 1.1. Full name 1.2. Address 1.3. Social security number 1.4. Work classification 1.5. Straight time and overtime hours worked each day and week 1.6. Actual wages paid for each day to each: 1.6.1. Journeyman 1.6.2. Apprentice 1.6.3. Worker 1.6.4. Other employee you employ for the work 1.7. Pay rate 1.8. Itemized deductions made 1.9. Check number issued 1.10. Fringe Benefits 2. Apprentices and the apprentice-to-journeyman ratio Each certified payroll record must include a Statement of Compliance form signed under penalty of perjury that declares: 1. Information contained in the payroll record is true, correct, and complete 2. Employer has complied with the requirements of sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project 3. Wage rates paid are at least those required by the Contract Submitted certified payrolls for hauling and delivering ready-mixed concrete must be accompanied by a written time record. The time record must include: 1. Truck driver's full name and address 2. Name and address of the factory or batching plant 3. Time the concrete was loaded at the factory or batching plant 4. Time the truck returned to the factory or batching plant 5. Truck driver's signature certifying under penalty of perjury that the information contained in this written time record is true and correct Make certified payroll records available for inspection at all reasonable hours at your main office on the following basis: 1. Upon the employee's request or upon request of the employee's authorized representative, make available for inspection a certified copy of the employee's payroll record. 2. Refer the public's requests for certified payroll records to the Department. Upon the public's request, the Department makes available for inspection or furnishes copies of your certified payroll records. Do not give the public access to the records at your main office. Make all payroll records available for inspection and copying or furnish a copy upon request of a representative of the: 1. Department 2. Division of Labor Standards Enforcement of the Department of Industrial Relations 3. Division of Apprenticeship Standards of the Department of Industrial Relations Furnish the Department the location of the records. Include the street address, city, and county. Furnish the Department a notification of a location and address change within 5 business days of the change. Comply with a request for the records within 10 days after you receive a written request. If you do not comply within this period, the Department withholds from progress payments a $100 penalty for each day or part of a day for each worker until you comply. You are not assessed this penalty for a subcontractor's failure to comply with Labor Code § 1776. The Department withholds from progress payments for delinquent or inadequate records (Labor Code § 1771.5). If you have not submitted an adequate record by the month's 15th day for the period ending on or before the 1st of that month, the Department withholds up to 10 percent of the monthly progress estimate, exclusive of mobilization. The Department does not withhold more than $10,000 or less than $1,000. Add between the 9th and 10th paragraphs of section 7-1.03: 07-15-16 If a height differential of more than 0.04 foot is created by construction activities at a joint transverse to the direction of traffic on the traveled way or a shoulder subject to public traffic, construct a temporary taper at the joint with a slope complying with the requirements shown in the following table: Temporary Tapers Height differential Sloe horizontal:vertical foot Taper use of 14 da s or less Taper use of more than 14 days Greater than 0.08 100:1 or flatter 200:1 or flatter 0.04-0.08 70:1 or flatter 70:1 or flatter For a taper on existing asphalt concrete or concrete pavement, construct the taper with minor HMA under section 39-2.07. Grind existing surfaces to accommodate a minimum taper thickness of 0.10 foot under either of the following conditions: 1. HMA material such as rubberized HMA, polymer-modified bonded wearing course, or open-graded friction course is unsuitable for raking to a maximum 0.02 foot thickness at the edge 2. Taper will be in place for more than 14 days For a taper on a bridge deck or approach slab, construct the taper with polyester concrete under section 60-3.04B. The completed surface of the taper must be uniform and must not vary more than 0.02 foot from the lower edge of a 12-foot straightedge when placed on its surface parallel and perpendicular to traffic. If authorized, you may use alternative materials or methods to construct the required taper. Replace Section 7-1.04 with: 7-1.04 PUBLIC SAFETY 7-1.04A GENERAL You are responsible to provide for public safety. Do not construct a temporary facility that interferes with the safe passage of traffic. Control dust resulting from the work, inside and outside the right-of-way. Move workers, equipment, and materials without endangering traffic. Whenever your activities create a condition hazardous to the public, furnish, erect and maintain those fences, temporary railing, barricades, lights, signs, and other devices and take any other necessary protective measures to prevent damage or injury to the public. Any fences, temporary railing, barricades, lights, signs, or other devices furnished, erected and maintained by you are in addition to those for which payment is provided elsewhere in the specifications. Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work zone. At locations where traffic is being routed through construction under one-way controls, move your equipment in compliance with the one-way controls unless otherwise ordered. Use of signs, lights, flags, or other protective devices must comply with the California MUTCD and any directions of the Engineer. Signs, lights, flags or other protective devices must not obscure the visibility of, nor conflict in intent, meaning, and function of either existing signs, lights and traffic control devices, or any construction area signs. Keep existing traffic signals and highway lighting in operation. Other forces within the Department will perform routine maintenance of these facilities during the work. Cover signs that direct traffic to a closed area. Install temporary illumination in a manner which the illumination and the illumination equipment does not interfere with public safety. The installation of general roadway illumination does not relieve you from furnishing and maintaining any protective devices. Equipment must enter and leave the highway via existing ramps and crossovers and must move in the direction of traffic. All movements of workmen and construction equipment on or across lanes open to traffic must be performed in a manner that do not endanger the public. Your vehicles or other mobile equipment leaving an open traffic lane to enter the construction area must slow down gradually in advance of the location of the turnoff to give the traffic following an opportunity to slow down. When leaving a work area and entering a roadway carrying traffic, your vehicles and equipment must yield to traffic. Immediately remove hauling spillage from a roadway lane or shoulder open to traffic. When hauling on roadways, trim loads and remove material from shelf areas to minimize spillage. Notify the Engineer not less than 5 days before the anticipated start of an activity that will change the vertical or horizontal clearance available to traffic, including shoulders. Do not store vehicles, material, or equipment in a way that: 1. Creates a hazard to the public 2. Obstructs traffic control devices Do not install or place temporary facilities used to perform the work which interfere with the free and safe passage of traffic. Temporary facilities that could be a hazard to public safety if improperly designed must comply with design requirements described in the Contract for those facilities or, if none are described, with standard design criteria or codes appropriate for the facility involved. Submit shop drawings and design calculations for the temporary facilities and show the standard design criteria or codes used. Shop drawings and supplemental calculations must be sealed and signed by an engineer who is registered as a civil engineer in the State. If you appear to be neglectful or negligent in furnishing warning devices and taking protective measures, the Engineer may direct your attention to the existence of a hazard. You must furnish and install the necessary warning devices. If the Engineer points out the inadequacy of warning devices and protective measures, that action on the part of the Engineer does not relieve you from your responsibility for public safety or abrogate your obligation to furnish and pay for these devices and measures. Install Type K temporary railing or other authorized protective systems under any of the following conditions: 1. Excavations: Where the near edge of the excavation is within 15 feet from the edge of an open traffic lane 2. Temporarily unprotected permanent obstacles: When the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and you elect to install the obstacle before installing the protective system; or you, for your convenience and as authorized, remove a portion of an existing protective railing at an obstacle and do not replace such railing completely the same day 3. Storage areas: When material or equipment is stored within 15 feet of the edge of an open traffic lane and the storage is not otherwise prohibited by the Contract 4. Height differentials: When construction operations create a height differential greater than 0.15 feet within 15 feet of the edge of traffic lane Installation of Type K temporary railing is not required if an excavation within 15 feet from the edge of an open traffic lane is protected by any of the following: 1. Steel plate or concrete covers of adequate thickness to prevent accidental entry by traffic or the public 2. Side slope where the downhill slope is 4:1 (horizontal: vertical)or less unless a naturally occurring condition 3. Barrier or railing Offset the approach end of Type K temporary railing a minimum of 15 feet from the edge of an open traffic lane. Install the temporary railing on a skew toward the edge of the traffic lane of not more than 1 foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15-foot minimum offset cannot be achieved, the temporary railing must be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules must be installed at the approach end of the temporary railing. Secure Type K temporary railing in place before starting work for which the temporary railing is required. Where 2 or more lanes in the same direction are adjacent to the area where the work is being performed, including shoulders, the adjacent lane must be closed under any of the following conditions: 1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed is greater than 45 miles per hour 2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed is less than 45 miles per hour Closure of the adjacent traffic lane is not required when performing any of the following: 1. Working behind a barrier 2. Paving, grinding, or grooving 3. Installing, maintaining, or removing traffic control devices except Type K temporary railing Do not reduce an open traffic lane width to less than 10 feet. When traffic cones or delineators are used for temporary edge delineation, the side of the base of the cones or delineators nearest to traffic is considered the edge of the traveled way. If a traffic lane is closed with channelizers for excavation work, move the devices to the adjacent edge of the traveled way when not excavating. Space the devices as specified for the lane closure. Do not move or temporarily suspend anything over a traffic lane open to the public unless the public is protected. 7-1.04B WORK ZONE SAFETY AND MOBILITY 7-1.04B(1) POLICY In order to ensure safe and efficient flow of traffic through work zones, the County of Fresno, via its General Plan, Transportation and Circulation Element, Policy TRA-1, has adopted the use of AASHTO Standards as supplemented by Caltrans and County Department of Public Works and Planning Standards. 7-1.04B(2)TRAFFIC MANAGEMENT PLAN Perform traffic management shall be in accordance with Section 12, "TEMPORARY TRAFFIC CONTROL,"of these special provisions. 7-1.04B(3)TEMPORARY TRAFFIC CONTROL PLAN Prepare traffic control plan(s) in accordance with Section 12, "TEMPORARY TRAFFIC CONTROL," of these special provisions. 7-1.04B(4)PUBLIC INFORMATION Provide notice to public agencies and others to the extent required, if any, elsewhere in these special provisions. The Engineer provides other noticing not identified to be performed by the Contractor. Replace Section 7-1.06 with: 7-1.06 INSURANCE 7-1.06A General Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these insurance specifications. 7-1.06B Casualty Insurance Obtain and maintain insurance on all of your operations with companies acceptable to the Department as follows: 1. Keep all insurance in full force and effect from the start of the work through Contract acceptance. 2. All insurance must be with an insurance company with a rating from A.M. Best Financial Strength Rating of A or better and a Financial Size Category of VI II or better. 3. Maintain completed operations coverage with a carrier acceptable to the State through the expiration of the patent deficiency in construction statute of repose set forth in Civ Pro Code § 337.1. 7-1.06C Workers' Compensation and Employer's Liability Insurance Under Labor Code § 1860, secure the payment of worker's compensation under Labor Code § 3700. Submit to the Department the following certification before performing the work (Labor Code § 1861): 1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contract signing constitutes certification submittal. Provide Employer's Liability Insurance in amounts not less than: 1. $1,000,000 for each accident for bodily injury by accident 2. $1,000,000 policy limit for bodily injury by disease 3. $1,000,000 for each employee for bodily injury by disease If there is an exposure of injury to your employees under the U.S. Longshoremen's and Harbor Workers' Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime employees, coverage must be included for such injuries or claims. 7-1.06D Liability Insurance 7-1.06D(1) General Carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf of you providing insurance for bodily injury liability and property damage liability for the following limits and including coverage for: 1. Premises, operations and mobile equipment 2. Products and completed operations 3. Broad form property damage (including completed operations) 4. Explosion, collapse, and underground hazards 5. Personal injury 6. Contractual liability 7-1.06D(2) Liability Limits/Additional Insureds Refer to the Agreement of these special provisions Additional insured coverage must be provided by a policy provision or by an endorsement providing coverage at least as broad as Additional Insured(Form B) endorsement form CG 2010, as published by the Insurance Services Office (ISO), or other form designated by the Department. 7-1.061)(3) Contractor's Insurance Policy is Primary The policy must stipulate that the insurance afforded the additional insureds applies as primary insurance. Any other insurance or self-insurance maintained by the State is excess only and must not be called upon to contribute with this insurance. 7-1.06E Automobile Liability Insurance Comply with requirements in the Agreement of these special provisions 7-1.06F Policy Forms, Endorsements, and Certificates Provide your General Liability Insurance under Commercial General Liability policy form no. CG0001 as published by the Insurance Services Office (ISO)or under a policy form at least as broad as policy form no. CG0001. 7-1.06G NOT USED 7-1.06H Enforcement The Department may assure your compliance with your insurance obligations. Ten days before an insurance policy lapses or is canceled during the Contract period you must submit to the Department evidence of renewal or replacement of the policy. If you fail to maintain any required insurance coverage, the Department may maintain this coverage and withhold or charge the expense to you or terminate your control of the work. You are not relieved of your duties and responsibilities to indemnify, defend, and hold harmless the State, its officers, agents, and employees by the Department's acceptance of insurance policies and certificates. Minimum insurance coverage amounts do not relieve you for liability in excess of such coverage, nor do they preclude the State from taking other actions available to it, including the withholding of funds under this Contract. 7-1.061 Self-Insurance Comply with the Agreement of these special provisions Replace Section 7-1.07 with: 7-1.07 LEGAL ACTIONS AGAINST THE DEPARTMENT 7-1.07A General If legal action is brought against the Department over compliance with a State or federal law, rule, or regulation applicable to highway work, then: 1. If the Department in complying with a court order prohibits you from performing work, the resulting delay is a suspension related to your performance, unless the Department terminates the Contract. 2. If a court order other than an order to show cause or the final judgment in the action prohibits the Department from requiring you to perform work, the Department may delete the prohibited work or terminate the Contract. 7-1.07B Not Used 7-1.07C Claims This section applies to non-seal coat projects which involve asphalt concrete paving. Pay for claims for personal property damage caused by your work. Claims are limited to: 1. 10 percent of the total bid Within 30 days of the last working day placement of hot mix asphalt, do the following: 1. Process and resolve all claims reported or submitted to you by the public as follows: 1.1. Within 3 business days of receipt of a claim, submit to the Department a copy of the claim, a written analysis of the claim, and a statement indicating whether or not you will pay the claim. If you reject a claim, provide the reasons for rejection in writing. 1.2. If the claimant becomes dissatisfied with your handling of the claim, immediately refer the claimant to the local district claims office for assistance in resolving the claim. 2. Submit to the Department evidence of your paid claims. All claims presented to the Department, (Govt Code § 900 et seq.) are processed and resolved by the Department as follows: 1. The claims are processed as formal government claims subject to all laws and policies and are resolved as the Department determines including referring the claim to you for handling. 2. If the Department approves settlement of a claim or is ordered to pay pursuant to a court order, the claim is paid from funds withheld from you. 3. Within 3 business days of the Department's determination that you are responsible for resolving the claim, the Department sends a copy of the claim to you for resolution or notifies you of the Department's decision to resolve the claim. The Department withholds an amount not to exceed 5 percent of the total bid to resolve all claims. The amount is held no longer than 60 days following the last working day so that the Department has ample time to resolve any pending claims. After 60 days, any remaining amount withheld is returned to you. If no withheld funds remain or have been returned, the Department may pay any claims and seek reimbursement from you through an offset or any other legal means. Any reimbursement or offset to be recovered from you, including all other paid claims, is limited to 10 percent of the total bid. Section 7-1.07C does not limit your obligation to defend and indemnify the Department. Add between the 1st and 2nd paragraphs of section 7-1.11A: Comply with 46 CFR 381.7(a)—(b). 8 PROSECUTION AND PROGRESS Replace Section 8 with: 8-1.01 GENERAL Section 8 includes specifications related to prosecuting the Contract and work progress. 8-1.01A Work Hours Perform all work on working days during daytime. Plan work so that all construction operations performed each day, including cleanup of the project site, establishment of appropriate traffic control and any other work necessary for the safety of the public shall be completed within the daytime hours. Do not perform work during nighttime unless approved by the Engineer Request approval to work during nighttime in writing and include the appropriate traffic control plan(s)and work plan(s)which clearly identify all provisions for illuminating all portions of the work site, including any flagging operations. If you fail to complete work during the daytime hours, the Engineer may stop all work upon the onset of nighttime and order you to perform any and all work the Engineer deems necessary to ensure the safety of the public during the nighttime hours. You are not entitled to any additional compensation or extension of the contract time as a result of the Engineer stopping the work due to the onset of nighttime. 8-1.02 SCHEDULE 8-1.02A General Upon completion of all work, the Department returns the withholds associated with section 8-1.02 and makes a payment adjustment for work not performed in the same manner as work-character changes. 8-1.02113 Level 1 Critical Path Method Schedule 8-1.02113(1) General No pay item is provided for Level 1 Critical Path Project Schedule. Payment is considered to be included in the various items of work. Before or at the preconstruction conference, submit a CPM baseline schedule. For each schedule, submit: 1. Plotted original, time-scaled network diagram on a sheet at least 8-1/2 by 11 inches with a title block and timeline 2. A electronic copy in PDF (Adobe Acrobat compatible)format via email to the Engineer. 8-1.02B(2) Schedule Format On each schedule, show: 1. Planned and actual start and completion dates of each work activity, including applicable: 1.1. Submittal development 1.2. Submittal review and acceptance 1.3. Material procurement 1.4. Contract milestones and constraints 1.5. Equipment and plant setup 1.6. Interfaces with outside entities 1.7. Erection and removal of falsework and shoring 1.8. Test periods 1.9. Major traffic stage change 1.10. Final cleanup 2. Order that you propose to prosecute the work 3. Logical links between the time-scaled work activities 4. All controlling activities 5. Legible description of each activity 6. At least 1 predecessor and 1 successor to each activity except for project start and project end milestones 7. Duration of at least 1 working day for each activity 8. Start milestone date as the Contract approval date 8-1.02B(3) Updated Schedule Submit a monthly updated schedule that includes the status of work completed to date and the work yet to be performed as planned. You may include changes to updated schedules that do not alter a critical path or extend the scheduled completion date compared to the current schedule. Changes may include: 1. Adding or deleting activities 2. Changing activity constraints 3. Changing durations 4. Changing logic If any proposed change in planned work would alter the critical path or extend the scheduled completion date, submit a revised schedule within 15 days of the proposed change. 8-1.02C-8-1.02F Reserved 8-1.03 PRECONSTRUCTION CONFERENCE Attend a preconstruction conference with key personnel, including your assigned representative, at a time and location determined by the Engineer. Submit documents as required before the preconstruction conference. Be prepared to discuss the topics and documents shown in the following table: Topic Document Potential claim and dispute Potential claim forms resolution Contractor's representation Assignment of Contractor's representative DBE Final utilization reports Equipment E ui ment list Labor compliance and equal Job site posters and benefit and payroll reports employment opportunity Material inspection Notice of Materials to be Used form Materials on hand Request for Payment for Materials on Hand form Measurements Partnering -- Quality control QC plans Safety Injury and Illness Prevention Program and job site posters Schedule Baseline schedule and Weekly Statement of Working Days form Subcontracting Subcontracting Request form Surveying Survey Request form Traffic control Traffic contingency Ian and traffic control plans Utility work Weight limitations -- Water pollution control SWPPP or WPCP Work restrictions PLACs Action submittals -- 8-1.04 START OF JOB SITE ACTIVITIES 8-1.04A General Provide signed contracts, bonds, and evidence of insurance timely as required. This section, 8-1.04, "Start of Job Activities," does not modify remedies available to the Department should you fail to provide signed contracts bonds and insurance timely. Submit a notice 72 hours before starting job site activities. If the project has more than 1 location of work, submit a separate notice for each location. You may start job site activities before receiving notice of Contract approval if you: 1. Deliver the signed Contract, bonds, and evidence of insurance to the Department 2. Submit 72-hour notice 3. Are authorized by the Department to start 4. Perform work at your own risk 5. Perform work under the Contract If the Contract is approved, work already performed that complies with the Contract is authorized. If the Contract is not approved, leave the job site in a neat condition. If a facility has been changed, restore it to its former condition or an equivalent condition. The Department does not pay for the restoration. 8-1.04B Standard Start Be prepared to begin work at the project site no later than the 20th business day after award of the Contract by the Department. The Engineer may issue a notice to proceed as soon as the Contracts, including bonds and insurance certificates, have been approved. Start work on the day shown in the notice to proceed, unless an early start has been approved. The Engineer may issue a notice of commencement of contract time if you fail to provide Contracts, including bonds and insurance certificates or other required documents timely. A notice of commencement of contract time does not authorize you to start work on the project site, but contract time begins to elapse on the date shown in the notice of commencement of contract time. Complete work before the expiration of TEN (10) WORKING DAYS from the date shown in said Notice to Proceed, or in the Notice of Commencement of Contract Time, whichever comes first. Complete all work, including corrective work and punch list work, prior to the expiration of the allotted working days. Working days continue to accrue until corrective work and punch list work is completed and accepted. Pay to the County of Fresno the sum of FIVE HUNDRED DOLLARS ($500.00) per day for each and every calendar day's delay in finishing the work, including corrective work and punch list work, in excess of the total number of working days prescribed above. 8-1.05 TIME Contract time starts on the day specified in the notice to proceed or in the notice of commencement of contract time as described in section 8-1.04 or on the day you start job site activities, whichever occurs first. Complete the work within the Contract time. Meet each specified interim work completion date. The Engineer issues a Weekly Statement of Working Days by the end of the following week. The Weekly Statement of Working Days shows: 1. Working days and non—working days during the reporting week 2. Time adjustments 3. Work completion date computations, including working days remaining 4. Controlling activities 8-1.06 SUSPENSIONS The Engineer may suspend work wholly or in part due to conditions unsuitable for work progress. Provide for public safety and a smooth and unobstructed passageway through the work zone during the suspension as specified in sections 7-1.03 and 7-1.04. Providing the passageway is force account work. The Department makes a time adjustment for the suspension due to a critical delay. The Engineer may suspend work wholly or in part due to your failure to (1)fulfill the Engineer's orders, (2) fulfill a Contract part, or(3) perform weather-dependent work when conditions are favorable so that weather-related unsuitable conditions are avoided or do not occur. The Department may provide for a smooth and unobstructed passageway through the work during the suspension and deduct the cost from payments. The Department does not make a time adjustment for the suspension. Upon the Engineer's order of suspension, suspend work immediately. Resume work when ordered. 8-1.07 DELAYS 8-1.07A General To request a delay-related time or payment adjustment, submit an RFI. 8-1.07B Time Adjustments The Department may make a time adjustment for a critical delay. The Engineer uses information from the schedule to evaluate requests for time adjustments. To request an adjustment, submit a revised schedule showing the delay's effect on the controlling activity. If the delay has: 1. Occurred, submit records of the dates and what work was performed during the delayed activity 2. Not occurred, submit the expected dates or duration of the delayed activity Update the schedule to the last working day before the start of the delay if ordered. 8-1.07C Payment Adjustments The Department may make a payment adjustment for an excusable delay that affects your costs. Only losses for idle equipment, idle workers, and moving or transporting equipment are eligible for delay- related payment adjustments. The Engineer determines payment for idle time of equipment in the same manner as determinations are made for equipment used in the performance of force account work under section 9-1.04 with the following exceptions: 1. Delay factor in the Labor Surcharge and Equipment Rental Rates applies to each equipment rental rate. 2. Daily number of payable hours equals the normal working hours during the delay, not to exceed 8 hours per day. 3. Delay days exclude non—working days. 4. Markups are not added. The Engineer determines payment adjustment for the idle workers under section 9-1.04B, but does not add markups. The Engineer includes costs due to necessary extra moving or transporting of equipment. The Department does not make a payment adjustment for overhead incurred during non—working days of additional construction seasons experienced because of delay. 8-1.08-8-1.09 RESERVED 8-1.10 LIQUIDATED DAMAGES 8-1.10A General The Department specifies liquidated damages (Pub Cont Code § 10226). Liquidated damages, if any, accrue starting on the 1 st day after the expiration of the working days through the day of Contract acceptance except as specified in sections 8-1.10B and 8-1.10C. The Department withholds liquidated damages before the accrual date if the anticipated liquidated damages may exceed the value of the remaining work. Liquidated damages are specified in section 8-1.04. 8-1.1013 Failure to Complete Work Parts within Specified Times The Department may deduct specified damages from payments for each day needed to complete a work part in excess of the time specified for completing the work part. Damages for untimely completion of work parts may not be equal to the daily amount specified as liquidated damages for the project as a whole, but the Department does not simultaneously assess damages for untimely completion of work parts and for the whole work. Damages accrue starting the 1st day after a work part exceeds the specified time through the day the specified work part is complete. 8-1.10C Failure to Complete Work Parts by Specified Dates The Department may deduct specified damages from payments for each day needed to complete a work part in excess of the specified completion date for the work part. Damages for untimely completion of a work part may not be equal to the daily amount specified as liquidated damages for the project as a whole, but the Department does not simultaneously assess damages for untimely completion of a work part and the whole work. Damages accrue starting the 1st day after an unmet completion date through the day the work part is complete. 8-1.10D RESERVED 8-1.11-8-1.12 RESERVED 8-1.13 CONTRACTOR'S CONTROL TERMINATION The Department may terminate your control of the work for failure to do any of the following (Pub Cont Code § 10253): 1. Supply an adequate workforce 2. Supply material as described 3. Pay subcontractors (Pub Cont Code §10262) 4. Prosecute the work as described in the Contract The Department may also terminate your control for failure to maintain insurance coverage. For a federal-aid project, the Department may terminate your control of the work for failure to include "Required Contract Provisions, Federal-Aid Construction Contracts" in subcontracts. The Department gives notice to you and your surety at least 5 business days before terminating control. The notice describes the failures and the time allowed to remedy the failures. If failures are not remedied within the time provided, the Department takes control of the work. The Department may complete the work if the Department terminates the Contractor's control or you abandon the project(Pub Cont Code § 10255). The Department determines the unpaid balance under Pub Cont Code § 10258 and the Contract. At any time before final payment of all claims, the Department may convert a Contractor's control termination to a Contract termination. 8-1.14 CONTRACT TERMINATION 8-1.14A General The Director may terminate the Contract if it serves the State's best interest. The Department issues you a written notice, implements the termination, and pays you. 8-1.14B Relief from Responsibility for Work Upon receiving a termination notice: 1. Stop work 2. Notify subcontractors and suppliers of the Contract termination and stop Contract-related work 3. Perform the Engineer-ordered work to secure the job site for termination 4. Remove equipment 5. Subject to the Engineer's authorization, settle termination-related claims and liabilities involving subcontractors and suppliers; assign to the Department the rights, titles, or interests held by you with respect to these parties 8-1.14C Responsibility for Materials Upon receiving a termination notice, protect unused material until: 1. You submit an inventory of materials already produced, purchased, or ordered but not yet used; include the location of the material. 2. The Engineer identifies materials that will be retained by the Department. Submit bills of sales or other records of material title. 3. The Engineer confirms that unused materials paid by progress payment and materials furnished by the State have been delivered and stored as ordered. 4. The titles are transferred for materials purchased by the Department. Dispose of materials that will not be retained by the Department. 8-1.14D Contract Acceptance after Termination The Engineer recommends Contract acceptance after determining the completion of: 1. Work ordered to be completed before termination 2. Other work ordered to secure the project before termination 3. Material delivery and title transfer The Department pays you under section 9-1.17. 8-1.14E Payment Adjustment for Termination If the Department issues a termination notice, the Engineer determines the payment for termination based on the following: 1. Direct cost for the work: 1.1. Including: 1.1.1. Mobilization. 1.1.2. Demobilization. 1.1.3. Securing the job site for termination. 1.1.4. Losses from the sale of materials. 1.2. Not including: 1.2.1. Cost of materials you keep. 1.2.2. Profit realized from the sale of materials. 1.2.3. Cost of material damaged by: 1.2.3.1. Act of God. 1.2.3.2. Act of a public enemy. 1.2.3.3. Fire. 1.2.3.4. Flood. 1.2.3.5. Governor-declared state of emergency. 1.2.3.6. Landslide. 1.2.3.7. Tsunami. 1.2.4. Other credits. 2. Cost of remedial work, as estimated by the Engineer, is not reimbursed. 3. Allowance for profit not to exceed 4 percent of the cost of the work. Prove a likelihood of having made a profit had the Contract not been terminated. 4. Material handling costs for material returned to the vendor or disposed of as ordered. 5. Costs in determining the payment adjustment due to the termination, excluding attorney fees and litigation costs. Termination of the Contract does not relieve the surety of its obligation for any just claims arising out of the work performed. 8-1.15-8-1.16 RESERVED 9 PAYMENT Add Section 9-1.01A: 9-1.01A COMPENSATION The bid items shown in the bid item list represent full compensation for performing all work. Full compensation for any work for which there is no bid item shall be considered to be included in the various items of work. Replace Section 9-1.03 with: 9-1.03 PAYMENT SCOPE The Department pays you for furnishing the resources and activities required to complete the work. The Department's payment is full compensation for furnishing the resources and activities, including: 1. Risk, loss, damage repair, or cost of whatever character arising from or relating to the work and performance of the work 2. PLACs and taxes 3. Any royalties and costs arising from patents, trademarks, and copyrights involved in the work The Department does not pay for your loss, damage, repair, or extra costs of whatever character arising from or relating to the work that is a direct or indirect result of your choice of construction methods, materials, equipment, or manpower, unless specifically mandated by the Contract. Payment is: 1. Full compensation for all work involved in each bid item shown on the Bid Item List by the unit of measure shown for that bid item 2. For the price bid for each bid item shown on the Bid Item List or as changed by change order with a specified price adjustment Full compensation for work specified in divisions I, II, and X is included in the payment for the bid items unless: 1. Bid item for the work is shown on the Bid Item List 2. Work is specified as change order work Work paid for under one bid item is not paid for under any other bid item. Payment for a bid item includes payment for work in sections referenced by the section set forth by that bid item. Notwithstanding anything to the contrary in these special provisions, full compensation for performing all work as shown, as specified, and as directed by the Engineer is considered to be included in the various bid items, and no additional payment will be made, except pursuant to a contract change order to perform work not shown and/or specified. If one or more bid item(s) is/are not included, perform the work as shown and as specified and payment therefor is considered to be included in the various items of work. If an alternative is described in the Contract, the Department pays based on the bid items for the details and specifications not described as an alternative unless the bid item is described as an alternative, in which case, the Department pays based on the details and specifications for that alternative. The Department pays for change order work based on one or a combination of the following: 1. Bid item prices 2. Force account 3. Agreed price 4. Specialist billing If the Engineer chooses to pay for change order work based on an agreed price, but you and the Engineer cannot agree on the price, the Department pays by force account. If a portion of extra work is covered by bid items, the Department pays for this work as changed quantities in those items. The Department pays for the remaining portion of the extra work by force account or agreed price. If the amount of a deduction or withhold exceeds final payment, the Department invoices you for the difference, to be paid upon receipt. Pay your subcontractors within 10 days of receipt of each progress payment under Pub Cont Code §§ 10262 and 10262.5. Replace Section 9-1.07 with: 9-1.07 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS DOES NOT APPLY TO THIS PROJECT Replace Section 9-1.16F with: 9-1.16F Retentions The Department, once in each month, shall cause an estimate in writing to be made by the Engineer. The estimate shall include the total amount of work done and acceptable materials furnished, provided the acceptable materials are listed as eligible for partial payment as materials in the special provisions and are furnished and delivered by the Contractor on the ground and not used or are furnished and stored for use on the contract, if the storage is within the State of California and the Contractor furnishes evidence satisfactory to the Engineer that the materials are stored subject to or under the control of the Department, to the time of the estimate, and the value thereof. The estimate shall also include any amounts payable for mobilization. Daily extra work reports furnished by the Contractor less than 5 calendar days, not including Saturdays, Sundays and legal holidays, before the preparation of the monthly progress estimate shall not be eligible for payment until the following month's estimate. The amount of any material to be considered in making an estimate will in no case exceed the amount thereof which has been reported by the Contractor to the Engineer on State-furnished forms properly filled out and executed, including accompanying documentation as therein required, less the amount of the material incorporated in the work to the time of the estimate. Only materials to be incorporated in the work will be considered. The estimated value of the material established by the Engineer will in no case exceed the contract price for the item of work for which the material is furnished. The Department shall retain 5 percent of the estimated value of the work done and 5 percent of the value of materials so estimated to have been furnished and delivered and unused or furnished and stored as aforesaid as part security for the fulfillment of the contract by the Contractor. The Department will not hold retention for mobilization or demobilization. The Department shall pay monthly to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the contract. No monthly 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. No monthly estimate or payment shall be construed to be an acceptance of any defective work or improper materials. Attention is directed to the prohibitions and penalties pertaining to unlicensed contractors as provided in Business and Professions Code Sections 7028.15(a) and 7031. Add Section 9-1.23: 9-1.23 RESOLUTION OF CONTRACT CLAIMS Public works contract claims of three hundred seventy-five thousand dollars ($375,000)or less which arise between a Contractor and a local public agency shall be resolved in accordance with the provisions of California Public Contract Code Sections 20104-20104.6, inclusive. In addition, California Public Contract Code Section 9204 requires that the procedure established therein shall apply to all claims (as therein defined)filed by a contractor in connection with a public works project. Accordingly, this contract expressly incorporates all of the terms and conditions of those statutory provisions, which are as follows: California Public Contract Code Section 9204 (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240)of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100)of Part 2, and Article 1.5 (commencing with Section 20104)of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A)A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000)of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3)(A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity" shall not include the following: (i)The Department of Water Resources as to any project under the jurisdiction of that department. (ii)The Department of Transportation as to any project under the jurisdiction of that department. (iii)The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv)The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v)The Military Department as to any project under the jurisdiction of that department. (vi)The Department of General Services as to all other projects. (vii)The High-Speed Rail Authority. (4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 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 public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D)Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant 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 public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B)Within 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 public entity shall provide the claimant 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 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 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. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, 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. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity 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. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity'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 claimant. (4)Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity 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 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 public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2027, deletes or extends that date. California Public Contract Code Sections 20104—20104.6 Section 20104 (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240)of Chapter 1 of Part 2. (b)(1) "Public work" means "public works contract" as defined in Section 1101 but does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for(A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or(C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. Section 20104.2 For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. Section 20104.4 The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10)of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act(Title 4 (commencing with Section 2016.010)of Part 4 of the Code of Civil Procedure)shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10)of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. Section 20104.6 (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of 12 TEMPORARY TRAFFIC CONTROL Replace section 12-1.04 with: 12-1.04 FLAGGING COSTS You pay the cost of furnishing all flaggers, including transporting flaggers and furnishing stands and towers for flaggers to provide for the passage of traffic through the work as specified in sections 7-1.03 and 7-1.04. Replace Section 12-3.01C with: 12-3.01 C Construction If channelizing devices are used on the project, perform all layout work necessary to place channelizing devices: 1. On the proper alignment 2. Uniformly at the location and spacing described 3. Straight on a tangent alignment 4. On a true arc in a curved alignment If temporary traffic control devices are damaged, displaced, or stop operating or functioning as described from any cause during the progress of the work, immediately repair, repaint, or replace the components and restore them to their original locations and positions. If ordered, furnish and place additional temporary traffic control devices. This work is not change order work if: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace Section 12-3.03C with: 12-3.03C Construction If plastic traffic drums are used on project, use 1 type of plastic traffic drum on the project. Use the same type and brand of retroreflective sheeting for all plastic traffic drums used on the project. Do not use sandbags or comparable ballast. Moving plastic traffic drums from location to location if ordered after initial placement is not change order work if: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace Section 12-3.10C with: 12-3.10C Construction If barricades are used on the project, place each barricade such that the stripes slope downward in the direction road users are to pass. Place each sand-filled bag near the ground level on the lower parts of the frame or stays to serve as ballast for the barricades. Do not place ballast on top of barricades or over any retroreflective barricade rail face that is facing traffic. Do not remove barricades that are shown to be left in place at the time of work completion. Moving a barricade from location to location is change order work if ordered after initial placement of the barricade unless. 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace Section 12-3.20C(1)with: 12-3.20C1 General If Type K temporary rail is used on the project, before placing Type K temporary railing on the job site, paint the exposed surfaces of the railing with white paint complying with the specifications for acrylic emulsion paint for exterior masonry. Place Type K temporary railing on a firm, stable foundation. Grade the foundation to provide a uniform bearing surface throughout the entire length of the railing. Structure excavation and backfill must comply with section 19-3 except compaction of earth fill placed behind Type K temporary railing in a curved layout is not required. Place and maintain the abutting ends of PC concrete units in alignment without substantial offset from each other. The drilling of holes and bonding of threaded rods or dowels must comply with the specifications for drilling and bonding dowels in section 51-1. Install a reflector on the top or face of the rail of each rail unit placed within 10 feet of a traffic lane. Apply adhesive for mounting the reflector under the reflector manufacturer's instructions. Install a Type P marker panel at each end of railing placed adjacent to a 2-lane, two-way highway and at the end facing traffic for railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, install the marker at the end of the skew nearest the traveled way. Type P marker panels must comply with section 82 except you must furnish the marker panels. After removing Type K temporary railing: 1. Restore the area to its previous condition or construct it to its planned condition if temporary excavation or embankment was used to accommodate the railing. 2. Remove all threaded rods or dowels to a depth of at least 1 inch below the surface of the concrete. Fill the resulting holes with mortar under section 51-1 except cure the mortar by the water method or by the curing compound method using curing compound no. 6. If the Engineer orders a lateral move of Type K temporary railing and repositioning is not shown, the lateral move is change order work unless: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Replace Section 12-3.22C with: 12-3.22C Construction If crash cushion modules are used on the project, use the same type of crash cushion module for a single grouping or array. Temporary crash cushion arrays must not encroach on the traveled way. Secure the sand-filled modules in place before starting an activity requiring a temporary crash cushion. Maintain sand-filled temporary crash cushions in place at each location, including times when work is not actively in progress. You may remove the crash cushions during the work shift for access to the work if the exposed fixed obstacle is 15 feet or more from the nearest lane carrying traffic. Reset the crash cushion before the end of the work shift. Immediately repair sand-filled temporary crash cushion modules damaged due to your activities. Remove and replace any module damaged beyond repair. Repair and replacement of temporary crash cushion modules damaged by traffic are change order work. You may place sand-filled temporary crash cushion modules on movable pallets or frames complying with the dimensions shown. The pallets or frames must provide a full-bearing base beneath the modules. Do not move the modules and supporting pallets or frames by sliding or skidding along the pavement or bridge deck. Attach a Type R or Type P marker panel to the front of the temporary crash cushion if the closest point of the crash cushion array is within 12 feet of the traveled way. Firmly fasten the marker panel to the crash cushion with commercial quality hardware or by other authorized methods. Attach the Type R marker panel such that the top of the panel is 1 inch below the module lid. Attach the Type P marker panel such that the bottom of the panel rests upon the pallet or roadway surface if pallets are not used. A lateral move of a temporary crash cushion module is change order work if ordered and the repositioning is not shown, unless required for staged construction. Remove sand-filled temporary crash cushion modules, including sand, pallets or frames, and marker panels, at Contract acceptance. Do not install sand-filled temporary crash cushion modules in the permanent work. Replace section 12-3.31 C with: 12-3.31 C Construction If portable flashing beacons are used on the project, remove portable flashing beacons from the traveled way at the end of each night's work. You may store the flashing beacon at selected central locations within the highway where designated by the Engineer. Moving portable flashing beacons from location to location if ordered after initial placement is change order work unless: 1. Required to conform with your traffic control plan 2. Required to conform with the MUTCD 3. Necessary for public safety or convenience as determined by the Engineer 4. Required to perform staged construction shown on the plans Add to section 12-3.32C: Start displaying the message ("ROADWORK START MONTH/DAY/YEAR" "EXPECT DELAYS")on the portable changeable message boards 7 days prior to the start of construction. Start displaying the message on the portable changeable message sign 10 minutes before closing the lane. Place the portable changeable message sign in advance of the 1st warning sign for each: 1. Stationary lane closure 2. Connector closure 3. Shoulder closure 4. Speed reduction zone Replace Section 12-3.35B(6)with: 12-3.35B(6) User Interface If the project includes an AWIS, the system must have a user interface to control the AWIS PCMS communications. The interface must be (1) software compatible with a Windows environment or(2) a web service accessed by a web browser. Provide any software on a CD or other Engineer-authorized data-storage device. The user interface must, at a minimum, provide the user with a list of AWIS PCMSs in the field, location information for each AWIS PCMS, and a real-time on-board display of the message in the field. Control options must, at a minimum, provide the user the ability to change the on-board messages and flash rate. Replace Section 12-4 with: 12-4 MAINTAINING TRAFFIC 12-4.01 GENERAL 12-4.01A General Section 12-4.01 includes general specifications for maintaining traffic through construction work zones. If local authorities regulate traffic, notify them at least 5 business days before the start of job site activities. Cooperate with the local authorities to handle traffic through the work zone and to make arrangements to keep the work zone clear of parked vehicles. 12-4.01 B Materials Not Used 12-4.01C CONSTRUCTION Furnishing and operating pilot cars is not change order work. 12-4.01 D Payment Not Used 12-4.02 TRAFFIC CONTROL SYSTEMS 12-4.02A General 12-4.02A(1) Summary Section 12-4.02 includes specifications for providing a traffic control system to close traffic lanes, shoulders, and roadways. A traffic control system for a closure includes the temporary traffic control devices described as part of the traffic control system. Temporary traffic control devices must comply with section 12-3. 12-4.02A(2) Definitions designated holidays: Designated holidays are shown as "holidays" in Section 1-1.07B. 12-4.02A(3) Submittals 12-4.02A(3)(a) General The Contractor shall prepare and submit to the County Construction Engineer for approval, a traffic control system plan indicating the means and methods he will employ to institute and maintain traffic control for all phases of the work within the project. The traffic control system plan shall be submitted to the County Construction Engineer as early as possible, preferably five (5) working days prior to pre- construction meeting. The Engineer will require five (5)working days to review the initial submittal of the traffic control system plan and an additional five (5)working days for each successive review. No work at the project site whatsoever, including preparatory work such as the installation of construction project funding signs, shall commence until the traffic control system plan has been approved in writing by the Engineer. In the event that the traffic control system plan is not submitted timely, the Engineer may issue a notice of commencement of contract time prior to approval of the traffic control system plan, and working days will begin to accrue against the allotted contract time. Late submittal of the traffic control plan or revisions thereafter required, due to the inadequacy of the plan, shall not be accepted as justification for the delay in the start of the working days for the project. It shall be the Contractor's responsibility to provide, install, maintain, and remove any and all detour signage and traffic control devices and to obtain all permits, including permits from Caltrans, as may be necessary to establish detours as part of the contractor's traffic control plan. Traffic will not be allowed to be limited to one direction when construction activities are not actively in progress. Providing, installing, maintaining, and removing all traffic control, including portable changeable message signs if required, obtaining and complying with all permits, and providing all traffic control operations shall be the responsibility of the contractor, and no additional compensation will be allowed therefor. 12-4.02A(3)(b) Closure Schedules One-way traffic shall be controlled through the project in accordance with the California Manual MUTCD and Caltrans Standard Plans T-11 and T-13 entitled "Traffic Control System for Lane Closure on Multilane Conventional Highways" and "Traffic Control System for Lane Closure on Two Lane Conventional Highways," and these special provisions. Night closure will not be permitted. When traffic is under one way control on unpaved areas, the cones shown along the centerline on the plan need not be placed. Every Monday by noon, submit a closure schedule request for planned closures for the next week. The next week is defined as Sunday at noon through the following Sunday at noon. Submit a closure schedule request 5 days before the anticipated start of any job site activity that reduces: 1. Horizontal clearances of traveled ways, including shoulders, to 2 lanes or fewer due to activities such as temporary barrier placement and paving 2. Vertical clearances of traveled ways, including shoulders, due to activities such as pavement overlays, overhead sign installation, or falsework girder erection Submit closure schedule changes, including additional closures, by noon at least 3 business days before a planned closure. Cancel closure requests at least 48 hours before the start time of the closure. The Department notifies you of unauthorized closures or closures that require coordination with other parties as a condition for authorization. 12-4.02A(3)(c) Contingency Plans for Closures Submit a contingency plan for an activity that could affect a closure if a contingency plan is specified in the special provisions or if a contingency plan is requested. Submit a contingency plan for each of the following activities: 1. Activity requiring a complete roadway closure If a contingency plan is requested, submit the contingency plan within 1 business day of the request. The contingency plan must identify the activities, equipment, processes, and materials that may cause a delay in the opening of a closure to traffic. The plan must include: 1. List of additional or alternate equipment, materials, or workers necessary to ensure continuing activities and on-time opening of closures if a problem occurs. If the additional or alternate equipment, materials, or workers are not on the job site, specify their location, the method for mobilizing these items, and the required time to complete mobilization. 2. General time-scaled logic diagram displaying the major activities and sequence of the planned activities. For each activity, identify the critical event that will activate the contingency plan. Submit revisions to a contingency plan at least 3 business days before starting the activity requiring the contingency plan. Allow 2 business days for review. 12-4.02A(4) Quality Assurance Reserved 12-4.0213 Materials Not Used 12-4.02C Construction 12-4.02C(1) General Traffic will be controlled by flagmen by eyesight, radio (walkie talkie) or baton. In the event these methods do not work satisfactorily, as determined by the Engineer, a pilot car will be required. The Engineer may require a pilot car to be used during earthwork operations in preparation of the grading plane or other operations when the Contractor's operations cover an area beyond the line of sight, or beyond the range of radios or when the baton method does not function satisfactorily. Work that interferes with traffic is limited to the hours when closures are allowed. You may use a pilot car to control traffic. If a pilot car is used for traffic control, the cones along the centerline need not be placed. The pilot car must have radio contact with personnel in the work area. Operate the pilot car through the traffic control zone at a speed not greater than 25 miles per hour. 12-4.02C(3) Closure Requirements and Charts 12-4.02C(3)(a) General Where 2 or more lanes in the same direction, including the shoulders, are adjacent to the area where the work is being performed, close the adjacent lane under any of the following conditions: 1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed is greater than 45 mph 2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed is less than 45 mph Closure of the adjacent traffic lane is not required during any of the following activities: 1. Work behind a barrier 2. Paving, grinding, or grooving 3. Installation, maintenance, or removal of traffic control devices except for temporary railing 12-4.02C(3)(b) - 12-4.02C(3)(n) Reserved 12-4.02C(3)(o) Closure of Conventional County Roads The type and location of signs, lights, flags, flagmen, and other traffic control and safety devices shall be in accordance with the current edition of the California Manual on Uniform Traffic Control Devices (MUTCD) issued by the State of California, Department of Transportation (Caltrans). Allow public traffic to pass through construction at all times unless otherwise specified herein. Provide access to properties abutting the project site at all times. When directed by the Engineer, traffic shall be routed through the work under one-way control. Under one-way reversing traffic control operations, public traffic may be stopped in one direction for periods not to exceed 10 minutes. Lane closure is defined as the closure of a traffic lane or lanes within a single traffic control system. Provide a minimum of one paved traffic lane, not less than 11 feet wide, to be open for use by public traffic at all times. The full width of the traveled way shall be open for use by public traffic when construction operations are not actively in progress. Keep driveways and access roads accessible at all times. Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders including sections closed to public traffic. When work vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed as shown on standard plan T-10. The Contractor's equipment and materials shall not remain in a lane except when such lane is closed to traffic and the lane is being used for contract operations. 12-4.02C(3)(o)-12-4.02C(3)(s) Reserved 12-4.02C(4)-12.4.02C(6) Reserved 12-4.02C(7) Traffic Control System Requirements 12-4.02C(7)(a) General Control traffic using stationary closures. If components of the traffic control system are displaced or cease to operate or function as specified, immediately repair them to their original condition or replace them and place them back in their original locations. Vehicles equipped with attenuators must comply with section 12-3.23. Each vehicle used to place, maintain, and remove components of a traffic control system on a multilane highway must have a Type II flashing arrow sign that must operate whenever the vehicle is used for placing, maintaining, or removing the components. For a stationary closure, vehicles with a Type II flashing arrow sign not involved in placing, maintaining, or removing the components must display only the caution display mode. If a flashing arrow sign is required for a closure, activate the sign before the closure is in place. 12-4.02C(7)(b) Stationary Closures Except for channelizing devices placed along open trenches or excavations adjacent to the traveled way, remove the components of the traffic control system for a stationary closure from the traveled way and shoulders at the end of each work period. You may store the components at authorized locations within the limits of the highway. If a traffic lane is closed with channelizing devices for excavation work, move the devices to the adjacent edge of the traveled way when not excavating. Space the devices as shown for the lane closure. 12-4.02C(7)(c) Moving Closures For a moving closure, use a PCMS that complies with section 12-3.32 except the sign must be truck mounted. The full operational height to the bottom of the sign may be less than 7 feet above the ground but must be as high as practicable. If you use a flashing arrow sign in a moving closure, the sign must be truck mounted. Operate the flashing arrow sign in the caution display mode if it is being used on a 2-lane, two-way highway. 12-4.02C(8) Traffic Control System Signs 12-4.02C(8)(a) General Traffic control system signs must comply with section 12-3.11. 12-4.02C(8)(b) Connector and Ramp Closure Signs Inform motorists of a temporary closing of a (1) connector or a (2)freeway or expressway entrance or exit ramp using: 1. SC6-3(CA) (Ramp Closed) sign for closures of 1 day or less 2. SC6-4(CA) (Ramp Closed) sign for closures of more than 1 day SC6-3(CA)and SC6-4(CA) signs must be stationary mounted at the locations shown and must remain in place and visible to motorists during the connector or ramp closure. Notify the Engineer at least 2 business days before installing the sign and install the sign from 7 to 15 days before the closure. 12-4.02C(10)-12-4.02C(11) Reserved 12-4.02C(12) Failure to Provide Traffic Control. If you do not provide the traffic control and it becomes necessary for the Engineer to notify you of your duties according to the Standard Specifications and these special provisions, you will pay$200 per 15- minute period or portion thereof to the County for all the time required to acquire the traffic control, including pilot car. Such payment shall commence at the time notice of the improper traffic control condition is given to you or your authorized representative by the Engineer and shall terminate when the condition is corrected. Such payment will be deducted from your payment. In addition, when it is necessary for the Engineer to perform the work, you will pay the actual cost for the performance thereof. Such amount will be deducted from the your payment. This will be in addition to any penalties imposed in these special provisions. The provisions in this section will not relieve you from your responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section 7-1.04, "Public Safety," of the Standard Specifications. 12-4.02D Payment The Department pays for change order work for a traffic control system by force account for increased traffic control and uses a force account analysis for decreased traffic control. Traffic control system for lane closure is paid for as traffic control system. Flagging costs are paid for as specified in section 12-1.04. The requirements in section 4-1.05 for payment adjustment do not apply to traffic control system. Adjustments in compensation for traffic control system will be made for an increase or decrease in traffic control work if ordered and will be made on the basis of the cost of the necessary increased or decreased traffic control. The adjustment will be made on a force account basis for increased work and estimated on the same basis in the case of decreased work. A traffic control system required by change order work is paid for as a part of the change order work. Full compensation for furnishing and operating the pilot car, (including driver, radios, and any other equipment and labor required) shall be considered as included in the contract lump sum price paid for traffic control system and no further payment will be made. 12-4.03 FALSEWORK OPENINGS Reserved 12-4.04 PEDESTRIAN FACILITIES 12-4.04A General Section 12-4.04 includes specifications for providing temporary pedestrian facilities. Temporary pedestrian facilities must comply with section 16-2.02. 12-4.0413 Materials Not Used 12-4.04C Construction If pedestrian traffic is allowed to pass through work areas, provide a temporary pedestrian facility through the construction areas within the highway. Include a protective overhead covering as necessary to ensure protection from falling objects and drippings from overhead structures. If an activity requires a closure of a walkway, provide another walkway nearby, off of the traveled way. Where pedestrian openings through falsework are required, provide a temporary pedestrian facility with a protective overhead covering during all bridge construction activities. 12-4.04D Payment Not Used 12-4.06-12-4.10 RESERVED 13 WATER POLLUTION CONTROL Replace 13-1.01A with: 13-1.01A Summary Section 13-1 includes general specifications for preventing, controlling, and abating water pollution within waters of the State. Information on forms, reports, and other documents is in the following Caltrans manuals: 1. Field Guide to Construction Site Dewatering 2. Stormwater Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual 3. Construction Site Best Management Practices (BMPs) Manual 4. Construction Site Monitoring Program Guidance Manual You may view these manuals at the Stormwater and Water Pollution Control Information link at the Caltrans Division of Construction website or purchase them at the Caltrans Publication Distribution Unit. A WPCP and a SWPPP must comply with the Caltrans Stormwater Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual and must be prepared using the latest template posted on the Construction stormwater website. Replace Section 13-1.01 D(2)with 13-1.01 D(2) Regulatory Requirements Comply with the discharge requirements in the NPDES General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities; Order No. 2009-000 9-DWQ, CAS000002 (Construction General Permit) and any amendments thereto issued by the SWRCB. The Construction General Permit may be found at: http://www.waterboards.ca.gov/water issues/prog rams/stormwater/constperm its.shtm I Discharges from manufacturing facilities, such as batch plants and crushing plants, must comply with the discharge requirements in the NPDES General Permit for Storm Water Discharges Associated with Industrial Activities; Order No. 2014-0057-DWQ, CAS000001 (Industrial General Permit), issued by the SWRCB. For the Industrial General Permit, go to the SWRCB website. For a batch plant and crushing plant outside a job site or within a job site that serves one or more contracts, obtain coverage under the Industrial General Permit before operating a batch plant to manufacture concrete, HMA, or other material or a crushing plant to produce rock or aggregate. This Project disturbs less than an acre of soil. A WPCP is required for this project. Replace Section 13-1.01 D(4)(b)with: 13-1.01 D(4)(b) Qualifications The WPC manager must: 1. Comply with the requirements provided in the Construction General Permit for: 1.1. QSP if the project requires a WPCP 1.2. QSD if the project requires a SWPPP 2. Complete the stormwater management training described at the Stormwater and Water Pollution Control Information link at the Caltrans Division of Construction website Replace Section 13-2.04: 13-2.04 PAYMENT The Department pays for prepare water pollution control program as follows: 1. Total of 50 percent of the item total upon authorization of the WPCP 2. Total of 90 percent of the item total upon work completion 3. Total of 100 percent of the item total upon Contract acceptance Add to section 13-3.01A: This project's risk level is low. Replace Section 13-4.03G with: 13-4.03G Dewatering Dewatering consists of discharging accumulated stormwater, groundwater, or surface water from excavations or temporary containment facilities. If dewatering is required, perform dewatering work as specified for the work items involved, such as a temporary ATS or dewatering and discharge. If dewatering and discharging activities are not specified for a work item and you perform dewatering activities: 1. Conduct dewatering activities under the Caltrans Field Guide for Construction Site Dewatering. 2. Ensure any dewatering discharge does not cause erosion, scour, or sedimentary deposits that could impact natural bedding materials. 3. Discharge the water within the project limits. Dispose of the water if it cannot be discharged within project limits due to site constraints or contamination. 4. Do not discharge stormwater or non-stormwater that has an odor, discoloration other than sediment, an oily sheen, or foam on the surface. Immediately notify the Engineer upon discovering any such condition. Replace Section 13-5.04 with: 13-5.04 PAYMENT The payment quantity for temporary soil stabilization bid items paid for by the area is the area measured parallel with the ground surface not including the additional quantity used for overlaps. If there is no bid item for temporary soil stabilization measures, payment therefor is considered to be included in the bid item for prepare water pollution control program or in the bid item for prepare stormwater pollution prevention plan, as applicable. Replace Section 13-6.04 with: 13-6.04 PAYMENT The payment quantity for temporary sediment control bid items paid for by the length is the length measured along the centerline of the installed material. The payment quantity, if any, for temporary fiber roll does not include the additional quantity used for overlaps. The Department does not pay for the relocation of temporary drainage inlet protection during work progress. If there are no bid items for installing or maintaining temporary sediment control measures, payment therefor is considered to be included in the bid item for prepare water pollution control program or in the bid item for prepare stormwater pollution prevention plan, as applicable. Replace Section 13-7.031) with: 13-7.0313 Payment The Department does not pay for the relocation of temporary construction entrances or roadways during work progress. If there are no bid items for installing or maintaining temporary construction entrances or roadways, payment therefor is considered to be included in the bid item for prepare water pollution control program or in the bid item for prepare stormwater pollution prevention plan, as applicable. 14 ENVIRONMENTAL STEWARDSHIP Add to the end of section 14-1.02: This project is within or near habitat for the sensitive species shown in the following table: Regulated Species Migratory birds and birds of prey Do not perform tree removal or other items of work unless authorized by the Engineer. You are responsible for compliance with all applicable SJVAPCD regulations and requirements. You are responsible to pay to the SJVAPCD any fees which may be required. This section is provided for your information, and nothing herein or elsewhere within these special provisions shall be construed as limiting your responsibility for complying with all applicable rules and regulations. Replace the text of Section 14-2.03A with: If archaeological resources are discovered within or near construction limits, do not disturb the resources and immediately: 1. Stop all work within a 60-foot radius of the discovery 2. Secure the area 3. Notify the Engineer The County investigates the discovery. Do not move archaeological resources or take them from the job site. Do not resume work within the radius of discovery until authorized. If ordered, furnish resources to assist in the investigation or recovery of archaeological resources. This work is change order work. Add after the 3rd paragraph of section 14-10.01: Food scraps, paper wrappers, food containers, cans, bottles and all food related trash and litter must be removed from the project site at the end of each working day. Replace the 7th paragraph of section 14-10.01 with: Furnish and use closed-lid trash containers in the job-site yard, field trailers, and locations where workers gather for lunch and breaks. Replace Section 14-12.05-14.12.08 With: 14-12.05-14.12.08 RESERVED 15 EXISTING FACILITIES Replace Section 15-1.03D with: 15-1.03D Existing fence The site at the NE corner of Fowler and Olive is partially fenced along Fowler Ave with segments of barb wire and segments with hog wire fence. The site is accessible through Olive (no fence). Should contractor desire to cut the fence for larger access to bring equipment on site, the cost shall be included in the various items of work. The site at the SW corner of Fowler and Olive is fenced along Fowler Ave with chain-link fence. Contractor shall remove fence as indicated in the exhibit included in the Project Details of these Special provisions. Furnish all labor, materials, tools, equipment, and incidentals to remove existing fence on the South west parcel shall be considered to be included in "REMOVE FENCE" item of work, and no further compensation shall be paid therefor. Replace Section 15-1.03E with: 15-1.03E Remove existing water irrigation line Property Owner has already capped all irrigation to existing orange trees. Remove and dispose existing sections of abandoned irrigation system running along tree rows that may interfere with your work. Furnish all labor, materials, tools, equipment, and incidentals to remove existing lines shall be considered to be included in bid items "CLEARING AND GRUBBING (Miscellaneous abandoned irrigation system/tubing by orange trees) of work as lump sum cost, and no further compensation shall be paid therefor. DIVISION III EARTHWORK AND LANDSCAPPE 17 GENERAL Replace Section 17-3 "Reserved" with: 17-3 Tree Removal 17-3.01 Tree Removal 17-3.01A GENERAL Section 17-3.01 includes all necessary supervision, labor, materials, tools, equipment, transportation and services necessary for, and incidental to performing all operations for the efficient removal of specified trees. 17-3.01 B Definitions Reserved 17-3.01C Submittals Submit a list of equipment, procedure, and labor force anticipated for use for tree removal for approval. 17-3.01 D Quality Assurance The Contractor's crew used for the removal of existing trees shall have successful experience in tree removal or a scope similar to that required for the work. 17-3.01 E CONSTRUCTION All tree removal shall conform to the guidelines of the most recent edition of the American National Standard for Tree Care Operations Pruning Standards and Best Management Practices. During the course of operation, it is the responsibility of the Contractor to clean and immediately remove any debris that may land on the road as part of the operation. Any existing drainage swales and other means and methods that convey water for drainage purposes shall be cleaned out daily. Special care must be exercised to ensure debris does not enter the road or existing swale. Orange trees: The Contractor must remove and properly dispose of all branches, logs, trunks, and tree debris caused by tree removal operations. All stumps must be cut and ground down as stated in this special provisions. Debris generated from stump grinding activities must be disposed of properly. All areas disturbed by tree removal and disposal operations must be restored as close as possible to pre- project condition. Miscellaneous trees: The Contractor must remove and properly dispose of all branches, logs, trunks, stumps, and tree debris caused by tree removal operations. All stumps must be ground down as stated in this special provisions. Debris generated from stump grinding activities must be disposed of properly. All areas disturbed by tree removal and disposal operations must be restored as close as possible to pre-project condition. It is anticipated that the former property owner capped existing irrigation pipe. All irrigation system within the tree removal area should be inactive at this time. Should Contractor hit an active line, it is the responsibility of the Contractor to make any immediate repairs to stop any leaks that can flood the area or the road. It is the responsibility of the Contractor to repair any and all infrastructure, including but not limited to, , underground and overhead utilities, structures, or other private property, survey monuments (if any), AC dikes, and roads, if they are damaged during the course of tree removal operations. Special care should be exercised to prevent damage to asphalt concrete dikes adjacent to the roadway. The Contractor is responsible for making arrangements with property owners for locations to stage and park equipment. If such arrangements are not made, staged and parked equipment must be located within the County of Fresno right-of-way, when not in use. At least 2 working days prior to commencement of project operations, within the street right-of-way and/or utility easements, all existing underground facilities shall have been located by Underground Services Alert(USA). It is the Contractor's responsibility to notify the USA by calling 811. All existing utilities must be protected in place throughout project operations by the Contractor. If any existing utilities are damaged during operations, the Contractor shall be responsible for all repairs. Roadway shoulders cannot be closed during operations. The contractor must understand and abide by the safety regulations by Pacific Gas and Electric Co. PG&E Green Book Section 4.10.1(C) and Figure 4-42 is included in the Project Details. 17-3.01F Tree Removal/Trimming Rule The Contractor must not remove any trees unless they are flagged and noted on the tree removal list. If additional tree removal is necessary, all trees must be approved by the Engineer prior to removal. Any removal and disposal of all tree debris generated from the operation shall be considered "post operation clearing." Grinding material and broadcasting will not be allowed. Under no circumstance will the County allow the Contractor to open pile burn any trees or slash. Chipping operations are not required for the project. If the Contractor chooses to do so, chipping operations cannot take place in County of Fresno owned properties or right-of-way. All debris generated by the felling, removal, and trimming of trees must be removed. Tree debris allowed to remain on project site after cleanup must be no greater than 2". Raking debris will not be required, but extra care must be taken for roadways and not to congest water drainage throughout the limits of this project. Any and all permits or agreements to haul large, long or heavy equipment to and from the project site through the County of Fresno right-of-way must meet all of the County of Fresno rules and regulations; and permits (if necessary) must be obtained prior to the project start-up. Orange: Stumps shall be ground to a minimum of six (6)to eight (8) inches below the adjacent ground level, unless specified by the Engineer. Miscellaneous tree stumps shall be ground to a minimum of eight(8) to twelve (12) inches below the adjacent ground level, unless specified by the Engineer. Holes created from the stump removal or grinding shall be backfilled the same day. Backfill material can either be native or stump grindings. Holes shall be compacted, present no danger to the public and must be flush to existing grade. Restoration to grade will not be paid separately, but shall be considered included as part of the tree removal bid item. Tree trunks shall be removed in sections no more than twenty-four(24) inches in length. Larger sections may be cut, if they are lowered to the ground by rope or crane. No section of the tree shall be allowed to fall freely to the ground if there is a possibility of damage to property, vegetation or injury to humans. The lower section of the trunk may be felled. 17-403C Equipment Use machinery that is in good condition with minimum tolerances between cutting blades. Ensure blades are true to their designed spade and free of bends which could interfere with its operation. The contractor shall plan and prepare for the use and positioning of the equipment as to accomplish the safe, effective and efficient removal of trees and sections. 17-4.03D Post Operation Clearing 1. Upon completion of the work, thoroughly clean up the project site. 2. Remove equipment, unused materials, deleterious material, and surplus excavated material. 3. Fine grade all disturbed areas to provide a neat and uniform site. 4. All damaged or altered existing structures, as a result of the work, shall be corrected. Lump sum payment for bid item " Post Operation Clearing" includes all labor, materials, tools, equipment, and incidentals for doing all the work involved in post clearing operations. 17-4.03E Final Acceptance Work under this section will be accepted by the Engineer upon satisfactory completion of all work. 17-4.04 PAYMENT Tree removal and stump grinding work performed and materials furnished will be paid for each tree under bid item "Remove Trees". This price is full compensation for tree removal and stump grinding and all other incidental items. Federal Requirements Contract Number 23-18-C FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS General The work will be financed in whole or in part with Federal funds, and therefore all of the Federal statutes, rules, regulations, and provisions applicable to work financed in whole or in part with Federal funds will apply. In addition to the provisions in the Agreement, the Contractor shall comply with the following: Performance Of Previous Contracts The bidder shall execute the "Certification with Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports" located in the proposal. No request for subletting or assigning any portion of the contract in excess of$10,000 will be considered under the provisions of Section VII of the required contract provisions unless such request is accompanied by the Certification referred to above, executed by the proposed subcontractor. Non-Collusion Provision The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the Federal Highway Administrator of the contract for this work that each bidder file a sworn statement executed by, or on behalf of, the person, firm, association, or corporation to whom such contract is to be awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid. A form to make the non-collusion affidavit statement required by Section 112 as a certification under penalty of perjury rather than as a sworn statement as permitted by 28, USC, Sec. 1746, is included in the proposal. Executive Order N-6-22 Under Executive Order N-6-22 as a contractor, subcontractor, or grantee, compliance with the economic sanctions imposed in response to Russia's actions in Ukraine is required, including with respect to, but not limited to, the federal executive orders identified in the EO and the sanctions identified on the U.S. Department of the Treasury website (https://home.treasury.gov/policy-issues/financial- sanctions/sanctions-programs-and-country-information/ukraine-russia-related-sanctions). Failure to comply may result in the termination of contracts or grants, as applicable. Specially Designated Nationals and Blocked Persons List(SDN) https://home.treasury.gov/policy-issues/financial-sanctions/specially-designated-nationals-and- blocked-persons-list-sdn-human-readable-lists Disadvantaged Business Enterprise Running Tally of Attainments After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 101" of the following month, the prime contractor/consultant shall complete and email the Exhibit 9- F: Disadvantaged Business Enterprise Running Tally of Payments to business.support.unit(cDdot.ca.gov with a copy to the Agency. Federal Requirements 1 Federal Forms Links provided to Caltrans forms at time of publication • EXHIBIT 16-0 Federal-Aid Highway Construction Contractors Annual EEO Report(2018) https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/cl 6/16oe.xlsx • EXHIBIT 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE)And First-Tier Subcontractors (2023) https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/Iapm/c17/17f.pdf • EXHIBIT 17-0 Disadvantaged Business Enterprises (DBE) Certification Status Change (2015) https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/Iapm/c17/17o.pdf • Exhibit 16-Z1 Monthly DBE Trucking Verification (2018) https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/cl 6/16z1.pdf • EXHIBIT 16-B Subcontracting Request(2021) https://forms.dot.ca.gov/v2Forms/servlet/Form Renderer?frmid=LAPM 16B • EXHIBIT 9-F: Disadvantaged Business Enterprise (DBE) Running Tally of Payments (2023) https:// dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/c09/09fe.xlsx • EXHIBIT 9-P: Prompt Payment Certification (2023) https://dot.ca.gov/-/media/dot-media/programs/ local-assistance/documents/lapm/c09/09pe.xlsx Federal Requirements 2 Local Assistance Procedures Manaul Exhibit 16-0 Federal-Aid Highway construction Contractors Annual EEO Report EXHIBIT 16-0 FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTORS ANNUAL EEO REPORT 1. MARK APPROPRIATE BLOCK 2.COMPANY NAME,CITY,STATE: 3.PROJECT NUMBER: 4.DOLLAR AMOUNT OF CONTRACT: 5. PROJECT LOCATION: (County and State) ❑Contractor ❑ Subcontractor This collection of information is required by law and regulation 23 U.S.C. 140a and 23 CFR Part 230.The OMB control number for this collection is 2125-0019 expiring in March,2016. 6. WORKFORCE ON FEDERAL-AID AND CONSTRUCTION SITE(S) DURING LAST FULL PAY PERIOD ENDING IN JULY 20_ (INSERT YEAR) BLACK or AMERICAN INDIAN NATIVE HAWAIIAN TOTAL TOTAL RACIAL/ HISPANIC OR OR OTHER TWO OR MORE ON THE JOB JOB CATEGORIES EMPLOYED ETHNIC MINORITY A LATINO OR A ASIAN PACIFIC RACES WHITE APPRENTICES TRAINEES AMERIC N RICAN NATTIVEIVE ISLANDER M F M F M F M F M F M F M F M F M F M F M F OFFICIALS 0 0 0 0 SUPERVISORS 0 0 0 0 FOREMEN/WOMEN 0 0 0 0 CLERICAL 0 0 0 0 EQUIPMENT OPERATORS 01 0 01 0 MECHANICS 0 0 0 0 TRUCK DRIVERS 0 0 0 0 IRONWORKERS 0 0 0 0 CARPENTERS 0 0 0 0 CEMENT MASONS 0 0 0 0 ELECTRICIANS 0 1 0 0 1 0 PIPEFITTER/PLUMBERS 0 0 0 0 PAINTERS 0 0 0 0 LABORERS-SEMI SKILLED 0 0 0 0 LABORERS-UNSKILLED 0 0 0 0 TOTAL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TABLE C (Table B data by racial status) APPRENTICES 1 01 01 01 0 OJT TRAINEES 1 01 01 01 0 8.PREPARED BY: 9.DATE 10.REVIEWED BY: (Signature and Title of State Highway Official) 11.DATE (Signature and Title of Contractors Representative) Form FHWA-1391 (Rev.09-13) PREVIOUS EDITIONS ARE OBSOLETE January 2018 Page 1 of 1 Local Assistance Procedures Manual Exhibit 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE)and First-Tier Subcontractors Exhibit 17-F: Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors 1.Local Agency Contract Number 2.Federal-Aid Project Number 3. Local Agency 4.Contract Acceptance Date 5.Contractor/Consultant 6.Business Address 7.Final Contract Amount 8.Contract 11.DBE 12.Contract Payments 13.Date 14.Date of Item 9.Description of Work,Service,or 10.Company Name and Certification Work Final Number Materials Supplied Business Address Number Non-DBE DBE Completed Payment 15.ORIGINAL DBE COMMITMENT AMOUNT $ 16.TOTAL List all first-tier subcontractors/subconsultants and DBEs regardless of tier whether or not the firms were originally listed for goal credit.If actual DBE utilization(or item of work)was different than that approved at the time of award,provide comments on an additional page.List actual amount paid to each entity.If no subcontractors/subconsultants were used on the contract,indicate on the form. I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT _[ — 17.Contractor/Consultant Representative's Signature 18.Contractor/Consultant Representative's Name 19.Phone 20.Date I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S)HAVE BEEN MONITORED 21.Local Agency Representative's Signature 22.Local Agency Representative's Name 23.Phone 24.Date DISTRIBUTION: Original—Local Agency,Copy—Caltrans District Local Assistance Engineer.Include with Final Report of Expenditures Page 1 of 2 January 2023 Local Assistance Procedures Manual Exhibit 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors INSTRUCTIONS— FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND FIRST-TIER SUBCONTRACTORS 1. Local Agency Contract Number- Enter the Local Agency contract number or identifier. 2. Federal-Aid Project Number- Enter the Federal-Aid Project Number. 3. Local Agency - Enter the name of the local or regional agency that is funding the contract. 4. Contract Acceptance Date - Enter the date the contract was accepted by the Local Agency. 5. Contractor/Consultant - Enter the contractor/consultant's firm name. 6. Business Address - Enter the contractor/consultant's business address. 7. Final Contract Amount - Enter the total final amount for the contract. 8. Contract Item Number- Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials provided. Indicate all work to be performed by DBEs including work performed by the prime contractor/consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 10. Company Name and Business Address - Enter the name, address, and phone number of all subcontracted contractors/consultants. Also, enter the prime contractor/consultant's name and phone number, if the prime is a DBE. 11. DBE Certification Number- Enter the DBE's Certification Identification Number. Leave blank if subcontractor is not a DBE. 12. Contract Payments - Enter the subcontracted dollar amount of the work performed or service provided. Include the prime contractor/consultant if the prime is a DBE. If the materials or supplies are obtained from a DBE manufacturer, count 100% of the cost of the materials or supplies toward DBE goals. If the materials or supplies are purchased from a DBE regular dealer/supplier, count 60% of the cost of the materials or supplies toward DBE goals. The Non-DBE column is used to enter the dollar value of work performed by firms that are not certified DBE or for work after a DBE becomes decertified. 13. Date Work Completed - Enter the date the subcontractor/subconsultant's item work was completed. 14. Date of Final Payment- Enter the date when the prime contractor/consultant made the final payment to the subcontractor/subconsultant for the portion of work listed as being completed. 15. Original DBE Commitment Amount - Enter the "Total Claimed DBE Participation Dollars"from Exhibits 15-G or 10-02 for the contract. 16. Total - Enter the sum of the "Contract Payments" Non-DBE and DBE columns. 17. Contractor/Consultant Representative's Signature -The person completing the form on behalf of the contractor/consultant's firm must sign their name. 18. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the form. 19. Phone - Enter the area code and telephone number of the person signing the form. 20. Date - Enter the date the form is signed by the contractor's preparer. 21. Local Agency Representative's Signature -A Local Agency Representative must sign their name to certify that the contracting records and on-site performance of the DBE(s) has been monitored. 22. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the form. 23. Phone - Enter the area code and telephone number of the person signing the form. 24. Date - Enter the date the form is signed by the Local Agency Representative. Page 2 of 2 January 2023 Local Assistance Procedures Manual Exhibit 17-0 Disadvantaged Business Enterprises(DBE)Certification Status Change EXHIBIT 17-0 DISADVANTAGED BUSINESS ENTERPRISES(DBE)CERTIFICATION STATUS CHANGE 1.Local Agency Contract Number 2. Federal-Aid Project Number 3.Local Agency 4.Contract Completion Date 5.Contractor/Consultant 6. Business Address 7.Final Contract Amount 8.Contract 10. DBE 12.Certification/ Item 9. DBE Contact Information Certification 11.Amount Paid Decertification 13.Comments Number Number While Certified Date Letter Attached If there were no changes in the DBE certification of subcontractors/subconsultants,indicate on the form. I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT 14.Contractor/Consultant Representative's Signature 15.Contractor/Consultant Representative's Name 16. Phone 17. Date I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S)HAS BEEN MONITORED 18. Local Agency Representative's Signature 19.Local Agency Representative's Name 20. Phone 21. Date DISTRIBUTION: Original—Local Agency,Copy—Caltrans District Local Assistance Engineer.Include with Final Report of Expenditures ADA NOTICE: For individuals with sensory disabilities,this document is available in alternate formats.For information,call(916)445-1233,Local Assistance Procedures Manual TTY 711,or write to Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814. Page 1 of 2 July 23,2015 Local Assistance Procedures Manual Exhibit 17-0 Disadvantaged Business Enterprises(DBE)Certification Status Change INSTRUCTIONS—DISADVANTAGED BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE 1. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 2. Federal-Aid Project Number-Enter the Federal-Aid Project Number. 3. Local Agency-Enter the name of the local or regional agency that is funding the contract. 4. Contract Completion Date -Enter the date the contract was completed. 5. Contractor/Consultant-Enter the contractor/consultant's firm name. 6. Business Address -Enter the contractor/consultant's business address. 7. Final Contract Amount- Enter the total final amount for the contract. 8. Contract Item Number-Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9.DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors/consultants. 10. DBE Certification Number - Enter the DBE's Certification Identification Number. 11.Amount Paid While Certified - Enter the actual dollar value of the work performed by those subcontractors/subconsultants during the time period they are certified as a DBE. 12. Certification/Decertification Date (Letter Attached) - Enter either the date of the Decertification Letter sent out by the Office of Business and Economic Opportunity(OBEO) or the date of the Certification Certificate mailed out by OBEO. 13. Comments - If needed,provide any additional information in this section regarding any of the above certification status changes. 14. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the contractor/consultant's firm must sign their name. 15. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the form. 16. Phone - Enter the area code and telephone number of the person signing the form. 17.Date - Enter the date the form is signed by the contractor's preparer. 18. Local Agency Representative's Signature - A Local Agency Representative must sign their name to certify that the contracting records and on-site performance of the DBE(s)has been monitored. 19. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the form. 20. Phone -Enter the area code and telephone number of the person signing the form. 21. Date - Enter the date the form is signed by the Local Agency Representative. Page 2 of 2 July 23,2015 Local Assistance Procedures Manual Exhibit 16-Z1 Monthly DBE Trucking Verification State of California-Department of Transportation Exhibit 16-Z1 Monthly DBE Trucking Verification Contract No. Month Year Truck Owner DBE Company Truck No. California Commission of Date Lease Arrangement Cert No. Name and Address Highway Patrol Amount Of Paid (if applicable) CA.No. Amount Paid* $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ $ Lease Agreement ❑ with NON-DBE ❑ with DBE ❑ Total Amount $ Paid Prime Contractor Business Address Business Phone No. *Upon Request all Lease Agreements Shall be made available,in accordance with the special Provisions I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT Contractor Representative Signature Title Date Page 1 of 2 January 2018 Local Assistance Procedures Manual Exhibit 16-Z1 Monthly DBE Trucking Verification MONTHLY DBE TRUCKING VERIFFICATION The top of Form CEM-2404(F) contains boxes to put in the Contract Number,the Month of the reporting period and the Year of the reporting period. The Form CEM-2404(F) has a column to enter the name of the Truck Owner, the DBE Cert. No. (if DBE certified) and the Name and Address of the trucking company.The Form CEM-2404(F) also requires the Truck No. and the California Highway Patrol CA No. Form CEM-2404(F) is to be submitted prior to the 15th of each month and must show the dollar amount paid to the DBE trucking company(s) for trucking work performed by DBE certified trucks and for any fees or commissions of non DBE trucks utilized each month on the project. The amount paid to each trucking company is to be entered in the column called"Commission or Amount Paid," in accordance with the Special Provisions Section 5-1.X. Payment information is derived using the following: 1.) 100% for the trucking services provided by the DBE using trucks it owns,operates and insures. 2.) 100% for the trucking services provided by the trucks leased from other DBE firms. 3.) The fee or commission paid to non DBEs for the lease of trucks.The Prime does not receive 100% credit for these services because they are not provided by a DBE company. The total dollar figure of this column is to be placed in the box labeled"Total Amount Paid." The column"Date Paid" requires a date that each trucking company is paid for services rendered. The next column contains information that must be completed if a lease arrangement is applicable. Located at the bottom of the form is a space to put the name of the"Prime Contractor," their"Business Address" and their "Business Phone No." At the bottom of the form there is a space for the Contractor or designee"Contractor Representative's Signature,Title and Date" certifying that the information provided on the form is complete and correct. Page 2 of 2 January 2018 STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION Page 1 of 2 DLA SUBCONTRACTING REQUEST REQUEST NUMBER LAPM 16-B(NEW 12/2021) CONTRACTOR NAME COUNTY ROUTE BUSINESS ADDRESS CONTRACT NUMBER CITY AND STATE ZIP CODE FEDERAL-AID PROJECT NUMBER(from special provisions) CA STATE PUBLIC WORKS CHECK IF SUBCONTRACTORS CONTRACTOR CONTRACTOR BID ITEM PERCENTAGE (See Categories DESCRIBE WORK WHEN LESS DOLLAR AMOUNT NUMBER(S) OF BID ITEM THAN 100%OF WORK IS BASED ON (Name, Business Address, Phone) LICENSE REGISTRATION (1 per line) SUBCONTRACTED Below SUBCONTRACTED BID AMOUNT NUMBER NUMBER 1 2 Categories: 1. Listed Under Fair Practices Act 2. Certified Disadvantaged Business Enterprise/Disabled Veteran Business Enterprise I certify that: • The specifications for labor set forth in the contract apply to the subcontracted work. • If applicable (federal-aid projects only), Form FHWA-1273 has been inserted in the subcontracts and will be incorporated in any lower-tier subcontract. • Written contracts have been executed for the subcontracted work noted above. CONTRACTOR'S SIGNATURE DATE This section is to be completed by the resident engineer. 1. Total of bid items $ 2. Bid items previously subcontracted $ 3. Bid items subcontracted (this request) $ 4. Total of lines 2 and 3 $ 5. Maximum amount of work allowed to be subcontracted (multiply line 1 by %) $ 6. Minimum amount prime contractor must perform with own forces(multiply line 1 by %) $ APPROVED RESIDENT ENGINEER'S SIGNATURE DATE Copy Distribution: Original-Contractor Copy- Resident Engineer ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at(916)445-1233,TTY 711,or write to Records and Forms Management, 1120 N Street, MS-89,Sacramento, CA 95814. STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION DLA SUBCONTRACTING REQUEST LAPM 16-B(NEW 12/2021) INSTRUCTIONS All first-tier subcontractors must be included on a subcontracting request. Before subcontracting work starts, the contractor will submit an original Form LAPM 16-B according to the Standard Specifications. • Ensure all subcontractors are: 1. Listed on the subcontractor list at the time of bid, per the Subletting and Subcontracting Fair Practice Act; OR 2. All 1st tier subcontractors regardless of dollar value. When an entire item is subcontracted, show the contractor's bid price. When a portion of an item is subcontracted, describe the portion and show the percentage of the bid item and value. • Compare line 5 to line 4. If line 5 is greater than line 4 the request can be approved. • After approval, the resident engineer returns the original to the contractor and completes the remaining distribution as listed on the bottom of the form. • Labor Compliance Officer to review subcontractor licensing and registration. • Labor Compliance Officer completes PWC-100 form on California Department of Industrial Relations site for subcontractors that were not required to be listed at time of bid on the Subcontractor List form. THIS FORM IS NOT TO BE USED FOR SUBSTITUTIONS OF LISTED SUBCONTRACTORS OR DISADVANTAGED BUSINESS ENTERPRISE. ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at(916)445-1233,TTY 711,or write to Records and Forms Management, 1120 N Street, MS-89,Sacramento, CA 95814. Local Assistance Procedure Manual Exhibit 9-P Prompt Payment Certification EXHIBIT 9-P: PROMPT PAYMENT CERTIFICATION Section 7108.5 of the California Business and Professions Code(CBPC)requires a prime contractor or subcontractor(i.e.builders)to pay any subcontractor not later than seven(7)days after receipt of each progress payment received or final retention payment.Section 3321 of the California Civil Code(CCC)requires prime design professionals(prime consultants directly in contract with a public agency)to pay any subconsultant not later than fifteen(15)days after receipt of each progress payment or final retention payment.The payment cannot be delayed because of disagreements on other contracts.Any delay or postponement of payment among the parties may take place only for good cause with the agency's prior written approval.This requirement applies to both DBE and non-DBE subcontractors. 1. CONTRACT INFORMATION (1) (2) (3) (4) (5) (6) (7) (8) (9) Federal Project Local Contract Total Contract Total DBE DBE DBE Contract Reporting Period Prime Contractor/Consultant Local Agency Commitment Amt Commitment Number Number Award Amt($) ($) Goal(%) (MM/YYYY)(�) 2. PAYMENT INFORMATION (10) (11) (12) (13) (14) (15) (16) (17) (18) (19) (20) Date Payment Amount Paid To Total Committed to Incremental Comments or Reason for Non- Subcontractor/Subconsultant Name Subcontract Type Received by Sub to Date This Subcontractor DBE Cert. Date of Prime Amount of Payment Promptly Paid? Retainage Payment/Non-Prompt Payment, Number Prime Payment to Sub ($) (Y/N) Paid? including Payment of incremental ($) ($) (Y/N) Retainage Totals $0 $0 $0 List all first-tier subcontractors/subconsultants,whether or not the firms were originally listed in Exhibit 10-02 or 15-G as a DBE commitment. If the actual DBE utilization was different than that approved at the time of award,provide comments in box(20).All payments reported,including payments to contractor/consultant,are for the date listed. *Only reasons based on dispute on subcontractor or supplier noncompliance may be accepted. 3. CERTIFICATION The prime contractor or consultant hereby certifies that the foregoing Prompt Payment Certification Form is true and correct. Local Agency certifies that all information in this form is complete and verified. (21)Prime Contractor Manager's Signature (22)Date (23)Local Agency Representative's Signature (24)Date (25)Prime Contractor Manager's Name (26)Phone (27)Local Agency Representative's Name (28)Phone Page 1 of 1 May 2023 Draft Exhibit 9-P Instructions I. Purpose Section 7108.5 of the California Business and Professions Code (CBPC) requires a prime contractor or subcontractor(i.e. builders)to pay any subcontractor not later than seven (7) days after receipt of each progress payment received or final retention payment. Section 3321 of the California Civil Code(CCC) requires prime design professionals (prime consultants directly in contract with a public agency)to pay any subconsultant not later than fifteen (15) days after receipt of each progress payment or final retention payment.The payment cannot be delayed because of disagreements on other contracts.Any delay or postponement of payment among the parties may take place only for good cause with the agency's prior written approval.This requirement applies to both DBE and non-DBE subcontractors. II. Instruction For projects that are awarded on or after September 1, 2023: The prime contractor or consultant must submit Exhibit 9-P to the LPA administering the contract by the 15th of the month following the month of any payment(s). If the prime contractor or consultant does not make any payments to subcontractors,suppliers, and/or manufactures they must report "no payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P. A failure to complete the Prompt Pay reporting requirement may result in the withholding of the prime contractor or consultant's next progress payment and/or final payment.Additionally, Caltrans may require the LPA to issue a corrective action plan and/or it may require the LPA to suspend the contract in whole or in part if the prime or consultant does not make up the shortfall. LPA must verify all Exhibit 9-P information, monitor compliance with prompt payment requirements for DBE and non- DBE firms, and address any shortfalls to the DBE commitment and prompt payment issues until the end of the project. The LPA must email a copy of Exhibit 9-P to DBE.Forms@dot.ca.gov before the end of the month after receiving the Exhibit 9-P from prime contractor or consultant. 1. CONTRACT INFORMATION (1) Prime Contractor/Consultant: Enter the business name for the prime contractor/consultant. (2) Local Agency: Enter the local agency name. (3) Federal Aid Project Number: Enter the 7-digit federal-aid project number of the lead project on the contract. E.g. 5002(123) is a valid Federal-Aid Project Number. (4) Local Contract Number: Enter the Local Agency contract number or identifier. (5) Total Contract Award Amount ($): Enter the total contract award amount of the project. (6) Total Contract DBE Commitment Amount ($): Enter the total DBE commitment award amount of the project as it appears on Exhibit 10-02 or Exhibit 15-G. (7) DBE Commitment (%): Enter percentage of the Prime contract committed to DBE firms as it appears on Exhibit 10-02 or Exhibit 15-G. (8) DBE Contract Goal (%): Enter the contract DBE goal percentage as it appears on the project advertisement. (9) Reporting Period (Month-Year): Indicate the month and year of payments being reported. 2. PAYMENT INFORMATION (10)Subcontractor/Subconsultant name: Enter subcontractor/consultant firm's name. (11) DBE Cert. Number: List the DBE's certification number as listed in the California Unified Certification Program (CUCP) database. (12)Subcontract Type: Enter the most appropriate Subcontractor's contract type. (13) Date of Payment Received by Prime: Enter date when a check is issued by LPA to the prime contractor/consultant for work performed by the contractor/consultant. (14) Date of Prime Payment to Sub: Enter date when a check is issued by prime to the subcontractor/subconsultant for work performed by the subcontractor/subconsultant. (15)Amount of Payment($): Enter the total amount paid to the subcontractor this period. (16)Amount Paid to Sub to Date ($): Enter the total amount paid to this subcontractor to date. This should be a total of past payments plus payment for the current work just invoiced to the Local Agency. (17)Total amount committed to this subcontractor($): Enter the total amount committed to this subcontractor, copy the information from the agency signed Exhibit 10-02 or 15-G. (18) Promptly Paid? (Y/N): Enter"Y" if payment was made in accordance with the contract. Enter"N" if it's in dispute. Must provide comments regarding any dispute of payment. (19) Incremental Retainage Paid? (Y/N): Enter"Y" if this payment was a retainage payment. Enter"N" if this was a progress or final payment. (20)Comments or Reason for Non-Payment/Non-Prompt Payment, including Payment of Incremental Retainage *: Only reasons based on dispute with subcontractor or supplier noncompliance may be accepted. Add appropriate notes if a DBE subcontract was terminated, a DBE subcontract was added, if change orders impacted the DBE's payments(include good faith efforts the prime contractor/consultant implemented), if task orders weren't issued, etc. 3. CERTIFICATION (21) Prime Contractor Manager's Signature:Self explanatory (22) Date: Provide the date Prime Contractor Manager signed this form. (23) Local Agency Presentative's Signature:Self explanatory. (24) Date: Provide the date Local Agency Presentative signed this form. (25) Prime Contractor Manager's Name:Self explanatory. (26) Phone: Self explanatory (27) Local Agency Presentative's Name: Self explanatory. (28) Phone: Self explanatory Project Details Contract Number 23-18-C LOCATION DETAIL STREETS A w E SHIELDS AVE z � W a 0 E CLINTON AVE Q p U W W Z; W z Q z Q z a' Z O W U UJ ' E OLIVE AVE z O : a ♦ • z Z • • +• a E BELMONT AVE f Y > J Q LU `w Z a z � E OLIVE AVE MILES .�, O U) 0 0 0.5 1 U I I I AVE Are. — ♦ E HAMILTON AVE t e w FRESNO COUNTY a 5 2 1 4 E-sri,HERE,Garmin, (c)OpenStreetMap contributors,and the GI user SUPERVISORS community, ource.:'sri, DigitalGlobe, GeoEye,Earthstar Geographies,CNE /Airbus DS,USDA,USGS,AeroGRID, 6GN,and DISTRICT 5 the GIS User Community DATE: SCALE IN FEET Cov\ DEPARTMENT OF PUBLIC WORKS & PLANNING DESIGNED: C.M. 02/21/2020 '"A" FEET r CMAQ - FOWLER AVE AND OLIVE AVE DRAWN: C.M. 02/21/2020 0 100 200 J 6 0 : TRAFFIC SIGNAL STATE BRIDGE NO. N/A /:R 5 r r r ,E 3 1 '1% 2 4 X REMOVE TREE CLEAR AND GRUB X1 REMOVE 8 TREES SEE PICTURE 3 3 OLEANDERS CLEAR AND GRUB SEE PICTURE 4 AND 5 BUSH ALONG FENCE REMOVE 180FT OF REMOVE TREE SEE PICTURE 2 FENCE END 3 SEE PICTURE 1 REMOVE 180FT OF FENCE BEGIN ° — _ ° 21�11.0 _ 7�_., m DATE: SCALE 1"=40' coU DEPARTMENT OF PUBLIC WORKS AND PLANNING DESIGNED: #### #### DRAWING NO. #### DRAWN: EC 9/15/2023 SHEET NO. #### nb FOWLER AND OLIVE TOTAL #### FREs� SOUTHWEST CORNER DEMOLITION CHECKED: #### #### FOR RIGHT OF WAY DATA AND ACCURATE ACCESS DETERMINATION,SEE DOCUMENTS IN THE DEPARTMENT OF PUBLIC WORKS AND PLANNING. NORTH EAST PROPERTY - ORANGE TREES REMOVAL ' s� svi�*, �Irai ! ih s i AF'�R� '�1•t dlr���i i � . Ak VIP 4 h 1 js� _ 3 o * i i i 40 qb 41 46 leg LLof * r* a NORTH ?` 126 TREES TO J}�;,��J � i BE REMOVED t h• Olive Ave +00 Y�i - Sco/e h PROJECT CO r�-at rvrorrueucwoxxs W suH✓c 0 Fowler&Olive Intersection Aena//mage CHECKED � Email PERMIT QUANTITIES COUP ROAD ENCROACHMENT APPLICATION COUNTY OF FRESNO A. EA. ROAD BORE ROAD MAINTENANCE AND OPERATIONS DIVISION B. EA. IRRIGATION CROSSING O� 561� MAILING ADDRESS:2220TULARE STREET,6"FLOOR,FRESNO,CA93721 EGJT OFFICE LOCATION:SOUTHWEST CORNER OF TULARE &'M'STREETS,SUITE B C. L.F.TRENCHES"off pavement" In compliance with County of Fresno Ordinance Nos.13.04040,13.08.010 and Chapter 5.5 of Division 2 of the Streets and Highways Code,the undersigned hereby applies for permission to excavate,construct and/or otherwise encroach on the County D. L.F.TRENCHES"in pavement" right-of-way by performing the following work. E. EA. UTILITY LATERAL PROJECT INFORMATION Permit Title: Permit No.: [EP16-000] F. YR. BLANKET PERMIT For Inspection Service: G. PARADE//RACE EVENT Location of Proposed Work: Phone:(559)600-4240 Fax:(559)600-4203 0 H. BLOCK PARTY Email:EncroachmentPermits Description of Proposed Work: @co.fresno.ca.us frl I. TREE PERMIT U rn J. SNOW REMOVAL o 0 K. OTHER ENCROACHMENTS L. n m M . D m W Z � O r o 0 THIS APPLICATION IS NOT A Estimated Starting Estimated Completion Traffic Control Days PERMIT Date Date In consideration of the granting of this application,it is agreed that the applicant shall indemnify the County of Fresno and any of its officers,employees and agents and shall defend and hold them harmless from any and all claim or liability for personal injury or property damage due to any acts or failure to act in connection with any work permitted herein.Applicant further agrees to comply with all terms,conditions and specifications contained below and on the reverse side hereof. PERMIT APPROVAL NOTIFY THE COUNTY OF FRESNO PERMIT DESK AT(559)600-4240 A MINIMUM OF 48 HOURS IN ADVANCE OF BEGINNING CONSTRUCTION ACTIVITIE Permission is hereby granted to perform the above described work subject to all terms,conditions and restrictions contained below and on the reverse side hereof.This permit is to be strictly construed and no work other than that specified is authorized hereby. This permit is expressly conditioned upon performance of the work. Failure to so perform said work in accordance with County specifications shall be deemed an immediate revocation of this permit and without notice. f Work shall be subject to County inspection. Permittee shall notify County Inspector [selected inspectorl a minimum of 48 hours before starting work. (Phone selected inspector phone numberl). THIS PERMIT SHALL BE VOID UNLESS THE WORK HEREIN CONTEMPLATED SHALL HAVE BEEN COMPLETED BEFORE[expiration datel. To commence or complete work after said date requires approved application for permit renewal or time extension.Grantor reserves the right to complete the work to restore the right-of-way as provided in Section 10 on the reverse side hereof. PROJECT CONDITIONS W75 x 0000 APPLICANT: OWNER: ADDRESS: ADDRESS: PHONE: PHONE: EMAIL: EMAIL: APPLICANT SIGNATURE:(X) DATE: ACCOUNT NUMBER: CONTRACTOR LICENSE NO.: BOND NUMBER: PERMIT QUANTITIES & INSPECTION FEES TOTAL PROJECT FEES: $ Steve E.White,Director By: Date: Department of Public Works&Planning Permit Engineer WHITE—Office Copy GREEN—Inspector Copy CANARY—Permittee Copy PINK—Accounting Copy GOLDENROD—Area Supervisor Copy FOR OFFICE USE ONLY GENERAL PROVISIONS 1. Definition: This permit is issued under Section 13.04.040,13.08.010 and 13.08.020 of the County Ordinance Code,and Chapter 5.5 of Article 2 of the Streets and Highways Code. The term"Encroachment"is used in this permit as defined in said provisions. The term"Encroachment"is used in this permit as defined in said provisions. The term"Grantor"shall mean the Director of Public Works and Planning of the County of Fresno. (When this permit is issued for work to be performed in Special Districts,County Ordinance Code,Section 10.35 shall apply.) 2. No Precedent Established: This permit is granted with the understanding that no precedent shall be established on the question of permitting any certain kind of Encroachment within County rights-of-way. 3. Specifications and Regulations: All construction shall conform to established specifications and regulations of the County of Fresno. This permit does not constitute approval of any violations of ordinances or regulations. Unless specified otherwise,construction shall conform to applicable requirements of Fresno County Improvement Standards dated October 1966 as required. 4. Keep This Permit On The Work: This permit shall be kept at the site of the work and upon request be shown to any representative of Grantor or any Law Enforcement Officer. 5. Permits From Other Agencies: This permit covers only those portions of the work located within the County road right-of-way. Permittee shall,whenever required by law,secure a written order or consent to the doing of the work from the California Public Utilities Commission,or any other public board having jurisdiction and this permit shall not be valid or effective until such order or consent is obtained. 6. Protection Of Traffic: Protection and control of the traveling public shall be in accordance with the requirements set forth in the current issue of the"Manuel on Uniform Traffic Control Devices(MUTCD)with California Supplement approved by the Federal Highway Administration and the California Department of Transportation." Unless otherwise noted on permit,the work shall be carried out in such a manner that public traffic is not obstructed. Adequate warning devices shall be installed and maintained by Permittee until completion of work. Permittee agrees to reimburse Grantor for any costs that may be incurred by Grantor for correcting inadequate signing(this is not intended to relieve Permittee of his/her responsibility to provide adequate warning devices.) 7. Clean Up Right-Of-Way:Upon completion of the work all lumber,scraps,and other surplus material shall be entirely removed and the right-of-way left in a clean condition satisfactory to Grantor. All excavations shall be properly backfilled and left in a safe condition. Clean up shall include any necessary sweeping or cleaning of roadway surfaces to remove earth and debris deposited by spillage or tracking from work area. 8. Public Safety: Excavations within the right of way shall comply with all applicable portions of Cal/OSHA requirements and California Code of Regulation Title 8 Section 1540 and following. Open trenches or pits left open during non-working hours shall be protected from the public via placement of steel trench plating to cover the opening or with Type K temporary railing to maintain separation from the public. No plywood covering of open areas is allowed where deeper than 12". 9. Supervision Of Grantor: All work to be done shall be subject to inspection of and satisfaction of the Grantor. When requested by Grantor,Permittee shall immediately provide test reports or other certification specified by Grantor verifying compliance with the quality and performance requirements of the permit. Prior to commencing work,Permittee shall give 24 hours notice to Grantor,or the person specified on the revised site hereof,prior to starting work,resuming work after moving off the job and prior to paving. (Failure to notify the County as stated shall immediately terminate this permit). 10. Liability For Damages: Permittee shall indemnify the County of Fresno and any of its officers,employees,servants and agents and shall defend and hold them harmless from any and all claim or liability for personal injury or property damage due to any acts or failure to act in connection with the performance of the work performed herein. It will be the responsibility of the Permittee to determine the location of any existing underground facilities within the work area and to arrange for any necessary relocations. 11. Making Repairs: Permittee shall promptly repair any and all damage to right-of-way surfaces and roadway facilities including any injury to any portion of the right-of- way which would not have occurred had the permit work not been done or the encroachment placed therein,unless Grantor gives notice of its election to make such repairs itself. If Grantor gives such notice Permittee shall immediately purchase and have delivered at the site materials specified by Grantor. All payments for labor, equipment and other charges by Grantor,for an account of such works shall be made by Permittee within ten(10)days from the date of any bill,written order,or voucher sent by or approved by Grantor. Grantor may require a deposit in an amount sufficient to cover the estimated cost before starting such repairs. 12. Maintenance,Repair And Relocation: Permittee shall properly maintain and repair any encroachment authorized herein,unless such maintenance and repair by Permittee is exempted by law,and shall exercise reasonable care in inspecting for and immediately repairing any injury to the highway which occurs as a result of the existence of said encroachment or as the result of any work done,hereunder. If at any future date it is necessary,because of road relocation or changes in grade,to relocate this facility,the owner,his assigns,heirs and successors,hereby agrees to relocate the facility upon notice by the Grantor at no expense to the County,unless otherwise provided by law. 13. Prosecution Of The Work: Permittee shall diligently perform the work with the minimum interference to public traffic and adjacent properties. Access to adjacent properties shall be maintained at all times unless otherwise permitted by property owners. Unreasonable delays in completing the work may be cause for permit revocation and forfeiture of future permit privileges. Grantor reserves the right to require a performance bond of amount warranted by the nature of the work,prior to or during performance of the work. 14. Care of Drainage: Established drainage is not to be altered unless specifically authorized. 15. Submit Location Plan: Permittee shall furnish record drawings showing location and details of facilities installed by this permit unless exempted by Grantor in writing. PIPES,CONDUITS,ETC. 16. Crossing Roadway: Where indicated in the permit conditions or project plans,service pipes shall be jacked or otherwise forced underneath pavement without disturbing the surface thereof. Pavement or roadway shall not be cut or otherwise disturbed unless specifically allowed on the reverse side hereof. Service pipes are not permitted inside of culvert structures used as drainage facilities. 17. Depth Of Pipes: There shall be a minimum of three(3)feet of cover measured from finished grade over all pipes,conduits and cables unless authorized by Grantor in writing. 18. Backflling: That the trench shall be filled as soon as possible and provide compaction as follows: (A)Under all surfaced roads and driveways,and in the area lying within five(5)feet beyond the edge of surfacing,all of the section of trench which lies two(2)feet below the road surface shall be compacted to 95%relative compaction(Calif.Test Method No.216). (B)In those portions of the County right-of-way not included in paragraph(A)above,the trench shall be compacted to 90% relative compaction(Calif.Test Method No.216)or to the density equal to the native soil density,whichever is greater.An alternate compaction test method(ASTM D 1557)may be utilized to determine the maximum density of the soil. In place densities may also be determined utilizing a nuclear gauge pursuant to Caltrans Test Method 231. 19. Pavement Resurfacing: Pavement on traffic lanes shall be repaired on the same day excavation is made unless otherwise permitted by the Grantor. Temporary asphalt surfacing material four inches in thickness maybe used if provided. Permittee maintains same until final repair is made. Final repair shall typically be completed within 10 days of excavation,unless extended by the Grantor through a rider,addendum,or plan review and approval. 20. Maintain Surface: Permittee shall maintain the surface over any and all structures placed hereunder for one year after acceptance by Grantor and any subsequent repair. 21. Pipes Along Roadway: Pipes and utilities paralleling the pavement shall be located at such depth from the pavement as specifically directed by Item 16 above. Cutting of tree roots is not permitted. 22. Permission From Property Owner: Permittee shall secure written permission from abutting property owners to enter and use their property. BASE AND PAVEMENT REPAIRS,ETC. 23. Grades And Specifications. Base and pavement repairs and miscellaneous paving work shall be in accordance with the current specifications of the Fresno County Department of Public Works and Planning. CONCRETE CURBS,GUTTERS,SIDEWALKS AND APPROACHES 24. Concrete: Portland cement concrete curbs,gutters,sidewalks and approaches shall be Class A concrete containing six sacks of cement per cubic yard of concrete. 25. Standards: All concrete work shall conform to Fresno County Improvement Standards. Modifications or changes shall not be made except as noted in this permit. 26. Curing: All exposed concrete surfaces shall be cured with a clear curing compound equal to Hunt's Process. 27. Connection To Street: A three-inch(Y)thickness(compacted)of plant-mixed asphalt surfacing shall be placed between the driveway approach apron and the existing street surfacing. 28. Finish Grading: All necessary backfilling,excavating and grading between curb line and property line is considered part of the work and shall be completed by Permittee. 29. Thickness: A minimum thickness of three(3)inches of compacted of plant-mixed surfacing shall be placed over subgrade compacted to 95%relative compaction. 30. Drainage: The surfacing shall be placed to such grade that the existing drainage pattern is not obstructed. Unless specifically noted on this permit,the paved gutter elevation shall be a minimum of three(3)inches below the existing edge of pavement elevation. 31. Compliance With Approach Width Standards: The granting of permission to perform frontage paving is not intended to allow driveway approach widths to exceed standard maximum widths. In cases where the length of the frontage paving exceeds the allowable approach widths,the approach location(s),shall be defined by installation of six(6)inch barriers of other suitable means approved by Grantor. WHITE-Office Copy GREEN-Inspector Copy CANARY-Permittee Copy PINK-Accounting Copy GOLDENROD-Area Supervisor Copy FOR OFFICE USE ONLY Bond No. MAINTENANCE & OPERATIONS DEPARTMENT OF PUBLIC WORKS AND PLANNING 2220 Tulare Street, Sixth Floor Fresno, California 93721 ENCROACHMENT PERMIT PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, are held and firmly bound unto the COUNTY OF FRESNO of the State of California, in the sum of $6,000.00 lawful money of the United States for the payment thereof well and truly to be made, said Principal and said Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the foregoing obligation is such that whereas the above principal will from time to time during the course of his business obtain encroachment permits from the County of Fresno for the performance of work within the County right-of-way and pursuant thereto shall be subject to the performance of certain conditions to be set forth in each encroachment permit; and WHEREAS, the Director of Public Works of Fresno County has required the Principal to obtain a surety bond payable to County of Fresno to assure the performance of each condition set forth in such encroachment permit. NOW, THEREFORE, if the above Principal shall well and truly perform all the conditions set forth in each and every encroachment permit to be issued by the County to the above stated principal, then this obligation shall be void, otherwise to remain full force and effect. It is understood and agreed that this bond shall be continuous in form and shall remain in full force and effect unless terminated or cancelled by act of the Surety. That any termination or cancellation shall not be effective as to any encroachment permit issued by the County prior to receiving written notice of such termination or cancellation. I Bond No. The said Surety hereby further stipulates and agrees that no change, extension of time, alteration or modification of any encroachment permit to be issued to the Principal as contemplated herein shall in any way affect its obligations under this bond and Surety does hereby waive notice of the issuance of any encroachment permit or of any change, extension of time, alteration or modification to such permit. In the event it becomes necessary to file a civil action to enforce the provisions of this bond, the prevailing party shall be entitled to recover court costs and reasonable attorney's fees. Dated: This day of , 20 at Fresno, California. Principal Signature Surety Signature Principal Company Name Surety Company Name Address Address City State Zip City State Zip Phone Number Phone Number 2 Section 4, Electric Service: Overhead 4.10. Required Vegetation Clearances The state of California requires electric utilities to keep electric lines (i.e., high-voltage lines) cleared of vegetation. All newly constructed distribution lines and existing lines must meet these requirements. NOTE: PG&E may determine that the distribution line should be installed underground, or that trees should be removed, if the planned line extension does not meet or exceed the clearance requirements between existing trees and overhead electric lines. See new options for commercial agricultural orchards in Subsection 4.10.5. on Page 4-30. 4.10.1. General Requirements When establishing new overhead services, and/or when building or remodeling structures near high-voltage lines, poles, or towers, applicants must research planting regulations and follow the rules established here. NOTE: Applicants must consider safety and access for repairs when planting near an overhead electric service. A. Where required, applicants must establish clearances as described in California Public Resource Code (PRC) Division 4, "Forests, Forestry and Range and Forage Lands," Part 2, Chapter 3, Section 4292. PG&E can exempt applicants if the vegetation around power poles at the completed construction site will be well irrigated, low growing, and not highly flammable in perpetuity. In general, do not plant trees near power poles or towers. B. For electric distribution, low-voltage and high-voltage lines rated up to 60,000 volts, applicants must establish a 15-foot"low-growth" zone on both sides of all new lines. Applicants also must ensure that all branches with potential overhang within 4 feet of the conductors are trimmed. Applicants must not plant trees under or within 15 feet of distribution power poles. Applicants should landscape with low-growth, fire-resistant plants, shrubs, and flowers in the zone under electric power lines. PG&E recommends planting shrubs and flowers in low-growth zones to ensure compliance. Figure 4-40, "Illustration of 15-Foot Clearance, Low-Growth Zone," and Figure 4-41, "Grass and Shrubs Recommended Under Service Wires," both on Page 4-27, illustrate low-growth zones and show how the 15-foot clearance is measured from the center of the pole. C. For all electric transmission, high-voltage lines rated greater than 60,000 volts, applicants must not plant trees within the right-of-way easement of the transmission poles or towers. Applicants must follow a "no-growth" zone inside rights-of-way areas, including under the electric power lines. The zone outside the rights-of-way areas is a "low-growth" zone, tree-planting zone, and/or a shrub-and-flower planting zone. Figure 4-42, "Grass and Shrubs Recommended Under Transmission Wires," on Page 4-28, illustrates a no-growth zone. 2020—2021 4-26 Section 4, Electric Service: Overhead 4.10.1. (continued) D. Applicants must ensure that a thorough inspection is made of proposed construction areas. Dead, dying, diseased, or hazard trees tall enough to fall into the proposed power lines must be removed. Hazard trees are defined as any tree having a structural defect that may cause the tree, or a portion of the tree, to fall either on someone or on something of value. ~7 ft. ~8fto ~8ft . ; ­7 ft. I Border Wire Wi re • • er Zone Zone • Zone I I I I I I I I I I I I Figure 4-40 Illustration of a 15-Foot Clearance, Low-Growth Zone Distribution High-Voltage Lines 15' Service Min. Wires I 25' Grass and I J shrubs are recommended when I I planting under service wires.711 I I h Centerline of Street or Roadway Figure 4-41 Grass and Shrubs Recommended Under Service Wires 4-27 2020—2021 Section 4, Electric Service: Overhead 4.10.1. (continued) Transmission High-Voltage Lines 7 Small trees allowed. Small trees allowed. -------------L 14 Right-of-Way - Easement (No trees allowed. Small shrubs and grass allowed.) Figure 4-42 Grass and Shrubs Recommended Under Transmission Wires E. Applicants can contact PG&E's vegetation management personnel to obtain more information about codes or regulations and to schedule field inspections for construction sites. Vegetation management personnel perform field inspections to identify clearance requirements or hazard trees. 4.10.2. Planning Requirements When planning and routing, high-voltage, overhead electric lines, applicants must avoid areas with heavy tree growth. See the tree-planting matrix tables (Tables B-1 through B-7 starting on Page B-2) in Appendix B. Building plans should indicate where overhead lines pass within the boundaries of the construction and landscape areas, as shown in Figure 4-40, "Illustration of a 15-Foot Clearance, Low-Growth Zone," on Page 4-27, and Figure 4-43, "Alternative Routes to a House Showing High-Voltage Lines and Tree-Clearance Zones," on Page 4-29. 2020—2021 4-28 SELF-DEALING TRANSACTION DISCLOSURE FORM (1) Company Board Member Information: Name: Date: Job Title: (2) Company/Agency Name and Address: (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to) (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations Code 5233 (a) (5) Authorized Signature Signature: Date: SELF-DEALING TRANSACTION DISCLOSURE FORM INSTRUCTIONS In order to conduct business with the County of Fresno (hereinafter referred to as "County"), members of a contractor's board of directors (hereinafter referred to as "County Contractor"), must disclose any self- dealing transactions that they are a party to while providing goods, performing services, or both for the County. A self-dealing transaction is defined below: 'A self-dealing transaction means a transaction to which the corporation is a party and which one or more of its directors has a material financial interest" The definition above will be utilized for purposes of completing the disclosure form. (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. (2) Enter the board member's company/agency name and address. (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: a. The name of the agency/company with which the corporation has the transaction; and b. The nature of the material financial interest in the Corporation's transaction that the board member has. (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Codes. (5) Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). REVISED STANDARD SPECIFICATIONS DATED 09-02-16 ORGANIZATION Revised standard specifications 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. A date under a main-section heading is the date of the latest revision to the section. Each revision to the Standard Specifications begins with a revision clause that describes or introduces a revision to the Standard Specifications. For a revision clause that describes a revision, the date on the right above the clause is the publication date of the revision. For a revision clause that introduces a revision, the date on the right above a revised term, phrase, clause, paragraph, or section is the publication date of the revised term, phrase, clause, paragraph, or section. For a multiple-paragraph or multiple-section revision, the date on the right above a paragraph or section is the publication date of the paragraphs or sections that follow. 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. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION I GENERAL PROVISIONS 1 GENERAL 07-15-16 Add to the 1st table of section 1-1.06: 07-15-16 APCD air pollution control district AQMD air quality management district CISS cast-in-steel shell CSL crosshole sonic logging GGL gamma-gamma logging AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 07-15-16 Replace the paragraphs in section 7-1.021(2)with: 05-06-16 Under 2 CA Code of Regs§ 11105: 1. During the performance of this contract,the recipient, contractor, and its subcontractors shall not deny the contract's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition,genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they discriminate unlawfully against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender Page 1 of 183 expression, age, sexual orientation, or military and veteran status. Contractor shall insure that the evaluation and treatment of employees and applicants for employment are free of such discrimination. 2. Contractor shall comply with the provisions of the Fair Employment and Housing Act(Gov. Code, § 12900 et seq.), the regulations promulgated thereunder(Cal. Code Regs., tit. 2, § 11000 et seq.),the provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of the Government Code(Gov. Code, §§ 11135-11139.5), and the regulations or standards adopted by the awarding state agency to implement such article. 3. Contractor or recipient shall permit access by representatives of the Department of Fair Employment and Housing and the awarding state agency upon reasonable notice at any time during the normal business hours, but in no case less than 24 hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Agency shall require to ascertain compliance with this clause. 4. Recipient, contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 5. The contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. Under 2 CA Code of Regs§ 11122: STANDARD CALIFORNIA NONDISCRIMINATION CONSTRUCTION CONTRACT SPECIFICATIONS (GOV. CODE SECTION 12990) These specifications are applicable to all state contractors and subcontractors having a construction contract or subcontract of$5,000 or more. 1. As used in the specifications: a. "Act" means the Fair Employment and Housing Act. b. "Administrator"means Administrator, Office of Compliance Programs, California Department of Fair Employment and Housing, or any person to whom the Administrator delegates authority; 2. Whenever the contractor or any subcontractor subcontracts a portion of the work, it shall include in each subcontract of$5,000 or more the nondiscrimination clause in this contract directly or through incorporation by reference. Any subcontract for work involving a construction trade shall also include the Standard California Construction Contract Specifications, either directly or through incorporation by reference. 3. The contractor shall implement the specific nondiscrimination standards provided in paragraphs 6(a) through (e)of these specifications. 4. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the contractor has a collective bargaining agreement,to refer members of any group protected by the Act shall excuse the contractor's obligations under these specifications, Government Code section 12990, or the regulations promulgated pursuant thereto.5. In order for the nonworking training hours of apprentices and trainees to be counted, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities.Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor or the California Department of Industrial Relations. 5. In order for the nonworking training hours of apprentices and trainees to be counted, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities.Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor or the California Department of Industrial Relations. 6. The contractor shall take specific actions to implement its nondiscrimination program.The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions.The contractor must be able to demonstrate fully its efforts under steps a.through e. below: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and at all facilities at which the contractor's employees are assigned to work. The contractor shall specifically ensure that all foremen, superintendents, and other on-site Page 2 of 183 supervisory personnel are aware of and carry out the contractor's obligations to maintain such a working environment. b. Provide written notification within seven days to the director of the DFEH when the referral process of the union or unions with which the contractor has a collective bargaining agreement has impeded the contractor's efforts to meet its obligations. C. Disseminate the contractor's equal employment opportunity policy by providing notice of the policy to unions and training, recruitment and outreach programs and requesting their cooperation in assisting the contractor to meet its obligations; and by posting the company policy on bulletin boards accessible to all employees at each location where construction work is performed. d. Ensure all personnel making management and employment decisions regarding hiring, assignment, layoff, termination, conditions of work,training, rates of pay or other employment decisions, including all supervisory personnel, superintendents, general foremen, on-site foremen, etc., are aware of the contractor's equal employment opportunity policy and obligations,and discharge their responsibilities accordingly. e. Ensure that seniority practices,job classifications,work assignments, and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the equal employment opportunity policy and the contractor's obligations under these specifications are being carried out. 7. Contractors are encouraged to participate in voluntary associations that assist in fulfilling their equal employment opportunity obligations.The efforts of a contractor association,joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on equal employment opportunity in the industry, ensures that the concrete benefits of the program are reflected in the contractor's workforce participation, and can provide access to documentation that demonstrates the effectiveness of actions taken on behalf of the contractor.The obligation to comply, however, is the contractor's. 8. The contractor is required to provide equal employment opportunity for all persons. Consequently, the contractor may be in violation of the Fair Employment and Housing Act(Government Code section 12990 et seq.) if a particular group is employed in a substantially disparate manner. 9. The contractor shall not use the nondiscrimination standards to discriminate against any person because race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender,gender identity, gender expression, age, sexual orientation, or military and veteran status. 10. The contractor shall not enter into any subcontract with any person or firm decertified from state contracts pursuant to Government Code section 12990. 11. The contractor shall carry out such sanctions and penalties for violation of these specifications and the nondiscrimination clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Government Code section 12990 and its implementing regulations by the awarding agency.Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Government Code section 12990. 12. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company equal employment opportunity policy is being carried out, to submit reports relating to the provisions hereof as may be required by OCP and to keep records. Records shall at least include for each employee the name, address, telephone numbers,construction trade, union affiliation if any, employee identification number when assigned,status, (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in any easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. Add to the end of the 2nd sentence in the 1st paragraph of section 7-1.02K(1): 04-22-16 and hauling and delivery of ready-mixed concrete. Page 3 of 183 Add between the 4th and 5th paragraphs of section 7-1.02K(3): 04-22-16 Submitted certified payrolls for hauling and delivering ready-mixed concrete must be accompanied by a written time record.The time record must include: 1. Truck driver's full name and address 2. Name and address of the factory or batching plant 3. Time the concrete was loaded at the factory or batching plant 4. Time the truck returned to the factory or batching plant 5. Truck driver's signature certifying under penalty of perjury that the information contained in this written time record is true and correct Add between the 9th and 10th paragraphs of section 7-1.03: 07-15-16 If a height differential of more than 0.04 foot is created by construction activities at a joint transverse to the direction of traffic on the traveled way or a shoulder subject to public traffic, construct a temporary taper at the joint with a slope complying with the requirements shown in the following table: Temporary Tapers Height differential Slope(horizontal:vertical) (foot) Taper use of 14 days or less Taper use of more than 14 days Greater than 0.08 100:1 or flatter 200:1 or flatter 0.04-0.08 70:1 or flatter 70:1 or flatter For a taper on existing asphalt concrete or concrete pavement, construct the taper with minor HMA under section 39-2.07. Grind existing surfaces to accommodate a minimum taper thickness of 0.10 foot under either of the following conditions: 1. HMA material such as rubberized HMA, polymer-modified bonded wearing course, or open-graded friction course is unsuitable for raking to a maximum 0.02 foot thickness at the edge 2. Taper will be in place for more than 14 days For a taper on a bridge deck or approach slab, construct the taper with polyester concrete under section 60-3.04B. The completed surface of the taper must be uniform and must not vary more than 0.02 foot from the lower edge of a 12-foot straightedge when placed on its surface parallel and perpendicular to traffic. If authorized, you may use alternative materials or methods to construct the required taper. Replace§337.15 in the 3rd item in the list in the paragraph of section 7-1.06B with: 05-06-16 §337.1 Add between the 1st and 2nd paragraphs of section 7-1.11A: 02-12-16 Comply with 46 CFR 381.7(a)—(b). nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn Page 4 of 183 8 PROSECUTION AND PROGRESS 07-15-16 Replace the table in the 3rd paragraph of section 8-1.10A with: 07-15-16 Liquidated Damages Total bid Liquidated damages From over To per day $0 $60,000 $1,400 $60,000 $200,000 $2,900 $200,000 $500,000 $3,200 $500,000 $1,000,000 $3,500 $1,000,000 $2,000,000 $4,000 $2,000,000 $5,000,000 $4,800 $5,000,000 $10,000,000 $6,800 $10,000,000 $20,000,000 $10,000 $20,000,000 $50,000,000 $13,500 $50,000,000 $100,000,000 $19,200 $100,000,000 $250,000,000 $25,300 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 9 PAYMENT 01-15-16 Replace may withhold in the 1st paragraph of section 9-1.16E(4)with: 01-15-16 withholds nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION II GENERAL CONSTRUCTION 10 GENERAL 04-15-16 Replace section 10-1.0213 with: 04-15-16 10-1.02B Traffic Elements Before starting the operational test of a traffic management system that directly impacts traffic, the system must be ready for operation, and all signs, pavement delineation, and pavement markings must be in place at the system's location. If maintaining existing traffic management system elements during construction is shown on the Bid Item List, a list of the systems shown within the project limits and their operational status is included in the Information Handout. Before starting job site activities, conduct a preconstruction operational status check of the existing system's elements and each element's communication status with the transportation management center to which it communicates. If an existing system element is discovered and has not been identified, the Department adds the element to the list of systems.The pre-and postconstruction operational status check of the discovered elements is change order work. If maintaining existing traffic management system elements during construction is not shown on the Bid Item List and an existing system element is discovered during the work, notify the Engineer.The Engineer orders a pre-and postconstruction operational status check of the discovered elements.The status check of the discovered elements is change order work. Page 5 of 183 Conduct the status check with the Engineer and an electrical representative from the traffic operations office of the district in which the work is located. The Department provides you a list of the preconstruction operational status-check results, including: 1. Existing traffic management system elements and their locations within the project limits 2. Fully functioning elements 3. Nonoperational elements Before Contract acceptance, conduct a postconstruction operational status check of all elements shown on the list with the Engineer and an electrical representative from the traffic operations office of the district in which the work is located. Replace 10-3 of section 10 with: 04-15-16 10-2-10-3 RESERVED nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 12 TEMPORARY TRAFFIC CONTROL 07-15-16 Replace section 12-3.32 with: 04-15-16 12-3.32 PORTABLE CHANGEABLE MESSAGE SIGNS 12-3.32A General 12-3.32A(1) Summary Section 12-3.32A includes specifications for placing portable changeable message signs. 12-3.32A(2) Definitions Reserved 12-3.32A(3) Submittals If requested, submit a certificate of compliance for each PCMS. Submit your cell phone number before starting the first activity that requires a PCMS. 12-3.32A(4) Quality Assurance Reserved 12-3.32B Materials Each PCMS must have a message board, controller unit, power supply, and a structural support system. The unit must be assembled to form a complete self-contained PCMS that can be delivered to the job site and placed into immediate operation.The sign unit must be capable of operating at an ambient air temperature from -4 to 158 degrees F and must be unaffected by mobile radio transmissions other than those required to control the PCMS. A PCMS must be permanently mounted on a trailer, truck bed, or truck cab under the manufacturer's instructions.The PCMS must be securely mounted on the support vehicle such that it remains attached during any impact to the vehicle. If it is mounted on a trailer, the trailer must be capable of being leveled and plumbed. A minimum of 3 feet of retroreflective material must be permanently affixed on all 4 sides of the trailer. The retroreflective material need not be continuous but must be visible on the same plane. The sign panel must be capable of displaying a 3-line message with at least 7 characters per line. The characters must be at least 18 inches in height where the useable shoulder area is at least 15 feet wide. Page 6 of 183 To prevent encroachment onto the traveled way where the useable shoulder area is less than 15 feet wide, you may use a smaller message panel with at least 12-inch-high characters. The message displayed on the sign must be visible from a distance of 1,500 feet and legible from a distance of 750 feet at noon on a cloudless day and during the night by persons with 20/20 vision or vision corrected to 20/20. The characters on a sign panel may be 10 inches in height if: 1. PCMS is mounted on a service patrol truck or other incident response vehicle or used for traffic control operations on a highway facility where the posted speed limit is less than 40 mph 2. Message is legible from a distance of at least 650 feet at noon on a cloudless day and during the night by persons with 20/20 vision or vision corrected to 20/20 A matrix sign must provide a complete alphanumeric selection. A PCMS must automatically adjust its brightness under varying light conditions to maintain the legibility of the message. The sign must be equipped with an automatic-dimming mode that automatically compensates for the influence of temporary light sources or abnormal lighting conditions.The sign must have 3 or more manual dimming modes of different intensities. During the hours of darkness, a matrix sign not using lamps must be either internally or externally illuminated. The controller must be an all solid-state unit containing the necessary circuitry for the storage of at least 5 preprogrammed messages.The controller must be installed at a location that allows the operator to perform all functions from a single position. The controller must have a keyboard entry system that allows the operator to generate an infinite number of additional messages in addition to the preprogrammed stored messages. The keyboard must be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller must have: 1. Nonvolatile memory that stores keyboard-created messages during periods when the power is not activated 2. Variable display rate that allows the operator to match the information display to the speed of approaching traffic 3. Screen upon which messages may be reviewed before being displayed on the sign The flashing-off time must be adjustable from within the control cabinet. 12-3.32C Construction Place a PCMS as far from the traveled way as practicable where it is legible to approaching traffic without encroaching on the traveled way.Where the vertical roadway curvature restricts the sight distance of approaching traffic, place the sign on or before the crest of the curvature where it is most visible to the approaching traffic.Where the horizontal roadway curvature restricts the sight distance of approaching traffic, place the sign at or before the curve where it is most visible to approaching traffic.Where practicable, place the sign behind guardrail or Type K temporary railing. Make a taper consisting of 9 traffic cones placed 25 feet apart to delineate the location of a PCMS except where the sign is placed behind guardrail or Type K temporary railing. When in full operation, the bottom of a sign must be at least 7 feet above the roadway in areas where pedestrians are anticipated and 5 feet above the roadway elsewhere, and the top of the sign must be not more than 14.5 feet above the roadway. Operate the PCMS under the manufacturer's instructions. Keep the PCMS clean to provide maximum visibility. If multiple signs are needed, place each sign on the same side of the road at least 1,000 feet apart on freeways and expressways and at least 500 feet apart on other types of highways. Page 7 of 183 If more than one PCMS is simultaneously visible to traffic, only 1 sign may display a sequential message at any time. Do not use dynamic message displays, such as animation, rapid flashing, dissolving, exploding, scrolling, horizontal movement, or vertical movement of messages.The message must be centered within each line of the display. You may use an additional PCMS if more than 2 phases are needed to display a message. Display only messages shown or ordered. Repeat the entire message continuously in not more than 2 phases of at least 3 seconds per phase. The sum of the display times for both of the phases must be a maximum of 8 seconds. If more than 2 phases are needed to display a message, use an additional PCMS. You must be available by cell phone during activities that require a sign. Be prepared to immediately change the displayed message if ordered. You may operate the sign with a 24-hour timer control or remote control if authorized. After the initial placement, move a sign from location to location as ordered. When a PCMS is not in use, move it to an area at least 15 feet from the edge of the traveled way or remove it from the job site away from traffic. 12-3.32D Payment Not Used Add between the 1st sentence and 2nd sentences in the 1st paragraph of section 12-4.02A(3)(a): 07-15-16 For a project in District 7, submit the request at least 15 days before the proposed closure date. Replace section 12-4.02C(2)with: 01-15-16 12-4.02C(2) Lane Closure System 12-4.02C(2)(a) General The Department provides LCS training. Request the LCS training at least 30 days before submitting the 1 st closure request. The Department provides the training within 15 days after your request. LCS training is web-based or held at a time and location agreed upon by you and the Engineer. For web- based training,the Engineer provides you the website address to access the training. With 5 business days after completion of the training, the Department provides LCS accounts and user IDs to your assigned,trained representatives. Each representative must maintain a unique password and current user information in the LCS. 04-15-16 The project is not accessible in LCS after Contract acceptance. 01-15-16 12-4.02C(2)(b) Status Updates for Authorized Closures Update the status of authorized closures using the LCS Mobile web page. For a stationary closure, use code: 1. 10-97 immediately before you place the 1st advance warning sign 2. 10-98 immediately after you remove all of the advance warning signs For a moving closure, use code: 1. 10-97 immediately before the actual start time of the closure 2. 10-98 immediately after the actual end time of the closure Page 8 of 183 Cancel an authorized closure by using code 10-22 within 2 hours after the authorized start time. If you are unable to access the LCS Mobile web page, immediately notify the Engineer of the closure's status. Replace the 1st sentence in the 3rd paragraph of section 12-6.03Awith: 07-15-16 When the Engineer determines the temporary pavement delineation is no longer required for the direction of traffic, remove the temporary pavement delineation, including any underlying adhesive for temporary pavement markers,from the final layer of surfacing and from the pavement to remain in place. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 13 WATER POLLUTION CONTROL 09-02-16 Replace General Industrial Permit in the 2nd item in the list in the paragraph of section 13-1.01 C(3) with: 05-06-16 Industrial General Permit Replace the 2nd paragraph of section 13-1.01 D(2)with: 05-06-16 Discharges from manufacturing facilities, such as batch plants and crushing plants, must comply with the discharge requirements in the NPDES General Permit for Storm Water Discharges Associated with Industrial Activities; Order No.2014-0057-DWQ, CAS000001 (Industrial General Permit), issued by the SWRCB. For the Industrial General Permit, go to the SWRCB website. Replace General Industrial Permit in the 3rd paragraph of section 13-1.01 D(2)with: 05-06-16 Industrial General Permit Replace the 2nd paragraph of section 13-3.01 D(2)with: 09-02-16 For a project in the Lake Tahoe Hydrologic Unit, discharges of stormwater from the project must comply with the NPDES General Permit for General Waste Discharge Requirements and National Pollutant Discharge Elimination System General Permit for Storm Water Discharges Associated with Construction Activity in the Lake Tahoe Hydrologic Unit, Counties of Alpine, El Dorado, and Placer, (Order No. R6T- 2016-0010 and NPDES No. CAG616002). You may view the General Permit for the Lake Tahoe Hydrologic Unit at the Construction Storm Water Program page of the SWRCB website. Replace the 2nd paragraph of section 13-8.01 D(2)with: 09-02-16 For a project within the Lake Tahoe Hydrologic Unit,the design, installation, operation, and monitoring of the temporary ATS and monitoring of the treated effluent must comply with Attachment E of the NPDES General Permit for General Waste Discharge Requirements and National Pollutant Discharge Elimination System General Permit for Storm Water Discharges Associated with Construction Activity in the Lake Tahoe Hydrologic Unit, Counties of Alpine, El Dorado, and Placer, (Order No. R6T-2016-0010 and NPDES No. CAG616002). You may view the General Permit for the Lake Tahoe Hydrologic Unit at the Construction Storm Water Program page of the SWRCB website. Page 9 of 183 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 16 TEMPORARY FACILITIES 04-15-16 Add between the 1st and 2nd sentences of section 16-2.03A(1): 04-15-16 Constructing a high-visibility fence includes the installation of any signs specified in the special provisions. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION III EARTHWORK AND LANDSCAPE 20 LANDSCAPE 07-15-16 Replace 86 in the 1st paragraph of section 20-2.01C(2)with: 04-15-16 87 Replace the 8th paragraph of section 20-2.01 C(2)with: 07-15-16 Trenches for irrigation supply lines and conduits 3 inches and larger in diameter must be a minimum of 18 inches below the finished grade, measured to the top of the installed pipe. Replace 86 in the 1st paragraph of section 20-2.01C(3)with: 04-15-16 87 Replace section 20-2.04A(4)with: 04-15-16 Perform conductors test.The test must comply with the specifications in section 87. Where the conductors are installed by trenching and backfilling, perform the test after a minimum of 6 inches of backfill material has been placed and compacted over the conductors. Replace the 1st paragraph of section 20-2.04C(4)with: 04-15-16 Splice low voltage control and neutral conductors under section 87, except do not use Method B. Replace the 3rd paragraph of section 20-2.05B with: 07-15-16 The impeller must be glass reinforced nylon on a tungsten carbide shaft. Replace 86 in the 2nd paragraph of section 20-2.06C with: 04-15-16 87 Page 10 of 183 Replace section 20-2.07B(5)with: 04-15-16 20-2.07B(5) PVC Pipe Conduit Sleeve PVC pipe conduit sleeves must be schedule 40 complying with ASTM D1785. Fittings must be schedule 80. Replace section 20-2.07C(3)with: 04-15-16 20-2.07C(3) PVC Pipe Conduit Sleeve Where PVC pipe conduit sleeves 2 inches or less in outside diameter is installed under surfacing, you may install by directional boring under section 20-2.07C(2)(b). For sleeves 2 inches or less in diameter,the top of the conduit must be a minimum of 18 inches below surfacing. Extend sleeves 6 inches beyond surfacing. Cap ends of conduit until used. Replace sections 20-2.0913 and 20-2.09C with: 07-15-16 20-2.0913 Materials 20-2.09B(1) General Swing joints must match the inlet connection size of the riser. Where shown, a sprinkler assembly must include a check valve. Threaded nipples for swing joints and risers must be schedule 80, PVC 1120 or PVC 1220 pipe, and comply with ASTM D1785. Risers for sprinkler assemblies must be UV resistant. Fittings for sprinkler assemblies must be injection-molded PVC, schedule 40, and comply with ASTM D2466. Flexible hose for sprinkler assemblies must be leak-free, non-rigid and comply with ASTM D2287, cell Type 6564500.The hose must comply with ASTM D2122 and have the thickness shown in the following table: Nominal hose diameter Minimum wall thickness (inch) (inch) 1/2 0.127 3/4 0.154 1 0.179 Solvent cement and fittings for flexible hose must comply with section 20-2.08B(5). 20-2.09B(2) Pop-Up Sprinkler Assemblies Each pop-up sprinkler assembly must include a body, nozzle, swing joint, pressure reducing device, fittings, and sprinkler protector where shown. 20-2.09B(3) Riser Sprinkler Assemblies Each riser sprinkler assembly must include a body, flexible hose, threaded nipple, nozzle, swing joint (except for a Type V riser), pressure reducing device,fittings, and riser support where shown. 20-2.09B(4) Tree Well Sprinkler Assemblies Each tree well sprinkler assembly must include a threaded nipple, nozzle, swing joint,fittings, perforated drainpipe, and drain grate. Page 11 of 183 The perforated drainpipe must be commercial-grade, rigid PVC pipe with holes spaced not more than 6 inches on center on 1 side of the pipe. The drain grate must be a commercially-available, 1-piece, injection-molded grate manufactured from structural foam polyolefins with UV light inhibitors. Drain grate must be black. Gravel for filling the drainpipe must be graded such that 100 percent passes the 3/4-inch sieve and 100 percent is retained on the 1/2-inch sieve. The gravel must be clean, washed, dry, and free from clay or organic material. 20-2.09C Construction Where shown, install a flow shut-off device under the manufacturer's instructions, unless you use equipment with a preinstalled flow shut-off device. Where shown, install a pressure reducing device under the manufacturer's instructions, unless you use equipment with a preinstalled pressure reducing device. Install pop-up and riser sprinkler assembly: 1. From 6-1/2 to 8 feet from curbs, dikes, and sidewalks 2. At least 10 feet from paved shoulders 3. At least 3 feet from fences and walls If sprinkler assembly cannot be installed within these limits, the location will be determined by the Engineer. Set sprinkler assembly riser on slopes perpendicular to the plane of the slope. Replace the paragraph of section 20-2.10B(3)with: 07-15-16 Each check valve must be one of the following: 1. Schedule 80 PVC with a factory setting to withstand a minimum 7-foot head on risers 2. Class 200 PVC if used on a nonpressurized plastic irrigation supply line 3. Internal to the sprinkler body with a factory setting to withstand a minimum 7-foot head Replace the paragraph of section 20-2.10C(3)with: 07-15-16 Install check valves as necessary to prevent low-head drainage. Replace the paragraphs of section 20-3.01 B(10)with: 07-15-16 Each plant stake for vines must be nominal 1 by 1 inch and 18 inches long. Each plant stake for trees must be nominal 2 by 2 inches or nominal 2 inches in diameter and long enough to keep the tree in an upright position. Replace the paragraph of section 20-3.01 B(11)with: 07-15-16 Each plant tie for vines must be extruded vinyl-based tape, 1 inch wide and at least 8 mils thick. Each plant tie for trees must be a (1)minimum 3/4-inch-wide, UV-resistant,flexible vinyl tie complying with ASTM D412 for tensile and elongation strength, or(2)lock-stitch,woven polypropylene with a minimum 900 lb tensile strength. Page 12 of 183 Add between the 7th and 8th paragraphs of section 20-3.02C(3)(b): 07-15-16 Spread the vine shoots and tie them with a plant tie to each stake above the crossing point. Replace the 8th paragraph of section 20-3.02C(3)(b)with: 07-15-16 Tie trees to the stakes with 2 tree ties, 1 tie to each stake. Each tie must form a figure eight by crossing the tie between the tree and the stake. Install ties at the lowest position that will support the tree in an upright position. Install the ties such that they provide trunk flexibility but do not allow the trunk to rub against the stakes.Wrap each end of the tie 1-1/2 turns around the stake and securely tie or nail it to the stake. Replace the 1st paragraph of section 20-5.02C(1)with: 07-15-16 Where edging is used to delineate the limits of inert ground cover or wood mulch areas, install the edging before installing the inert ground cover or wood mulch. 07-15-16 Delete AND MULCHES in the heading of section 20-5.03. 07-15-16 Delete and mulches in the paragraph of section 20-5.03A(1)(a). Replace the paragraph of section 20-5.03A(3)(a)with: 07-15-16 Before installing inert ground cover, remove plants and weeds to the ground level. 07-15-16 Delete or mulch at each occurrence in sections 20-5.03A(3)(c)and 20-5.03A(3)(d). Replace section 20-5.03E with: 07-15-16 20-5.03E Reserved Replace section 20-5.04 with: 07-15-16 20-5.04 WOOD MULCH 20-5.04A General 20-5.04A(1) Summary Section 20-5.04 includes specifications for placing wood mulch. 20-5.04A(2) Definitions Reserved 20-5.04A(3) Submittals Submit a certificate of compliance for wood mulch. Submit a 2 cu ft mulch sample with the mulch source shown on the bag. Obtain authorization before delivering the mulch to the job site. 20-5.04A(4) Quality Assurance Reserved Page 13 of 183 20-5.04B Materials 20-5.04B(1) General Mulch must not contain more than 0.1 percent of deleterious materials such as rocks, glass, plastics, metals, clods, weeds, weed seeds, coarse objects, sticks larger than the specified particle size, salts, paint, petroleum products, pesticides or chemical residues harmful to plant or animal life. 20-5.04B(2) Tree Bark Mulch Tree bark mulch must be derived from cedar, Douglas fir, or redwood species. The mulch must be ground such that at least 95 percent of the material by volume is less than 2 inches long in any dimension and no more than 30 percent by volume is less than 1 inch long in any dimension. 20-5.04B(3) Wood Chip Mulch Wood chip mulch must: 1. Be derived from clean wood 2. Not contain leaves or small twigs 3. Contain at least 95 percent by volume of wood chips with a width and thickness from 1/16 to 3/8 inch and a length from 1/2 to 3 inches 20-5.04B(4) Shredded Bark Mulch Shredded bark mulch must: 1. Be derived from trees 2. Be a blend of loose, long, thin wood, or bark pieces 3. Contain at least 95 percent by volume of wood strands with a width and thickness from 1/8 to 1-1/2 inches and a length from 2 to 8 inches 20-5.04B(5) Tree Trimming Mulch Tree trimming mulch must: 1. Be derived from chipped trees and may contain leaves and small twigs 2. Contain at least 95 percent by volume of material less than 3 inches long for any dimension and not more than 30 percent by volume of material less than 1 inch long for any dimension 20-5.04B(6)-20-5.04B(11) Reserved 20-5.04C Construction Before placing wood mulch, remove plants and weeds to the ground level. Maintain the planned flow lines, slope gradients, and contours of the job site. Grade the subgrade to a smooth and uniform surface. Place mulch after the plants have been planted. Place mulch in the plant basin at the rate described. Mulch must not come in contact with the plant crown and stem. Place mulch as shown in areas outside of plant basins to a uniform thickness. Spread mulch from the outside edge of the plant basin to the adjacent edges of shoulders, paving, retaining walls, dikes, edging, curbs, sidewalks,walls,fences, and existing plantings. If the plant is 12 feet or more from the adjacent edges of any of these elements, spread the mulch 6 feet beyond the outside edge of the plant basin. Do not place mulch within 4 feet of: 1. Flow line of earthen drainage ditches 2. Edge of paved ditches 3. Drainage flow lines Page 14 of 183 20-5.04D Payment The payment quantity for wood mulch is the volume measured in the vehicle at the point of delivery. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 21 EROSION CONTROL 07-15-16 Add between tube and 12 in the 1st paragraph of section 21-2.02Q: 07-15-16 8 or AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION IV SUBASES AND BASES 23 GENERAL 07-15-16 Replace the headings and paragraphs in section 23 with: 07-15-16 23-1 GENERAL 23-1.01 GENERAL 23-1.01A Summary Section 23 includes general specifications for constructing subbases and bases. 23-1.01B Definitions Reserved 23-1.01C Submittals Submit a QC plan for the types of subbases or bases where described. 23-1.01 D Quality Assurance 23-1.01D(1) General 23-1.01D(1)(a) General Take samples under California Test 125. 23-1.01D(1)(b) Test Result Disputes You and the Engineer must work together to avoid potential conflicts and to resolve disputes regarding test result discrepancies. Notify the Engineer within 5 business days of receiving the test result if you dispute the test result. If you or the Engineer dispute each other's test results, submit your 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, it must be qualified under AASHTO Materials Reference Laboratory program and the Department's Independent Assurance Program. The independent third party must have no prior direct involvement with this Contract. By mutual agreement,the independent third party is chosen from: 1. Department laboratory in a district or region not in the district or region the project is located 2. Transportation Laboratory 3. Laboratory not currently employed by you or your material producer If split acceptance samples are not available,the independent third party uses any available material representing the disputed material for evaluation. Page 15 of 183 If the independent third party determines the Department's test results are valid, the Engineer deducts the independent third party testing costs from payments. If the independent third party determines your test results are valid,the Department pays the independent third party testing costs. 23-1.01 D(2) Quality Control 23-1.01 D(2)(a) General Provide a QC manager when the quantity of subbase or base is as shown in the following table: QC Manager Requirements Subbase or base Requirement Stabilized soils d >_20,000 Aggregate subbases cu d >_20,000 Aggregate bases cu yd >_20,000 CTB cu d >_ 10,000 Lean concrete base cu d >_2,000 Rapid strength concrete base cu d >_ 1,000 Lean concrete base rapid setting cu d >_ 1,000 Concrete base cu d >_ 1,000 Treated permeable bases cu d >_2,000 Reclaimed pavements sq d >_ 10,000 Provide a testing laboratory to perform quality control tests. Maintain sampling and testing equipment in proper working condition. You are not entitled to compensation for the suspension of work resulting from noncompliance with quality control requirements, including those identified within the QC plan. 23-1.01D(2)(b) Quality Control Plan The QC plan must describe the organization and procedures used to: 1. Control the production process 2. Determine if a change to the production process is needed 3. Implement a change The QC plan must include action and suspension limits and details of corrective action to be taken if any process is outside of those limits. Suspension limits must not exceed specified acceptance criteria. The QC plan must describe how test results will be submitted including times for sampling and testing for each quality characteristic. 23-1.01D(2)(c) Qualifications Testing laboratories and testing equipment must comply with the Department's Independent Assurance Program. Personnel performing sampling and testing must be qualified under the Department's Independent Assurance Program for the sampling and testing performed. 23-1.01 D(3) Department Acceptance Reserved 23-1.02 MATERIALS Not Used 23-1.03 CONSTRUCTION Not Used 23-1.04 PAYMENT Not Used Page 16 of 183 23-2-23-7 RESERVED nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 24 STABILIZED SOILS 07-15-16 Add to section 24-1.01 C(1): 07-15-16 Submit a stabilized soil quality control plan. Add to section 24-1.01 D(1): 07-15-16 Construct test pads for compaction tests by scraping away material to the depth ordered. If a compaction test fails, corrective action must include the layers of material already placed above the test pad elevation. Replace section 24-1.01 D(2)with: 07-15-16 24-1.01 D(2) Quality Control 24-1.01 D(2)(a) General Reserved 24-1.01D(2)(b) Quality Control Plan Reserved 24-1.01D(2)(c) Qualifications Reserved 24-1.01 D(2)(d) Preparing Basement Material After preparing an area for soil stabilization, verify the surface grades. 24-1.01D(2)(e) Mixing Except for clods larger than 1 inch, randomly test the adequacy of the mixing with a phenolphthalein pH indicator solution. Replace the 1st paragraph of section 24-1.03C with: 07-15-16 The Engineer orders the application rate as pounds of stabilizing agent per square yard of basement material to be stabilized. 07-15-16 Delete section 24-2.01D(1)(c) Replace 250 in the 2nd sentence in the 2nd paragraph of section 24-2.01 D(2)(c)with: 07-15-16 500 Page 17 of 183 Add to section 24-2.01 D(2): 07-15-16 24-2.01 D(2)(d) Quality Control Testing Lime stabilized soil quality control must include testing the quality characteristics at the frequencies shown in the following table: QC Testing Frequencies Quality characteristic Test method Sampling location Minimum frequency Ground surface temperature -- Each temperature 1 test per 20,000 sq ft, before adding lime and full depth location minimum 1 per day ground temperature during mixing operations Lime application rate Calibrated Roadway 1 test per 40,000 sq ft, tray orequal minimum 2 per day Gradation on mixed material California Roadway 1 per 500 cu yd, Test 202 minimum 1 per day Moisture content California Roadway 1 per 500 cu yd on each Test 226 layer, each day during mixing and mellowing periods, minimum 1 per day Relative compaction California Roadway 1 per 500 cu yd on each Test 231 layer, minimum 1 per day AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 25 AGGREGATE SUBBASES 07-15-16 Replace Reserved in section 25-1.01C with: 07-15-16 Submit an aggregate subbase QC plan. Replace Reserved in section 25-1.01 D(2)with: 07-15-16 25-1.01 D(2)(a) General Reserved 25-1.01 D(2)(b) Quality Control Plan Reserved 25-1.01D(2)(c) Qualifications Reserved 25-1.01D(2)(d) Quality Control Testing AS quality control must include testing the quality characteristics at the frequencies shown in the following table: Page 18 of 183 QC Testing Frequencies Quality Test method Sampling location Minimum frequency characteristic R-value California Test Stockpiles, 1 test before beginning work and 301 transportation units, every 2000 cu yd thereafter' windrows,or roadways Aggregate California Test Stockpiles, gradation 202 transportation units, windrows,or roadways 1 per 500 cu yd but at least one per Sand equivalent California Test Stockpiles, day of placement 217 transportation units, windrows,or roadways Relative California Test Roadway 1 per 500 sq yd on each layer compaction 231 'Additional R-value frequency testing will not be required when the average of 4 consecutive sand equivalent tests is 4 or more above the specified operating range value. Add between the 2nd and 3rd paragraphs of section 25-1.01 D(3): 07-15-16 The Engineer takes aggregate subbase samples for R-value, aggregate gradation, and sand equivalent from any of the following locations: 1. Windrow 2. Roadway 07-15-16 Delete for each noncompliant test result in the 4th paragraph of section 25-1.01 D(3). 07-15-16 Delete a in the 5th paragraph of section 25-1.01 D(3). nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 26 AGGREGATE BASES 07-15-16 Replace Reserved in section 26-1.01 C with: 07-15-16 Submit an aggregate base QC plan. Replace Reserved in section 26-1.01D(1)with: 07-15-16 Aggregate samples must not be treated with lime, cement, or chemicals before testing for durability index. Aggregate from untreated reclaimed processed AC, PCC, LCB, or CTB is not considered treated. Page 19 of 183 Replace Reserved in section 26-1.01D(2)with: 07-15-16 26-1.01 D(2)(a) General Reserved 26-1.01 D(2)(b) Quality Control Plan Reserved 26-1.01D(2)(c) Qualifications Reserved 26-1.01 D(2)(d) Quality Control Testing AB quality control must include testing the quality characteristics at the frequencies shown in the following table: QC Testing Frequencies Quality characteristic Test method Sampling location Minimum frequency R-value California Test 301 Stockpiles, 1 test before starting work and transportation units, every 2,000 cu yd thereafter windrows,or roadways Aggregate gradation California Test 202 Stockpiles, 1 per 500 cu yd but at least transportation units, one per day of placement windrows,or roadways Sand equivalent California Test 217 Stockpiles, transportation units, windrows,or roadways Durability indexb California Test 229 Stockpiles, 1 per project transportation units, windrows,or roadways Relative compaction California Test 231 Roadway 1 per 500 sq yd on each layer aAdditional R-value frequency testing will not be required when the average of 4 consecutive sand equivalent tests is 29 or greater for Class 2 AB or 25 or greater for Class 3 AB. bApplies if section 26-1.02 contains an applicable requirement for durability index Add between requirements, and and in the 1st paragraph of section 26-1.01 D(3): 07-15-16 durability, Add between the 2nd and 3rd paragraphs of section 26-1.01 D(3): 07-15-16 The Engineer takes aggregate base samples for R-value, aggregate gradation, sand equivalent, and durability index from any of the following locations: 1. Windrow 2. Roadway 07-15-16 Delete the 3rd paragraph of section 26-1.01 D(3). Page 20 of 183 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 27 CEMENT TREATED BASES 07-15-16 Add to section 27-1.01 C: 07-15-16 Submit cement treated base QC plan. Replace the headings and paragraphs in section 27-1.01 D with: 07-15-16 27-1.01 D Quality Assurance 27-1.01D(1) General After the CTB has been spread on the subgrade and before initial compaction, the cement content of the completed mixture of CTB must not vary from the specified cement content by more than 0.6 percent of the weight of the dry aggregate when tested under California Test 338. For Class A CTB, compaction is tested under California Test 312 or 231. The relative compaction of CTB must be at least 95 percent. Each layer of CTB may be tested for compaction, or all layers may be tested together at the option the Engineer. If all layers are tested together, you are not relieved of the responsibility to achieve the required compaction in each layer placed. 27-1.01D(1)(a) Aggregate When tested under California Test 301, aggregate for Class B CTB must have (1) an R-value of at least 60 before mixing with cement and (2)an R-value of at least 80 when aggregate is mixed with an amount of cement that does not exceed 2.5 percent by weight of the dry aggregate. Before sand equivalent testing, aggregate samples must not be treated with lime, cement, or chemicals. If the aggregate gradation test results,the sand equivalent test results, or both comply with contract compliance requirements but not operating range requirements, you may continue placing CTB for the remainder of the work day. Do not place additional CTB until you demonstrate to the Engineer that the CTB to be placed complies with the operating range requirements. If the aggregate gradation test results, sand equivalent test results, or both do not comply with contract compliance requirements, remove the CTB or request a payment deduction. If your request is authorized, $2.50/cu yd is deducted. If CTB is paid for by weight,the Engineer converts tons to cubic yards for the purpose of reducing payment for noncompliant CTB left in place.An aggregate gradation and a sand equivalent test represents up to (1)500 cu yd or(2) 1 day's production if less than 500 cu yd. 27-1.01D(1)(b) Road-Mixed Cement Treated Base Moisture Content Just before initial compaction the moisture content of the completed mixture must be at least the optimum moisture content less 1 percent. The moisture content is determined under California Test 226 and optimum moisture content is determined under California Test 312. 27-1.01D(1)(c) Plant-Mixed Cement Treated Base Moisture Content At the point of delivery to the work,the moisture content of the completed mixture must be at least the optimum moisture content less 1 percent.The moisture content is determined under California Test 226 and optimum moisture content under California Test 312. 27-1.01 D(2) Quality Control 27-1.01 D(2)(a) General Reserved 27-1.01D(2)(b) Quality Control Plan Reserved Page 21 of 183 27-1.01 D(2)(c) Qualifications Reserved 27-1.01 D(2)(d) Quality Control Testing CTB quality control must include testing the quality characteristics at the frequencies shown in the following table: QC Testing Frequencies Quality characteristic Test method Sampling location Minimum frequency Aggregate gradation California Test 202 Stockpiles,plant, modified transportation units, 1 per 500 cu yd but at windrow, or roadway least one per day of Sand equivalent California Test 217 Stockpiles,plant, placement transportation units, windrow, or roadway R-value' California Test 301 Stockpiles,plant, 1 test before starting work transportation units, and every 2000 cu yd windrows,or roadway thereafterb Optimum moisture California Test 312 Plant,transportation 1 per day of placement content units,windrow, or roadway Moisture content California Test 226 Roadway 1 per 500 cu yd but at least one per day of placement Cement content California Test 338 Windrows or roadway 1 per 1000 cu yd but at least one per day of placement Relative compaction California Test 312 or Roadway 1 per 2000 sq yd but at 231 least one per day of placement Compressive strength° California Test 312 Windrow or roadways 1 per day of placement R-value is required for Class B CTB only bAdditional R-value frequency testing will not be required while the average of 4 consecutive sand equivalent tests is 4 or more above the specified operating range value. °Compressive strength is required for Class A CTB only when specified 27-1.01 D(3) Department Acceptance The Department's acceptance testing includes testing the CTB quality characteristics shown in the following table: CTB Requirements for Acceptance Quality characteristic Test method Aggre ate gradation California Test 202 modified Sand equivalent California Test 217 R-value' California Test 301 Optimum moisture content California Test 312 Moisture content California Test 226 Cement content California Test 338 Relative compaction California Test 312 or 231 Compressive strength California Test 312 R-value is required for Class B CTB only bCompressive strength is required for Class A CTB only when specified The Engineer takes samples for aggregate gradation and sand equivalent from any of the following locations: 1. Plant Page 22 of 183 2. Truck 3. Windrow,for road-mixed only 4. Roadbed,for road-mixed only Add to section 27-1.02: 07-15-16 Water must comply with section 90-1.02D. Add to section 27-1.03F: 07-15-16 The relative compaction of CTB must be at least 95 percent. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 28 CONCRETE BASES 07-15-16 Replace the headings and paragraphs in section 28-1.01 D with: 07-15-16 28-1.01 D Quality Assurance 28-1.01D(1) General Aggregate samples must not be treated with lime, cement, or chemicals before testing for sand equivalent. Stop concrete base activities and immediately notify the Engineer whenever: 1. Any QC or QA test result does not comply with the specifications 2. Visual inspection shows a noncompliant concrete base If concrete base activities are stopped, before resuming activities: 1. Notify the Engineer of the adjustments you will make 2. Remedy or replace the noncompliant concrete base 3. Field qualify or construct a new test strip as specified for the concrete base involved to demonstrate compliance with the specifications 4. Obtain authorization 28-1.01 D(2) Quality Control 28-1.01 D(2)(a) General Reserved 28-1.01 D(2)(b) Quality Control Plan Reserved 28-1.01D(2)(c) Qualifications Reserved 28-1.01 D(3) Department Acceptance Reserved Add to section 28-2.01 C(1): 07-15-16 Submit a lean concrete base QC plan. Page 23 of 183 Replace the headings and paragraphs in section 28-2.01 D with: 07-15-16 28-2.01 D Quality Assurance 28-2.01D(1) General 28-2.01D(1)(a) General The molds for compressive strength testing under ASTM C31 or ASTM C192 must be 6 by 12 inches. If the aggregate gradation test results, sand equivalent test results or both comply with the contract compliance requirements but not the operating range requirements, you may continue placing LCB for the remainder of the work day. Do not place additional LCB until you demonstrate the LCB to be placed complies with the operating range requirements. 28-2.01D(1)(b) Qualifications Field qualification tests and calculations must be performed by an ACI certified "Concrete Laboratory Technician, Grade I. 28-2.01D(1)(c) Aggregate Qualification Testing Qualify the aggregate for each proposed aggregate source and gradation.The qualification tests include (1)a sand equivalent and (2)an average 7-day compressive strength under ASTM C39 of 3 cylinders manufactured under ASTM C192 except cure cylinders in molds without lids after initial curing. For the compressive strength test,the cement content for each cylinder must be 300 Ib/cu yd.The 7-day average compressive strength must be at least 610 psi.The cement must be Type II portland cement. LCB must have from 3 to 4 percent air content during aggregate qualification testing. 28-2.0113(1)(d) Field Qualification Testing Before placing LCB, you must perform field qualification testing and obtain authorization for each mix design. Retest and obtain authorization for changes to the authorized mix designs. Notify the Engineer at least 5 business days before field qualification. Perform the field qualification at the job site or an authorized location. Field qualification testing includes tests for compressive strength, air content, and penetration or slump. For compressive strength field qualification testing: 1. Prepare 12 cylinders under ASTM C31 except final cure cylinders in molds without lids from a single batch. 2. Perform 3 tests; each test consists of determining the average compressive strength of 2 cylinders at 7 days under ASTM C39. The average compressive strength for each test must be at least 530 psi If you submitted a notice to produce LCB qualifying for a transverse contraction joint waiver, manufacture additional specimens and test the LCB for compressive strength at 3 days. Prepare the compressive strength cylinders under ASTM C31 except final cure cylinders in molds without lids at the same time using the same material and procedures as the 7-day compressive strength cylinders except do not submit 6 additional test cylinders.The average 3-day compressive strength for each test must be not more than 500 psi. 28-2.01D(2) Quality Control 28-2.01 D(2)(a) General Reserved 28-2.01 D(2)(b) Quality Control Manager Reserved 28-2.01D(2)(c) Quality Control Testing Test the LCB under the test methods and at the locations and frequencies shown in the following table: Page 24 of 183 LCB Sampling Location and Testing Frequencies Quality characteristic Test method Sampling location Minimum sampling and testing frequency Sandequivalent ASTM D2419 Source Aggregate gradation ASTM C136 Air content ASTM C231 1 per 500 cubic yards Penetration ASTM C360 but at least 1 per day of Slumpa ASTM C143 Job site production Compressive strength ASTM C39 Test for either penetration or slump bPrepare cylinders under ASTM C31 except final cure cylinders in molds without lids. 28-2.01 D(3) Department Acceptance The Department accepts LCB based on compliance with the requirements shown in the following table: LCB Requirements for Acceptance Quality characteristic I Test method Requirement Compressive strength (min, psi at 7 days) I ASTM C39a 530 Cylinders prepared under ASTM C31 except final cure cylinders in molds without lids. bA compressive strength test represents up to (1) 1,000 cu yd or(2) 1 day's production if less than 1,000 cu yd. Replace section 28-2.01D(4)in item 3 of the 5th paragraph in section 28-2.03D with: 07-15-16 section 28-2.01 D(1)(c) Replace the 1st paragraph in section 28-2.03F with: 07-15-16 After finishing LCB, cure LCB with pigmented curing compound under section 90-1.03B(3)and 40-1.031. Apply curing compound: 1. In 2 separate applications 2. Before the atmospheric temperature falls below 40 degrees F 3. At a rate of 1 gal/150 sq ft for the first application 4. At a rate of 1 gal/200 sq ft for the second application Replace Reserved in section 28-3.01C(3)with: 07-15-16 Submit a rapid strength concrete base QC plan. Replace the headings and paragraphs in section 28-3.01 D with: 07-15-16 28-3.01 D Quality Assurance 28-3.01D(1) General 28-3.01D(1)(a) General At the preconstruction meeting be prepared to discuss the project specifications and methods of performing each item of work. Items discussed must include the processes for: 1. Production 2. Transportation Page 25 of 183 3. Placement 4. QC plan, if specified in the special provisions 5. Contingency plan 6. QC sampling and testing 7. Acceptance criteria Beams for modulus of rupture testing must be fabricated and tested under California Test 524. The beams may be fabricated using an internal vibrator under ASTM C31. For each test, 3 beam must be fabricated and the test results averaged. No single test represents more than that day's production or 130 cu yd, whichever is less. For early age testing, beams must be cured so the monitored temperatures in the beams and the test strip are always within 5 degrees F. The internal temperatures of the RSC base and early age beams must be monitored and recorded at intervals of at least 5 minutes.Thermocouples or thermistors connected to strip-chart recorders or digital data loggers must be installed to monitor the temperatures. Temperature recording devices must be accurate to within ±2 degrees F. Until early age testing is completed, internal temperatures must be measured at 1 inch from the top, 1 inch from the bottom, and no closer than 3 inches from any edge. For other age testing, beams must be cured under California Test 524 except beams must be placed into sand at a time that is the earlier of either from 5 to 10 times the final set time, or 24 hours. RSC base must have an opening age modulus of rupture of not less than 400 psi and a 7-day modulus of rupture of not less than 600 psi. 28-3.01D(1)(b) Preconstruction Meeting Reserved 28-3.01D(1)(c) Test Strip Reserved 28-3.01D(2) Quality Control 28-3.01 D(2)(a) General Reserved 28-3.01D(2)(b) Quality Control Manager Reserved 28-3.01D(2)(c) Quality Control Testing Test the rapid strength concrete base under the test methods and at the locations and frequencies shown in the following table: Page 26 of 183 Rapid Strength Concrete Base Sampling Location and Testing Frequencies Quality characteristic Test method Sample Location Minimum testing frequencya Cleanness value California Test 227 1 per 500 cubic yards but at Sand equivalent California Test 217 Source least 1 per shift Aggregate gradation California Test 202 Air content California Test 504 1 per 130 cu yd but at least 1 per shift Yield California Test 518 1 per shift Slump or penetration ASTM C143 or California 1 per 2 hours of placement Test 533 Job site Density California Test 518 1 per shift Aggregate moisture California Test 223 or 1 per shift meter calibration California Test 226 Modulus of rupture California Test 524 1 per 130 cu yd but at least 1 per shift Test at the most frequent interval. bCheck calibration of the plant moisture meter by comparing moisture meter readings with California Test 223 or California Test 226 test results. Notify the Engineer at least 2 business days before any sampling and testing. Submit testing results within 15 minutes of testing completion. Record inspection, sampling, and testing on the forms accepted with the QC plan and submit them within 48 hours of completion of each day of production and within 24 hours of 7-day modulus of rupture tests. During the placement of RSC base,fabricate beams and test for the modulus of rupture: 1. At opening age 2. At 7 days after placing the first 30 cu yd 3. At least once every 130 cu yd 4. Within the final truckload Opening age tests must be performed in the presence of the Engineer. 28-3.01 D(3) Department Acceptance The Department accepts RSC base based on compliance with the requirements shown in the following table: RSC Base Requirements for Acceptance Quality characteristic I Test method Requirement Modulus of rupture minpsi at 7 da s California Test 524 600 The Engineer adjust payment for RSC base for the 7-day modulus of rupture as follows: 1. Payment for a base with a modulus of rupture of 600 psi or greater is not adjusted. 2. Payment for a base with a modulus of rupture of less than 600 and greater than or equal to 550 psi is reduced by 5 percent. 3. Payment for a base with a modulus of rupture of less than 550 and greater than or equal to 500 psi is reduced by 10 percent. 4. Payment for a base with a modulus of rupture of less than 500 psi is not adjusted and no payment is made. Remove and replace this base. Add to section 28-4.01C(1): 07-15-16 Submit a lean concrete base rapid setting QC plan. Page 27 of 183 Replace the headings and paragraphs in section 28-4.01 D with: 07-15-16 28-4.01 D Quality Assurance 28-4.01D(1) General 28-4.01D(1)(a) General For compressive strength testing, prepare 6 cylinders under California Test 540. Test cylinders must be 6 by 12 inches.As an alternative to rodding, a vibrator may be used under California Test 524. Test cylinders under California Test 521 and perform 3 tests with each test consisting of 2 cylinders. The test result is the average from the 2 cylinders. 28-4.01D(1)(b) Field Qualification Before placing lean concrete base rapid setting, you must perform field qualification testing and obtain authorization for each mix design. Retest and obtain authorization for changes to authorized mixed designs. Proposed mix designs must be field qualified before you place the base represented by those mix designs.The technician performing the field test must hold current ACI certification as a Concrete Field Testing Technician-Grade I. Notify the Engineer at least 5 days before field qualification. Perform field qualification within the job site or a location authorized. Field qualification testing includes compressive strength, air content, and penetration or slump in compliance with the table titled "Lean Concrete Base Rapid Setting Requirements." Field qualification must comply with the following: 1. Test for compressive strength at opening age and 7 days of age 2. At opening age, the compressive strength for each test must be at least 180 psi and the average strength for the 3 tests must be at least 200 psi 3. At 7 days age, the compressive strength for each test must be at least 600 psi and the average strength for the 3 tests must be at least 725 psi 28-4.01 D(2) Quality Control 28-4.01 D(2)(a) General Reserved 28-4.01 D(2)(b) Quality Control Manager Reserved 28-4.01 D(2)(c) Quality Control Testing Test the base under the test methods and at the locations and frequencies shown in the following table: LCB Rapid Setting Sampling Location and Testing Frequencies Quality characteristic Test method Sampling Minimum sampling and testing location frequency Sand equivalent ASTM D2419 1 per 500 cu yd, minimum 1 per day Aggregate gradation ASTM C136 Source of production Air content ASTM C231 Penetration ASTM C360 Slumps ASTM C143 Job site 1 per 4 hours of placement work, plus Compressive strength California Test 521 one in the last hour of placement work aTest either penetration or slump During placement of lean concrete base rapid setting,fabricate cylinders and test compressive strength for opening age and 7 days. Opening age tests must be performed in the presence of the Engineer. Page 28 of 183 28-4.01 D(3) Department Acceptance The Department accepts LCB rapid setting based on compliance with the requirement shown in the following table: LCB Rapid Setting Requirements for Acceptance Quality characteristic Test method Requirement Compressive strength (min, psi at 7 days) California Test 521 725 'Cylinders made under California Test 540 Replace the 2nd and 3rd paragraphs in section 28-4.03A with: 07-15-16 Concrete paving operations with equipment not supported by the base may start before opening age. Do not open pavement for traffic before opening age of the LCB rapid setting. Any other paving operations must start after the final set time of the base. The base must have a compressive strength of at least 450 psi under California Test 521 before: 1. Placing HMA 2. Placing other base material 3. Operating equipment on the base Replace Reserved in section 28-5.01C with: 07-15-16 Submit a concrete base QC plan. Replace the headings and paragraphs in section 28-5.01 D(2)with: 07-15-16 28-5.01 D(2) Quality Control 28-5.01 D(2)(a) General Reserved 28-5.01 D(2)(b) Quality Control Manager Reserved 28-5.01D(2)(c) Quality Control Testing Test the concrete base under the test methods and at the locations and frequencies shown in the following table: Page 29 of 183 Concrete Base Sampling Location and Testing Frequencies Quality characteristic Test method Sample location Minimum testing frequencya Cleanness value California Test 227 1 per 500 cubic yards but at Sand equivalent California Test 217 Source least 1 per shift Aggregate gradation California Test 202 Air content California Test 504 1 per 500 cu yd but at least 1 per shift Yield California Test 518 1 per shift Slump or penetration ASTM C143 or California 1 per 2 hours of placement Test 533 Job site Density California Test 518 1 per shift Aggregate moisture California Test 223 or 1 per shift meter calibration California Test 226 Modulus of rupture California Test 524 1 per 500 cu yd but at least 1 per shift Test at the most frequent interval. bCheck calibration of the plant moisture meter by comparing moisture meter readings with California Test 223 or California Test 226 test results. 28-5.01 D(3) Department Acceptance The Department accepts a concrete base based on compliance with the requirements shown in the following table: Concrete Base Requirements for Acceptance Quality characteristic I Test method Requirement Modulus of rupture min psi at 28 days) California Test 523 570 Acceptance for the modulus of rupture is on a lot basis. The Department provides the molds and machines for the modulus of rupture acceptance testing. Provide any material and labor the Engineer may require for the testing. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 29 TREATED PERMEABLE BASES 07-15-16 Replace the headings and paragraphs in section 29-1.01 with: 07-15-16 29-1.01 GENERAL 29-1.01A Summary Section 29-1 includes general specifications for constructing treated permeable bases. 29-1.01B Definitions Reserved 29-1.01C Submittals Submit a treated permeable base quality control plan. 29-1.01 D Quality Assurance 29-1.01D(1) General Reserved Page 30 of 183 29-1.01 D(2) Quality Control 29-1.01 D(2)(a) General Reserved 29-1.01 D(2)(b) Quality Control Plan Reserved 29-1.011)(2)(c) Qualifications Reserved 29-1.01 D(3) Department Acceptance Reserved Replace the headings and paragraphs in section 29-2.01 D with: 07-15-16 29-2.01 D Quality Assurance 29-2.011)(1) General The Engineer determines the asphalt content of the asphalt mixture under California Test 382. The bitumen ratio, pounds of asphalt per 100 lb of dry aggregate, must not vary more than 0.5 lb of asphalt above or below the quantity designated by the Engineer. Samples used to determine the bitumen ratio are obtained from trucks at the plant or from the mat behind the paver before rolling. If the sample is taken from the mat behind the paver,the bitumen ratio must not be less than the quantity designated by the Engineer, less 0.7 lb of asphalt per 100 lb of dry aggregate. 29-2.01 D(2) Quality Control 29-2.01 D(2)(a) General Reserved 29-2.01 D(2)(b) Quality Control Testing ATPB quality control must include testing the quality characteristics at the frequencies shown in the following table: QC Testing Frequencies Quality characteristic Test method Sampling location Minimum frequency Gradation California Test Stockpiles or plant 1 for every 4 hours of 202 production but at least one Per day of placement Cleanness value California Test Stockpiles or plant 1 for every 4 hours of 227 production but at least one per day Percentage of crushed California Test Stockpiles or plant 1 test before production and particles 205 one every 5,000 cu yd thereafter Los Angeles rattler loss at California Test Stockpiles or plant 1 test before production and 500 rev 211 one every 5,000 cu yd thereafter Film stripping California Test Plant 1 test before production and 302 one every 5000 cu yd thereafter Asphalt content of the California Test Plant,transportation 1 for every 4 hours of asphalt mixture 382 units,windrows, or production but at least one roadway per day Page 31 of 183 29-2.01 D(3) Department Acceptance The Department accepts ATPB based on aggregate gradation, cleanness value, percent of crushed particles, Los Angeles rattler,film stripping and asphalt content requirements specified in section 29-2.02 and section 29-2.01 D(1). The Engineer takes samples for aggregate gradation, cleanness value, percent of crushed particles, Los Angeles rattler, and film stripping from the plant. The Engineer takes samples for asphalt content of the asphalt mixture from any of the following locations: 1. Plant 2. Truck 3. Windrow 4. Roadbed Replace the headings and paragraphs in section 29-3.01 with: 07-15-16 29-3.01 GENERAL 29-3.01A Summary Section 29-3 includes specifications for constructing cement treated permeable bases. 29-3.01 B Definitions Reserved 29-3.01C Submittals Reserved 29-3.01 D Quality Assurance 29-3.01D(1) General Reserved 29-3.01 D(2) Quality Control 29-3.01 D(2)(a) General Reserved 29-3.01 D(2)(b) Quality Control Testing CTPB quality control must include testing the quality characteristics at the frequencies shown in the following table: QC Testing Frequencies Quality characteristic Test method Sampling location Minimum frequency Gradation California Test Stockpiles or plant 1 for every 4 hours of 202 production but at least one per daV of placement Cleanness value California Test Stockpiles or plant 1 for every 4 hours of 227 production but at least one per day Los Angeles rattler California Test Stockpiles or plant 1 test before production and loss at 500 rev 211 one every 5,000 cu yd thereafter Soundness California Test Stockpiles or plant 1 test before production and 214 one every 5,000 cu yd thereafter Page 32 of 183 29-3.01 D(3) Department Acceptance The Department accepts CTPB based on aggregate gradation, cleanness value, Los Angeles rattler and soundness requirements in section 29-3.02. The Engineer takes samples for aggregate gradation, cleanness value, Los Angeles rattler and soundness from the plant. Add to section 29-3.02A: 07-15-16 Water must comply with section 90-1.02D. Replace 3rd in the 2nd paragraph in section 29-3.03 with: 07-15-16 4th nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 30 RECLAIMED PAVEMENT 07-15-16 Replace section 30-1.01C(2)(c)in the 1st paragraph of section 30-3.01C(2)(c)with: 07-15-16 section 30-1.01 C(3)(c) Page 33 of 183 Replace the table in section 30-3.02A with: 07-15-16 FDR—Foamed Asphalt Quality Characteristic Requirements Quality characteristic Test method Requirement Moisture content before HMA paving California Test 226 < 50% of OMC Asphalt binder expansion ratio 10 (min, %) Note a Asphalt binder half-life 12 (seconds,min) Gradation(%, passing) Sieve Size: 3 inch California Test 202 100 2 inch 95-100 1-1/2 inch 85-100 Moisture content Maximum California Test 226 OMC Minimum OMC-2% In-place wet density California Test 216 Report only Ib/cu ft Relative compaction California Test 231 98 (min, %) Indirect dry tensile strength (psi)b California Test 371 90%of mix design value Indirect wet tensile strength (psi)b California Test 371 90%of mix design value Tensile strength ratio California Test 371 90%of mix design value (%) Test at the foaming temperature and percentage of foaming water by dry weight of FDR—foamed asphalt material designated in the mix design.To test asphalt binder expansion ratio and half-life, use a pail of known volume and a dipstick calibrated for the pail. From the inspection nozzle on the asphalt binder spray bar, inject foamed asphalt into the pail without exceeding the pail's capacity. With the dipstick, immediately measure and record the level of foamed asphalt in the pail. Record the half-life in seconds from the time the injection of foamed asphalt in the pail is turned off to half the dip stick reading after peak. Calculate the expansion ratio as the volume of the foamed asphalt upon injection divided by the volume of the unfoamed asphalt binder. bFrom material passing the 1-inch sieve, compact 6 specimens under California Test 304, Part 2. Cure the specimens at 100 °F for 72 hours and allow the specimens to cool to room temperature. Test 3 specimens for dry tensile strength under California Test 371. Test 3 specimens for wet tensile strength under California Test 371 after moisture conditioning. Replace section 30-4.01D(3) in the 2nd paragraph of section 30-4.01D(1)with: 07-15-16 section 30-4.01 D(4) Replace section 30-4.01D(1)(a) in the table in section 30-4.02Awith: 07-15-16 section 30-4.01 D(2) AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA Page 34 of 183 DIVISION V SURFACINGS AND PAVEMENTS 37 BITUMINOUS SEALS 07-15-16 Replace section 37 with: 07-15-16 37 SEAL COATS 37-1 GENERAL 37-1.01 GENERAL 37-1.01A Summary Section 37-1 includes general specifications for applying seal coats. 37-1.0113 Definitions Reserved 37-1.01C Submittals At least 10 days before the preconstruction meeting submit a list of participants in the preconstruction meeting. Provide each participant's name, employer,title, and role in the production and placement of the seal coats. At least 10 days before starting seal coat activities, submit the names of the authorized laboratories for quality control testing. For each delivery of asphalt binder or asphaltic emulsion to the job site, submit a certificate of compliance and a copy of the specified test results. For a seal coat that uses crumb rubber modifier, submit a Crumb Rubber Usage Report form monthly and at the end of project. 37-1.01 D Quality Assurance 37-1.0113(1) General For aggregate testing, quality control laboratories must be in compliance with the Department's Independent Assurance Program to be an authorized laboratory. Quality control personnel must be qualified under the Department's Independent Assurance Program. For emulsion testing, quality control laboratories must participate in the AASHTO Material's Reference Laboratory proficiency sample program. 37-1.01D(2) Preconstruction Meeting Hold a preconstruction meeting within 5 days before start of seal coat work at a mutually agreed time and place with the Engineer and your: 1. Project superintendent 2. Project foreman 3. Traffic control foreman Make arrangements for the conference facility. Preconstruction meeting participants must sign an attendance sheet provided by the Engineer. Be prepared to discuss: 1. Quality control testing 2. Acceptance testing 3. Seal coat placement 4. Proposed application rates for asphaltic emulsion or asphalt binder and aggregate. 5. Training on placement methods 6. Checklist of items for proper placement 7. Unique issues specific to the project, including: 7.1. Weather 7.2. Alignment and geometrics 7.3. Traffic control requirements Page 35 of 183 7.4. Haul distances 7.5. Presence and absence of shaded areas 7.6. Any other local conditions 8. Contingency plan for material deliveries, equipment breakdowns, and traffic handling 9. Who in the field has authority to adjust application rates and how adjustments will be documented 10. Schedule of sweepings 37-1.02 MATERIALS Not Used 37-1.03 CONSTRUCTION 37-1.03A General If seal coat activities affect access to public parking, residential property, or commercial property, post signs at 100-foot intervals on the affected streets. Signs must display No Parking— Tow Away. Signs must state the dates and hours parking or access will be restricted. Notify residents, businesses, and local agencies at least 24 hours before starting activities.The notice must: 1. Describe the work to be performed 2. Detail streets and limits of activities 3. Indicate dates and work hours 4. Be authorized Asphaltic emulsion or asphalt binder for seal coats may be reheated if necessary. After loading the asphaltic emulsion or asphalt binder into a truck for transport to the job site, do not heat asphaltic emulsion above 160 degrees F and asphalt rubber binder above 425 degrees F. During reheating, circulate or agitate the asphaltic emulsion or asphalt binder to prevent localized overheating. Except for fog seals, apply quick setting Grade 1 asphaltic emulsions at a temperature from 75 to 130 degrees F and apply quick setting Grade 2 asphaltic emulsions at a temperature from 110 to 185 degrees F. You determine the application rates for asphaltic emulsion or asphalt binder and aggregate and the Engineer authorizes the application rates. 37-1.0313 Equipment A self-propelled distributor truck for applying asphaltic emulsion or asphalt binder must be equipped with: 1. Pressure-type system with insulated tanks with circulating unit 2. Spray bars: 2.1. With minimum length of 9 feet and full-circulating type 2.2. With full-circulating-type extensions if needed to cover a greater width 2.3. Adjustable to allow positioning at various heights above the surface to be treated 2.4. Operated by levers such that 1 or all valves may be quickly opened or closed in one operation 3. Devices and charts to provide for accurate and rapid determination and control of asphaltic emulsion or asphalt binder quantities being applied. Include an auxiliary wheel type meter that registers: 3.1. Speed in ft/min 3.2. Trip by count 3.3. Total distance in feet 4. Distribution system: 4.1. Capable of producing a uniform application of asphaltic emulsion or asphalt binder in controlled quantities ranging from 0.02 to 1 gal/sq yd of surface and at a pressure ranging from 25 to 75 psi 4.2. Pumps that spray asphaltic emulsion or asphalt binder within 0.02 gal/sq yd of the set rate 4.3. With a hose and nozzle for application of asphaltic emulsion to areas inaccessible to the spray bar 4.4. With pressure gauges and a thermometer for determining temperatures of the asphaltic emulsion or asphalt binder Page 36 of 183 You may use cab-controlled valves for the application of asphaltic emulsion or asphalt binder. The valves controlling the flow from nozzles must act positively to provide a uniform unbroken application of asphaltic emulsion or asphalt binder. Maintain distributor and storage tanks at all times to prevent dripping. 37-1.04 PAYMENT Not Used 37-2 CHIP SEALS 37-2.01 GENERAL 37-2.01A General 37-2.01A(1) Summary Section 37-2.01 includes general specifications for applying chip seals. 37-2.01A(2) Definitions Reserved 37-2.01A(3) Submittals At least 15 days before starting placement of chip seal, submit: 1. Samples for: 1.1. Asphaltic emulsion chip seal,two 1-quart wide mouth plastic containers with screw top lid of asphaltic emulsion 1.2. Polymer modified asphaltic emulsion chip seal,two 1-quart wide mouth plastic containers with screw top lid of polymer modified asphaltic emulsion 1.3. Asphalt rubber binder chip seal,two 1-quart cans of base asphalt binder 1.4. Asphalt rubber binder chip seal,five 1-quart cans of asphalt rubber binder 2. Asphaltic emulsion, polymer modified asphaltic emulsion, asphalt binder or asphalt rubber binder data as follows: 2.1. Supplier and Type/Grade of asphaltic emulsion or asphalt binder 2.2. Type of modifier used including polymer or crumb rubber or both 2.3. Percent of crumb rubber, if used as modifier 2.4. Copy of the specified test results for asphaltic emulsion or asphalt binder 3. 50 lb of uncoated aggregate 4. Aggregate test results for the following: 4.1. Gradation 4.2. Los Angeles Rattler 4.3. Percent of crushed particles 4.4. Flat and elongated particles 4.5. Film stripping 4.6. Cleanness value 4.7. Durability 5. Vialit test results Submit quality control test results for the quality characteristics within the reporting times allowance after sampling shown in the following table: Quality Control Test Result Reporting Quality characteristic Maximum reporting time allowance Los Angeles Rattler loss max % 48 hours Percent of crushed particles min, % 48 hours Flat and elongated particles max by weight at 3:1, % 48 hours Film stripping max, % 48 hours Durability min 48 hours Gradation(percentage passing) 24 hours Cleanness value min 24 hours Asphaltic emulsion spread rate al/sq d 24 hours Page 37 of 183 Within 3 days after taking asphaltic emulsion or asphalt binder quality control samples, submit the authorized laboratory's test results. 37-2.01A(4) Quality Assurance 37-2.01A(4)(a) General Reserved 37-2.01A(4)(b) Quality Control 37-2.01A(4)(b)(i) General Reserved 37-2.01A(4)(b)(ii) Aggregate All tests must be performed on uncoated aggregate except for film stripping which must be performed on precoated aggregate. For aggregate, the authorized laboratory must perform sampling and testing at the specified frequency and location for the following quality characteristics: Aggregate Quality Control Requirements Quality characteristic Test method Minimum Location of sampling sampling and testing frequency Los Angeles Rattler loss (max, %) California Test 1 st day of See California At 100 revolutions 211 production Test 125 At 500 revolutions Percent of crushed particles Coarse aggregate(min, %) One-fractured face 1 st day of See California Two-fractured faces AASHTO T 335 production Test 125 Fine aggregate(min, %) (Passing No. 4 sieve and retained on No. 8 sieve) One fractured face Flat and elongated particles(max by weight at ASTM D4791 1 st day of See California 3:1, % production Test 125 Film stripping (max, %) California Test 1 st day of See California 302 production Test 125 Durability(min) California Test 1 st day of See California 229 production Test 125 Gradation (% passing) California Test 2 per day See California 202 Test 125 Cleanness value(min) California Test 2 per day See California 227 Test 125 37-2.01A(4)(b)(iii) Chip Seals For a chip seal,the authorized laboratory must perform sampling and testing at the specified frequency and location for the following quality characteristics: Chip Seal Quality Control Requirements Quality characteristic Test method Minimum sampling Location of and testing frequency sampling Asphaltic emulsion binder spread rate California 1 per day per Pavement surface al/s d Test339 distributor truck 37-2.01A(4)(c) Department Acceptance Department Acceptance shall not apply to identified areas where the existing surfacing before application of chip seal, contains defective areas as determined by the Engineer and Contractor.At least 7 days Page 38 of 183 before starting placement of the chip seal, the Contractor shall submit a written list of existing defective areas, identifying the lane direction, lane number, starting and ending highway post mile locations, and defect type. The Engineer must agree on which of the identified areas are defective. Defective areas are defined as one of the following: 1. Areas with wheel path rutting in excess of 3/8 inch when measured by placing a straightedge 12 feet long on the finished surface perpendicular to the center line and measuring the vertical distance between the finished surface and the lower edge of the straightedge 2. Areas exhibiting flushing For a chip seal, acceptance is based on visual inspection for the following: 1. Uniform surface texture 2. Raveling, which consists of the separation of the aggregate from the asphaltic emulsion or asphalt binder 3. Flushing, which consists of the occurrence of a film of asphaltic material on the surface of the chip seal. 4. Streaking,which consists of alternating longitudinal bands of asphaltic emulsion or asphalt binder without uniform aggregate retention, approximately parallel with the lane line. Areas of raveling,flushing or streaking that are greater than 0.5 sq ft shall be considered defective and must be repaired. Raveling and streaking must be repaired by placing an additional layer of chip seal over the defective area. For asphaltic emulsion or asphalt binder, acceptance is based on the Department's sampling and testing for compliance with the requirements for the quality characteristics specified. For aggregate, acceptance is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Chip Seal Aggregate Acceptance Criteria Quality characteristic Test method Requirements Los Angeles Rattler loss (max, %) At 100 revolutions California Test 211 10 At 500 revolutions 40 Percent of crushed particles: AASHTO T 335 Coarse aggregate(min, %) One-fractured face 95 Two-fractured faces 90 Fine aggregate(min, %) (Passing No. 4 sieve and retained on No. 8 sieve) One fractured face 70 Flat and elongated particles (max by weight at 3:1, %) ASTM D4791 10 Film stripping (max, %) California Test 302 25 Durability(min) California Test 229 52 Gradation (% passing by weight) California Test 202 Aggregate Gradation table shown under Materials for the chip seal ty e specified. Cleanness value min California Test 227 80 If test results for the aggregate gradation do not comply with specifications, you may remove the chip seal represented by these tests or request that it remain in place with a payment deduction.The deduction is $1.75 per ton for the aggregate represented by the test results. Page 39 of 183 If test results for aggregate cleanness value do not comply with the specifications, you may remove the chip seal represented by these tests or you may request that the chip seal remain in place with a pay deduction corresponding to the cleanness value shown in the following table: Chip Seal Cleanness Value Deductions Cleanness value Deduction 80 or over None 79 $2.00/ton 77-78 $4.00/ton 75-76 $6.00/ton If the aggregate cleanness value is less than 75, remove the chip seal. 37-2.01 B Materials 37-2.01B(1) General Reserved 37-2.01B(2) Asphaltic Emulsions and Asphalt Binders Reserved 37-2.01 B(3) Aggregate 37-2.01 B(3)(a) General Aggregate must be broken stone, crushed gravel, or both. Aggregate must comply with the requirements shown in the following table: Chip Seal Aggregate Requirements Quality characteristic Test method Requirements Los Angeles Rattler loss (max, %) At 100 revolutions California Test 211 10 At 500 revolutions 40 Percent of crushed particles AASHTO T 335 Coarse aggregate(min, %) One-fractured face 95 Two-fractured faces 90 Fine aggregate(min, %) (Passing No. 4 sieve and retained on No. 8 sieve) One fractured face 70 Flat and elongated particles (max by weight at 3:1, %) ASTM D4791 10 Film stripping (max, %) California Test 302 25 Durability(min) California Test 229 52 Gradation (% passing by weight) California Test 202 Aggregate Gradation table shown under Materials for the chip seal type specified. Cleanness value(min) California Test 227 80 The authorized laboratory must conduct the Vialit test using the proposed asphaltic emulsion or asphalt binder and aggregate for compliance with the requirements shown in the following table: Page 40 of 183 Chip Retention Requirements Quality characteristic Test method Requirement Chip retention (%) Vialit test method for aggregate in chip seals, French chip(Modified)a 95 The asphaltic emulsion or asphalt binder must be within the field placement temperature range and application rate during specimen preparation. For asphalt binder cure the specimen for first 2 hours at 100 'F. 37-2.01 B(3)(b) Precoated Aggregate Precoating of aggregate must be performed at a central mixing plant. The plant must be authorized under the Department's MPQP. When precoating aggregate, do not recombine fine materials collected in dust control systems. Precoated aggregate must be preheated from 260 to 325 degrees F. Coat with any of the asphalts specified in the table titled "Performance Graded Asphalt Binder" in section 92.The asphalt must be from 0.5 to 1.0 percent by weight of dry aggregate. You determine the exact asphalt rate for precoating of aggregate. Do not stockpile precoated aggregate. 37-2.01 C Construction 37-2.01C(1) General For chip seals on 2-lane, 2-way roadways, place a W8-7(LOOSE GRAVEL)sign and a W 13-1 (35)plaque at 2,000-foot maximum intervals along each side of the traveled way where aggregate is spread on a traffic lane and at public roads or streets entering the chip seal area. Place the 1st W8-7 sign in each direction where traffic first encounters the loose aggregate, regardless of which lane the aggregate is spread on. A W13-1 (35) plaque is not required where the posted speed limit is less than 40 mph. For chip seals on freeways, expressways, and multilane conventional highways, place a W8-7, (LOOSE GRAVEL)sign and a W 13-1 (35)plaque at 2,000-foot maximum intervals along the outside edge of the traveled way nearest to the lane worked on, at on ramps, and at public roads or streets entering the chip seal area. Place the 1 st W8-7 sign where the aggregate starts with respect to the direction of travel on that lane. A W 13-1 (35) plaque is not required where the posted speed limit is less than 40 mph. Pilot cars must have cellular or radio contact with other pilot cars and personnel in the work zone. The maximum speed of the pilot cars convoying or controlling traffic through the traffic control zone must be 15 mph on 2-lane,two-way highways and 25 mph on multilane divided and undivided highways. Pilot cars must only use traffic lanes open to traffic. On the days that closures are not allowed, you may use a moving closure to maintain the seal coat surface.The moving closure is only allowed during daylight hours when traffic will be the least inconvenienced and delayed.The Engineer determines the hours for the moving closure. Maintain signs in place at each location until the final sweeping of the chip seal surface for that location is complete. Signs may be set on temporary portable supports with the W 13-1 sign below the W8-7 sign or on barricades with the W13-1 sign alternating with the W8-7 sign. Schedule chip seal activities so that the chip seals are placed on both lanes of the traveled way each work shift. If traffic is routed over a surface where a chip seal application is intended, the chip seal must not be applied to more than half the width of the traveled way at a time, and the remaining width must be kept free of obstructions and open to traffic until the previously applied width is ready for traffic use. Wherever maintenance sweeping of the chip seal surface is complete, place permanent traffic stripes and pavement markings within 10 days. Page 41 of 183 If you fail to place the permanent traffic stripes and pavement markings within the specified time, the Department withholds 50 percent of the estimated value of the chip seal work completed that has not received permanent traffic stripes and pavement markings. 37-2.01C(2) Equipment Equipment for chip seals must include and comply with the following: 1. Aggregate haul trucks must have: 1.1. Tailgate that discharge aggregate 1.2. Device to lock onto the rear aggregate spreader hitch 1.3. Dump bed that will not push down on the spreader when fully raised 1.4. Dump bed that will not spill aggregate on the roadway when transferred to the spreader hopper 1.5. Tarpaulin to cover precoated aggregate when haul distance exceeds 30 minutes or ambient temperature is less than 65 degrees F 2. Self-propelled aggregate spreaders must have: 2.1. Aggregate hopper in the rear 2.2. Belt conveyor that carries the aggregate to the front 2.3. Spreading hopper capable of providing a uniform aggregate spread rate over the entire width of the traffic lane in 1 application. 3. Self-propelled power brooms must: 3.1. Not be steel-tined brooms on emulsion chip seals 3.2. Be capable of removing loose aggregate adjacent to barriers that prevent aggregate from being swept off the roadway, including curbs, gutters, dikes, berms, and railings 4. Pneumatic or foam filled rubber tired rollers must: 4.1. Be an oscillating type at least 4 feet wide 4.2. Be self-propelled and reversible 4.3. Have tires of equal size, diameter, type, and ply 4.4. Carry at least 3,000 Ibs of load on each wheel 4.5 Have tires with an air pressure of 100±5 psi or be foam filled 37-2.01C(3) Surface Preparation Before applying chip seals, cover manholes, valve and monument covers, grates, or other exposed facilities located within the area of application, using a plastic or oil resistant construction paper secured by tape or adhesive to the facility being covered. Reference the covered facilities with enough control points to relocate the facilities after the application of the chip seal. Immediately before applying chip seals, clean the surface to receive a chip seal by removing any extraneous material affecting adhesion of the chip seal with the existing surface and drying. Use self- propelled power brooms to clean the existing pavement. 37-2.01C(4) Placement 37-2.01 C(4)(a) General Schedule the operations so that chip seals are placed on both lanes of the traveled way each work shift. At the end of the work shift,the end of the chip seals on both lanes must generally match. 37-2.01C(4)(b) Applying Asphaltic Emulsions or Asphalt Binders Prevent spraying on existing pavement not intended for chip seals or on previously applied chip seals using a material such as building paper. Remove the material after use. Align longitudinal joints between chip seal applications with designated traffic lanes. For asphaltic emulsion or asphalt binder, overlap longitudinal joints by not more than 4 inches. You may overlap longitudinal joints up to 8 inches if authorized. For areas not accessible to a truck distributor bar apply: 1. Asphaltic emulsions by hand spraying 2. Asphalt binders with a squeegee or other authorized means Page 42 of 183 You may overlap the asphaltic emulsion or asphalt binder applications before the application of aggregate at longitudinal joints. Do not apply the asphaltic emulsion or asphalt binder unless there is sufficient aggregate at the job site to cover the asphaltic emulsion or asphalt binder. Discontinue application of asphaltic emulsion or asphalt binder early enough to comply with lane closure requirements.Apply to 1 lane at a time and cover the lane width entirely in 1 operation. 37-2.01C(4)(c) Spreading Aggregates 37-2.01C(4)(c)(i) General Prevent vehicles from driving on asphaltic emulsion or asphalt binder before spreading aggregate. Spread aggregate within 10 percent of your determined rate. Spread aggregate at a uniform rate over the full lane width in 1 application. Apply to 1 lane at a time. Sweep excess aggregate at joints before spreading adjacent aggregate. Operate the spreader at speeds slow enough to prevent aggregate from rolling over after dropping. If the spreader is not moving, aggregate must not drop. If you stop spreading and aggregate drops, remove the excess aggregate before resuming activities. 37-2.01C(4)(c)(ii) Precoated Aggregate Application During transit, cover precoated aggregate with tarpaulins if the ambient air temperature is below 65 degrees F or the haul time exceeds 30 minutes. When applied, precoated aggregate must be from 225 to 325 degrees F. 37-2.01C(4)(d) Finishing 37-2.01 C(4)(d)(i) General Remove piles, ridges, or unevenly distributed aggregate. Repair permanent ridges, bumps, streaks or depressions in the finished surface. Spread additional aggregate and roll if aggregate is picked up by rollers or vehicles. Chip seal joints between adjacent applications of a chip seal must be smooth, straight, uniform, and completely covered. A coverage is 1 roller movement over the entire width of lane. A pass is 1 roller movement parallel to the chip seal application in either direction. Overlapping passes are part of the coverage being made and are not part of a subsequent coverage. Do not start a new coverage until completing the previous coverage. Before opening to traffic, finish the chip seals in the following sequence: 1. Perform initial rolling consisting of 1 coverage with a pneumatic-tired roller 2. Perform final rolling consisting of 2 coverages with a pneumatic-tired roller 3. Sweep excess aggregate from the roadway and adjacent abutting areas 4. Apply a flush coat if specified 5. Remove covers from the facilities 37-2.01C(4)(d)(ii) Traffic Control With Pilot Car For 2-lane 2-way roadways under 1-way traffic control, upon completion of final rolling, traffic must be controlled with pilot cars and routed over the new chip seal for a period of 2 to 4 hours before opening the lane to traffic not controlled with pilot cars. For multilane roadways, when traffic is controlled with pilot cars, a maximum of 1 lane in the direction of travel must be open to traffic. Traffic must be controlled with pilot cars and be routed on the new chip seal surface of the lane for a minimum of 2 hours after completion of the initial sweeping and before opening the lane to traffic not controlled with pilot cars. Once traffic controlled with pilot cars is routed over the chip seal at a particular location, continuous control must be maintained at that location until the chip seal placement and sweeping on adjacent lanes to receive a chip seal is completed. Page 43 of 183 37-2.01C(4)(d)(iii) Sweeping Sweeping must be performed after the chip seal has set and there is no damage or dislodging of aggregate from the chip seal surface.As a minimum, sweeping is required at the following times: 1. On 2-lane 2-way roadways, from 2 to 4 hours after traffic, controlled with pilot cars, has been routed on the chip seal 2. On multilane roadways, from 2 to 4 hours after aggregate have been placed 3. In addition to previous sweeping, perform final sweeping immediately before opening any lane to public traffic, not controlled with pilot cars 37-2.01 C(4)(d)(iv) Excess Aggregate Dispose of excess aggregate. If ordered, salvaging and stockpiling of excess aggregate is change order work. 37-2.01C(4)(e) Chip Seal Maintenance Perform sweeping on the morning following the application of aggregate on any lane that has been open to traffic not controlled with pilot cars and before starting any other activities. Chip seal surfaces must be maintained for 4 consecutive days from the day aggregate is applied. Maintenance must include sweeping to maintain a surface free of loose aggregate and to prevent formation of corrugations. Sweeping must not dislodge aggregate set in asphaltic emulsion or asphalt binder. After 4 consecutive days, excess aggregate must be removed from the paved areas. 37-2.01 D Payment If there is no bid item for traffic control system, furnishing and using a pilot car is included in the various items of the work involved in applying the chip seal. The payment quantity for precoated aggregate is the weight measured after the aggregate is preheated and precoated with asphalt binder. If recorded batch weights are printed automatically,the payment quantity for aggregate is the weight determined from the printed batch weights if: 1. Total weight for the precoated aggregate per batch is printed 2. Total asphalt binder weight per batch is printed 3. Zero tolerance weight is printed before weighing the first batch and after weighing the last batch for each truckload 4. Time, date, mix number, load number, and truck identification are correlated with a load slip 5. Copy of the recorded batch weights is certified by a licensed weighmaster 37-2.02 ASPHALTIC EMULSION CHIP SEALS 37-2.02A General 37-2.02A(1) Summary Section 37-2.02 includes specifications for applying asphaltic emulsion chip seals.An asphaltic emulsion chip seal includes applying an asphaltic emulsion, followed by aggregate, and then a flush coat. A double asphaltic emulsion chip seal is the application of an asphaltic emulsion followed by aggregate, applied twice in sequence and then a flush coat. 37-2.02A(2) Definitions Reserved 37-2.02A(3) Submittals Immediately after sampling, submit two 1-quart plastic containers of asphaltic emulsion taken in the presence of the Engineer. Samples must be submitted in insulated shipping container. Page 44 of 183 37-2.02A(4) Quality Assurance 37-2.02A(4)(a) General Reserved 37-2.02A(4)(b) Quality Control 37-2.02A(4)(b)(i) General Reserved 37-2.02A(4)(b)(ii) Asphaltic Emulsions Circulate asphaltic emulsion in the distributor truck before sampling.Take samples from the distributor truck at mid load or from a sampling tap or thief. Before taking samples, draw and dispose of 1 gallon. In the presence of the Engineer,take two 1-quart samples in a plastic container with lined sealed lid for acceptance testing. For asphaltic emulsion, the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the following quality characteristics: Asphaltic Emulsion Quality characteristic Test method Minimum sampling and Sampling location testing frequency Saybolt Furol Viscosity, at 25°C (Saybolt Furol seconds) Sieve Test(%) AASHTO T 59 Minimum 1 per day per Distributor truck deliver Storage stability, 1 day(%) delivery truck Residue by distillation (%) Particle chargea Tests on Residue from Distillation Test: Penetration, 25°C AASHTO T 49 Ductility AASHTO T 51 Minimum 1 per day per Distributor truck Solubility in trichloroethylene AASHTO T 44 delivery truck alf the result of the particle charge is inconclusive,the asphaltic emulsion must be tested for pH under ASTM E70. Grade QS1 h asphaltic emulsion must have a minimum pH of 7.3. Grade CQS1 h asphaltic emulsion must have a maximum pH of 6.7. 37-2.02A(4)(c) Department Acceptance Aggregate acceptance is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Aggregate Gradation Acceptance Criteria Quality characteristic Test method Requirement Gradation (% passing by weight) 3/8" 5/16" 1/4" Sieve size: 3/4" -- -- -- 1/2" 100 -- -- 3/8" 85-100 100 100 No.4 California Test 202 0-15 0-50 60-85 No. 8 0-5 0-15 0-25 No. 16 -- 0-5 0-5 No. 30 -- 0-3 0-3 No. 200 0-2 0-2 0-2 37-2.02B Materials 37-2.02B(1) General Reserved Page 45 of 183 37-2.02B(2)Asphaltic Emulsions Reserved 37-2.02B(3)Aggregate Aggregate gradation for an asphaltic emulsion chip seal must comply with the requirements shown in the following table: Asphaltic Emulsion Chip Seal Aggregate Gradation Quality characteristic Test method Requirement Gradation (% passing by weight) 3/8" 5/16" 1/4" Sieve size: 3/4" -- -- -- 1/2" 100 -- -- 3/8" California Test 85-100 100 100 No.4 202 0-15 0-50 60-85 No. 8 0-5 0-15 0-25 No. 16 -- 0-5 0-5 No. 30 -- 0-3 0-3 No. 200 0-2 0-2 0-2 37-2.02C Construction 37-2.02C(1) General Reserved 37-2.02C(2) Asphaltic Emulsions Asphaltic emulsions must be applied within the application rate ranges shown in the following table: Asphaltic Emulsion Application Rates Aggregate gradation Application rate range (gal/sq yd) 3/8" 0.30-0.45 5/16" 0.25-0.35 1/4" 0.20-0.30 For double asphaltic emulsion chip seals,the asphaltic emulsions must be applied within the application rates shown in the following table: Asphaltic Emulsion Application Rates Double chip seals Application rate range (gal/sq yd) 1 st application 0.30-0.45 2nd application 0.20-0.30 When applied,the temperature of the asphaltic emulsions must be from 130 to 180 degrees F. Apply asphaltic emulsions when the ambient air temperature is from 65 to 110 degrees F and the pavement surface temperature is at least 80 degrees F. Do not apply asphaltic emulsions when weather forecasts predict the ambient air temperature will fall below 39 degrees F within 24 hours after application. 37-2.02C(3) Spreading Aggregates Aggregate must be spread within the spread rate ranges shown in the following table: Page 46 of 183 Aggregate Spread Rates Aggregate gradation Spread rate range (lb/sq yd) 3/8" 20-30 5/16" 16-25 1/4" 12-20 For double asphaltic emulsion chip seals, aggregate must be spread within the spread rate ranges shown in the following table: Aggregate Spread Rates Double chip seal Spread rate range (lb/sq yd) 1 st application 23-30 2nd application 12-20 Remove excess aggregate on the 1st application before the 2nd application of asphaltic emulsion. You may stockpile aggregate for asphaltic emulsion chip seals if you prevent contamination.Aggregate must have a damp surface at spreading. If water visibly separates from the aggregate, do not spread. You may re-dampen aggregate in the delivery vehicle. Spread aggregate before an asphaltic emulsion sets or breaks. Do not spread aggregate more than 2,500 feet ahead of the completed initial rolling. 37-2.02D Payment Not Used 37-2.03 POLYMER MODIFIED ASPHALTIC EMULSION CHIP SEALS 37-2.03A General 37-2.03A(1) Summary Section 37-2.03 includes specifications for applying polymer modified asphaltic emulsion chip seals. A polymer modified asphaltic emulsion chip seal includes applying a polymer modified asphaltic emulsion, followed by aggregate, and then a flush coat. A double polymer modified asphaltic emulsion chip seal is the application of a polymer modified asphaltic emulsion followed by aggregate, applied twice in sequence and then a flush coat. 37-2.03A(2) Definitions Reserved 37-2.03A(3) Submittals Immediately after sampling, submit two 1-quart cans of polymer modified asphaltic emulsion taken in the presence of the Engineer. A sample must be submitted in an insulated shipping container. 37-2.03A(4) Quality Assurance 37-2.03A(4)(a) General Reserved 37-2.03A(4)(b) Quality Control 37-2.03A(4)(b)(i) General Reserved 37-2.03A(4)(b)(ii) Polymer Modified Asphaltic Emulsions Circulate polymer modified asphaltic emulsions in the distributor truck before sampling. Take samples from the distributor truck at mid load or from a sampling tap or thief. Before taking samples, draw and dispose of 1 gallon. In the presence of the Engineer, take two 1-quart samples for acceptance testing. Page 47 of 183 For polymer modified asphaltic emulsions,the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the following quality characteristics: Polymer Modified Asphaltic Emulsion Minimum Quality characteristic Test method sampling and testing Sampling frequency location Saybolt Furol Viscosity, at 50 °C (Saybolt Furol seconds Settlement, 5 days max, Storage stability test, 1 day max, % AASHTO T 59 Minimum 1 Distributor Sieve test max, % per day per Demulsibilit min, % delivery truck truck Particle charge Ash content max, % ASTM D3723 Residue by evaporation min, % California Test 331 Tests on residue from evaporation test: Penetration, 25°C AASHTO T 49 Penetration, 4 °C, 200g for 60 seconds AASHTO T 49 Minimum 1 Distributor Ductility, 25 °C min, mm AASHTO T 51 per day per truck Torsional recover min, % California Test 332 delivery truck Ring and Ball Softening Point min, °F) AASHTO T 53 37-2.03A(4)(c) Department Acceptance Aggregate acceptance is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Aggregate Gradation Acceptance Criteria Quality characteristic Test method Requirement Gradation (% passing by weight) 3/8" 5/16" 1/4" Sieve size: 3/4" -- -- -- 1/2" 100 -- -- 3/8" California Test 85-100 100 100 No.4 202 0-15 0-50 60-85 No. 8 0-5 0-15 0-25 No. 16 -- 0-5 0-5 No. 30 -- 0-3 0-3 No. 200 0-2 0-2 0-2 37-2.03B Materials 37-2.03B(1) General Reserved 37-2.03B(2) Polymer Modified Asphaltic Emulsions A polymer modified asphaltic emulsion must include elastomeric polymer. A polymer modified asphaltic emulsion must be Grade PMRS2, PMRS2h, PMCRS2, or PMCRS2h. Polymer content in percent by weight does not apply. A polymer modified asphaltic emulsion must comply with section 94 and the quality characteristic requirements in the following table: Page 48 of 183 Polymeric Asphaltic Emulsion Quality characteristic Test method Requirement Penetration 4 °C 200q for 60 seconds min AASHTO T 49 6 Ring and Ball Softening Point(min, °F) AASHTO T 53 135 37-2.03B(3) Aggregate The aggregate gradation for a polymer modified asphaltic emulsion chip seal must comply with the requirements shown in the following table: Asphaltic Emulsion Chip Seal Aggregate Gradation Quality characteristic Test method Requirement Gradation (% passing by weight) 3/8" 5/16" 1/4" Sieve Size 3/4" -- -- -- 1/2" 100 -- -- California Test 3/8" 85-100 100 100 No.4 202 0-15 0-50 60-85 No. 8 0-5 0-15 0-25 No. 16 -- 0-5 0-5 No. 30 -- 0-3 0-3 No. 200 0-2 0-2 0-2 37-2.03C Construction Polymer modified asphaltic emulsions must be applied within the application rate ranges shown in the following table: Polymer Modified Asphaltic Emulsion Application Rates Aggregate gradation Application rate range (gal/sq yd) 3/8" 0.30-0.45 5/16" 0.25-0.35 1/4" 0.20-0.30 For double polymer modified asphaltic emulsion chip seals, polymer modified asphaltic emulsions must be applied within the application rates shown in the following table: Polymer Modified Asphaltic Emulsion Application Rates Double application Application rate range (gal/sq yd) 1 st application 0.30-0.45 2nd application 0.20-0.30 Apply polymer modified asphaltic emulsions when the ambient air temperature is from 60 to 105 degrees F and the pavement surface temperature is at least 80 degrees F. Do not apply polymer modified asphaltic emulsions when weather forecasts predict the ambient air temperature will fall below 39 degrees F within 24 hours after application. Aggregate must be spread within the spread rate ranges shown in the following table: Page 49 of 183 Aggregate Spread Rates Chip seal type Spread rate range (lb/sq yd) 3/8" 20-30 5/16" 16-25 1/4" 12-20 For double chip seals, aggregate must be spread within spread rate ranges shown in the following table: Aggregate Spread Rates Double application Spread rate range (lb/sq yd) 1 st application 23-30 2nd application 12-20 Remove excess aggregate on the 1st application before the 2nd application of asphaltic emulsion. You may stockpile aggregate for the polymer modified asphaltic emulsion chip seals if you prevent contamination. Aggregate must have damp surfaces at spreading. If water visibly separates from the aggregate, do not spread.You may redampen aggregate in the delivery vehicle. Spread aggregate before the polymer modified asphaltic emulsion sets or breaks. Do not spread aggregate more than 2,500 feet ahead of the completed initial rolling. 37-2.03D Payment Not Used 37-2.04 ASPHALT RUBBER BINDER CHIP SEALS 37-2.04A General 37-2.04A(1) Summary Section 37-2.04 includes specifications for applying asphalt rubber binder chip seals. An asphalt rubber binder chip seal consists of applying asphalt rubber binder followed by heated aggregate precoated with asphalt binder followed by a flush coat. 37-2.04A(2) Definitions crumb rubber modifier: Combination of ground or granulated high natural scrap tire crumb rubber and scrap tire crumb rubber derived from waste tires described in Pub Res Code§42703. descending viscosity reading: Subsequent viscosity reading at least 5 percent lower than the previous viscosity reading. high natural scrap tire crumb rubber: Material containing 40 to 48 percent natural rubber. scrap tire crumb rubber: Any combination of vehicle tires or tire buffing. 37-2.04A(3) Submittals At least 5 business days before use, submit the permit issued by the local air district for asphalt rubber binder field blending equipment and application equipment. If an air quality permit is not required by the local air district for producing asphalt rubber binder, submit verification from the local air district that an air quality permit is not required. For each delivery of asphalt rubber binder ingredients to the job site, submit a certificate of compliance with a copy of the specified test results. Submit a certified volume or weight slip for each delivery of asphalt rubber binder ingredients and asphalt rubber binder. Submit a SDS for each asphalt rubber binder ingredient and the asphalt rubber binder. Page 50 of 183 At least 15 days before use, submit: 1. Samples of each asphalt rubber binder ingredient: 1.1. 2 Ibs of scrap tire crumb rubber 1.2. 2 Ibs of high natural scrap tire crumb rubber 1.3. Two 1-quart cans of base asphalt binder 1.4. Two 1-quart cans of asphalt modifier 2. Asphalt rubber binder formulation and data as follows: 2.1. For asphalt modifier, include: 2.1.1. Source of asphalt modifier 2.1.2. Type of asphalt modifier 2.1.3. Percentage of asphalt modifier by weight of asphalt binder 2.1.4. Percentage of combined asphalt binder and asphalt modifier by weight of asphalt rubber binder 2.1.5. Test results for the specified quality characteristics 2.2. For crumb rubber modifier, include: 2.2.1. Each source and type of scrap tire crumb rubber and high natural scrap tire crumb rubber 2.2.2. Percentage of scrap tire crumb rubber and high natural scrap tire crumb rubber by total weight of asphalt rubber binder 2.2.3. Test results for the specified quality characteristics 2.3. For asphalt rubber binder, include minimum reaction time and temperature Immediately after sampling, submit five 1-quart cans of asphalt rubber binder taken in the presence of the Engineer. Sample must be submitted in insulated shipping containers. Submit notification 15 minutes before each viscosity test or submit a schedule of testing times. Submit the log of asphalt rubber binder descending viscosity test results within 1 business day after sampling. Submit asphalt rubber binder quality control viscosity test results within 1 business day after sampling. 37-2.04A(4) Quality Assurance 37-2.04A(4)(a) General The equipment used in producing asphalt rubber binder and the equipment used in spreading asphalt rubber binder must be permitted for use or exempted by the local air district. 37-2.04A(4)(b) Quality Control 37-2.04A(4)(b)(i) General Reserved 37-2.04A(4)(b)(ii) Asphalt Modifiers For asphalt modifiers, the authorized laboratory must perform quality control sampling and testing at the specified frequency for the following quality characteristics: Asphalt Modifier for Asphalt Rubber Binder Quality characteristic Test method Frequency Viscosity ASTM D445 1 per shipment Flash point ASTM D92 Molecular Analysis: Asphaltenes ASTM D2007 1 per shipment Aromatics ASTM D2007 37-2.04A(4)(b)(iii) Crumb Rubber Modifiers Sample and test scrap tire crumb rubber and high natural scrap tire crumb rubber separately. Perform quality control sampling and testing at the specified frequency for the following quality characteristics: Page 51 of 183 Crumb Rubber Modifier Quality characteristic Test method Frequency Scrap tire crumb rubber gradation California Test 385 1 per 10,000 High natural scrap tire crumb rubber gradation California Test 385 1 per 3,400 lb Wire in CRM California Test 385 Fabric in CRM California Test 385 CRM particle length 1 per 10,000 lb CRM specific gravity California Test 208 Natural rubber content in high natural scrap tire crumb ASTM D297 1 per 3,400 lb rubber 37-2.04A(4)(b)(iv) Asphalt Rubber Binders For asphalt rubber binders, the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the following quality characteristics: Asphalt Rubber Binder Quality Control Requirements Quality characteristic Test method Sampling location Frequency Descending viscositya at 375°F (Pa-s ASTM D7741 Reaction vessel 1 per lot" x10 Viscosity at 375'F (Pa-s x 10 ) ASTM D7741 Distribution truck 15 minutes before use per lot Cone penetration at 25'C (0.10 mm) ASTM D217 Resilience at 25 °C(% rebound) ASTM D5329 Distribution truck 1 per loth Softening point('C) ASTM D36 aStart taking viscosity readings at least 45 minutes after adding crumb rubber modifier and continue taking viscosity readings every 30 minutes until 2 consecutive descending viscosity readings have been obtained and the final viscosity complies with the specification requirement. bA lot is defined in the MPQP. Retain samples from each lot.Test samples for cone penetration, resilience, and softening point for the first 3 lots and if all 3 lots pass, the testing frequency may be reduced to once for every 3 lots. If QC test results indicate that the asphalt rubber binder does not comply with the specifications,take corrective action and notify the Engineer. 37-2.04A(4)(c) Department Acceptance 37-2.04A(4)(c)(i) General Reserved 37-2.04A(4)(c)(ii) Asphalt Modifiers The Department accepts asphalt modifier based on compliance with the requirements shown in the following table: Asphalt Modifier for Asphalt Rubber Binder Quality characteristic Test method Requirement Viscosity at 100 'C (m /s x 10 ) ASTM D445 X ±3a Flash point(min, °C) ASTM D92 207 Molecular Analysis: Asphaltenes(max, % by mass) ASTM D2007 0.1 Aromatics(min, % by mass) ASTM D2007 55 'The symbol "X" is the asphalt modifier viscosity. 37-2.04A(4)(c)(iii) Crumb Rubber Modifiers Scrap tire CRM and high natural CRM are sampled and tested separately. Page 52 of 183 The Department accepts scrap tire CRM and high natural CRM based on compliance with the requirements shown in the following table: Crumb Rubber Modifier for Asphalt Rubber Binder Quality characteristic Test method Requirement Wire in CRM max % California Test 385 0.01 Fabric in CRM max, % California Test 385 0.05 CRM particle length max, in -- 3/16 CRM specific gravity California Test 208 1.1-1.2 Natural rubber content in high natural CRM % ASTM D297 40.0-48.0 The Department accepts CRM gradation based on the requirements shown in the following table: Crumb Rubber Modifier Gradation Requirements Quality characteristic Test Requirement method Gradation (% passing by weight) Scrap tire crumb rubber High natural scrap tire Sieve size: crumb rubber Operating Contract Operating Contract range compliance range compliance No. 110 California 95-0 0 100 90-100 100 100 No. 16 Test 385 35-85 32-88 92-100 85-100 No. 30 2-25 1-30 25-95 20-98 No. 50 0-10 0-15 6-35 2-40 No. 100 0-5 0-10 0-7 0-10 No. 200 0-2 0-5 0-3 0-5 If a test result for CRM gradation does not comply with the specifications, the Department deducts the corresponding amount for each gradation test as shown in the following table: Material Gradation test resulta Deduction Scrap tire crumb rubber Operating range <TR<Contract compliance $250 Scrap tire crumb rubber TR>Contract compliance $1,100 High natural scrap tire crumb rubber Operating range <TR<Contract compliance $250 High natural scrap tire crumb rubber TR>Contract compliance $600 aTest Result=TR Each gradation test for scrap tire crumb rubber represents 10,000 lb or the quantity used in that day's production, whichever is less. Each gradation test for high natural scrap tire crumb rubber represents 3,400 lb or the quantity used in that day's production, whichever is less. 37-2.04A(4)(c)(iv) Asphalt Rubber Binders For Department acceptance testing,take a sample of asphalt rubber binder in the Engineer's presence every 5 lots or once a day, whichever is greater. Each sample must be in five 1-quart cans with an open top and friction lid. For an asphalt rubber binder, acceptance is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Page 53 of 183 Asphalt Rubber Binder Quality characteristic Test method Requirement Cone enetration at 25°C 0.10 mm ASTM D217 25-60 Resilience at 25°C % rebound ASTM D5329 18-50 Softeninq point(°C) ASTM D36 55-88 Viscosity at 375 °F Pa•s x 10-3 a ASTM D7741 1 500-2 500 aPrepare sample for viscosity test under California Test 388. 37-2.04A(4)(c)(v) Precoated Aggregate The Department accepts precoated aggregate based on compliance with the requirements shown in the following table: Precoated Aggregate Gradation Acceptance Criteria Quality Characteristic Test method Requirement 1/2"gradation (% passing by weight) California Test 202 Sieve size: 3/4" 100 1/2" 85-90 3/8" 0-30 No.4 0-5 No. 8 -- No. 200 0-1 3/8"gradation (% passing by weight) California Test 202 Sieve size: 3/4" 100 1/2" 95-100 3/8" 70-85 No.4 0-15 No. 8 0-5 No. 200 0-1 37-2.04B Materials 37-2.04B(1) General Reserved 37-2.04B(2) Asphalt Binders Asphalt binder used as the base binder for asphalt rubber binder must comply with the specifications for asphalt binder. Do not modify asphalt binder with polymer. 37-2.04B(3) Asphalt Modifiers An asphalt modifier must be a resinous, high flash point, and aromatic hydrocarbon.An asphalt modifier must comply with the requirements shown in the following table: Asphalt Modifier for Asphalt Rubber Binder Quality characteristic Test method Requirement Viscosity at 100 °C (m /s x 10 ) ASTM D445 X ±3a Flash point min, CL.O.C., °C ASTM D92 207 Molecular analysis: Asphaltenes by mass max, % ASTM D2007 0.1 Aromatics by mass (min, %) ASTM D2007 55 aXdenotes the proposed asphalt modifier viscosity from 19 to 36. A change in X requires a new asphalt rubber binder submittal. 37-2.04B(4) Crumb Rubber Modifiers The CRM to be used must be on the Authorized Materials List for crumb rubber modifier. Page 54 of 183 The CRM must be ground or granulated at ambient temperature. Scrap tire crumb rubber and high natural scrap tire crumb rubber must be delivered to the asphalt rubber binder production site in separate bags. Steel and fiber must be separated. If steel and fiber are cryogenically separated, it must occur before grinding and granulating. Cryogenically-produced CRM particles must be large enough to be ground or granulated. The CRM must be dry,free-flowing particles that do not stick together.A maximum of 3 percent calcium carbonate or talc by weight of CRM may be added. The CRM must not cause foaming when combined with the asphalt binder and asphalt modifier. The CRM must comply with the requirements shown in the following table: Crumb Rubber Modifier for Asphalt Rubber Binder Quality characteristic Test method Requirement Wire in CRM max % California Test 385 0.01 Fabric in CRM (max, %) California Test 385 0.05 CRM particle length (max, in) -- 3/16 CRM specific gravity California Test 208 1.1-1.2 The CRM must comply with the requirements shown in the following table: Crumb Rubber Modifier Requirements Requirement Quality characteristic Test method Scrap tire crumb rubber High natural scrap tire crumb rubber Acetone extract % 6.0-16.0 4.0-16.0 Rubber hydrocarbon min, % 42.0-65.0 50.0 Natural rubber content % ASTM D297 22.0-39.0 40.0-48.0 Carbon black content % 28.0-38.0 -- Ash content(max, %) 8.0 -- Scrap tire crumb rubber gradation must comply with the gradation requirements shown in the following table: Scrap Tire Crumb Rubber Gradation Quality characteristic Test Requirement method Gradation (% passing by Gradation limit Operating range Contract weight) compliance Sieve size: No. 8 100 100 100 No. 10 California 98-100 95-100 90-100 No. 16 Test 385 45-75 35-85 32-88 No. 30 2-20 2-25 1-30 No. 50 0-6 0-10 0-15 No. 100 0-2 0-5 0-10 No. 200 0 0-2 0-5 High natural scrap tire crumb rubber gradation must comply with the gradation requirements shown in the following table: Page 55 of 183 Hi h Natural Scrap Tire Crumb Rubber Gradation Quality characteristic Test Requirement method Gradation (% passing by Gradation limit Operating range Contract weight) compliance Sieve size: No. 10 100 100 100 No. 16 California 95-100 92-100 85-100 No. 30 Test385 35-85 25-95 20-98 No. 50 10-30 6-35 2-40 No. 100 0-4 0-7 0-10 No. 200 0-1 0-3 0-5 37-2.04B(5) Asphalt Rubber Binders An asphalt rubber binder must be a combination of: 1. Asphalt binder 2. Asphalt modifier 3. Crumb rubber modifier Asphalt rubber binder blending equipment must be authorized under the Department's MPQP. The blending equipment must allow the determination of weight percentages of each asphalt rubber binder ingredient. An asphalt rubber binder must be 79± 1 percent by weight asphalt binder and 21 ± 1 percent by weight of CRM. The minimum percentage of CRM must be 20.0 percent and lower values must not be rounded up. The CRM must be 75±2 percent by weight scrap tire crumb rubber and 25±2 percent by weight high natural scrap tire crumb rubber. An asphalt modifier and asphalt binder must be blended at the production site.An asphalt modifier must be from 2.5 to 6.0 percent by weight of the asphalt binder in the asphalt rubber binder. The asphalt rubber binder supplier determines the exact percentage. If blended before adding CRM,the asphalt binder must be from 375 to 440 degrees F when an asphalt modifier is added and the mixture must circulate for at least 20 minutes. An asphalt binder, asphalt modifier, and CRM may be proportioned and combined simultaneously. The blend of an asphalt binder and an asphalt modifier must be combined with the CRM at the asphalt rubber binder production site. The asphalt binder and asphalt modifier blend must be from 375 to 440 degrees F when the CRM is added. Combined ingredients must be allowed to react at least 45 minutes at temperatures from 375 to 425 degrees F except the temperature must be at least 10 degrees F below the flash point of the asphalt rubber binder. After reacting, the asphalt rubber binder must comply with the requirements shown in the following table: Asphalt Rubber Binder Quality characteristic Test method Requirement Cone penetration at 25°C 0.10 mm ASTM D217 25-60 Resilience at 25°C(% rebound) ASTM D5329 18-50 Softening point(°C) ASTM D36 55-88 Viscosity at 375 OF (Pa-s x 107)a ASTM D7741 1,500-2,500 aPrepare sample for viscosity test under California Test 388. Maintain asphalt rubber binder at a temperature from 375 to 415 degrees F. Page 56 of 183 Stop heating unused asphalt rubber binder 4 hours after the 45-minute reaction period. Reheating asphalt rubber binder that cools below 375 degrees F is a reheat cycle. Do not exceed 2 reheat cycles. If reheating,the asphalt rubber binder must be from 375 to 415 degrees F before use. During reheating, you may add CRM. The CRM must not exceed 10 percent by weight of the asphalt rubber binder. Allow added CRM to react for at least 45 minutes. Reheated asphalt rubber binder must comply with the specifications for asphalt rubber binder. 37-2.04B(6) Precoated Aggregate Before precoating with asphalt binder, aggregate for an asphalt rubber binder chip seal must comply with the gradation requirements shown in the following table: Asphalt Rubber Binder Chip Seal Aggregate Gradation Quality characteristic Test method Requirement Gradation (% passing by weight) 1/2" 3/8" Sieve size: 3/4" 100 100 1/2" California Test 85-90 95-100 3/8" 202 0-30 70-85 No.4 0-5 0-15 No. 8 -- 0-5 No. 200 0-1 0-1 37-2.04C Construction 37-2.04C(1) General Reserved 37-2.04C(2) Equipment Distributor trucks must be equipped with: 1. Mixing and heating unit 2. Observation platform on the rear of the truck for an observer on the platform to see the nozzles and unplug them if needed 37-2.04C(3) Asphalt Rubber Binder Application Apply the asphalt rubber binder when the ambient temperature is from 60 to 105 degrees F and the pavement surface temperature is at least 55 degrees F. Do not apply the asphalt rubber binder unless enough aggregate is available at the job site to cover the asphalt rubber binder within 2 minutes. Intersections, turn lanes, gore points, and irregular areas must be covered within 15 minutes. Do not apply asphalt rubber binder when pavement is damp or during high wind conditions. If authorized, you may adjust the distributor bar height and distribution speed and use shielding equipment during high wind conditions. When applied,the temperature of the asphalt rubber binder must be from 385 to 415 degrees F. Apply the asphalt rubber binder at a rate from 0.55 to 0.65 gal/sq yd. You may reduce the application rate by 0.050 gal/sq yd in the wheel paths. 37-2.04C(4) Precoated Aggregate Spreading Spread aggregate at a rate from 28 to 40 Ib/sq yd. Do not spread aggregate more than 200 feet ahead of the completed initial rolling. 37-2.04C(5) Rolling and Sweeping Perform initial rolling within 90 seconds of spreading aggregate. If authorized for final rolling, you may use a steel-wheeled roller weighing from 8 to 10 tons in static mode only. Page 57 of 183 Perform a final sweeping before Contract acceptance. The final sweeping must not dislodge aggregate. 37-2.04D Payment Asphalt rubber binder is measured as specified for asphalt binder. 37-2.05 STRESS ABSORBING MEMBRANE INTERLAYERS 37-2.05A General Section 37-2.05 includes specifications for placing stress absorbing membrane interlayers(SAMI). Comply with section 37-2.04 except a flush coat is not required. Traffic must not be allowed on a SAMI. 37-2.05B Materials For a SAMI, aggregate must comply with the 3/8-inch gradation. 37-2.05C Construction If a SAMI is overlaid in the same work shift, section 37-2.01 C(4)(e)does not apply. Final sweeping is not required for a SAMI. 37-2.05D Payment Not Used 37-2.06 MODIFIED ASPHALT BINDER CHIP SEALS Reserved 37-2.07 SCRUB SEALS Reserved 37-3 SLURRY SEALS AND MICRO-SURFACINGS 37-3.01 GENERAL 37-3.01A General 37-3.01A(1) Summary Section 37-3.01 includes general specifications for applying slurry seals and micro-surfacings. 37-3.01A(2) Definitions Reserved 37-3.01A(3) Submittals At least 15 days before starting placement of a slurry seal or micro-surfacing, submit: 1. Samples for: 1.1. Asphaltic emulsion slurry seal, two 1-quart wide mouth plastic containers with screw top lid of asphaltic emulsion 1.2 Polymer modified asphaltic emulsion slurry seal, two 1-quart wide mouth plastic containers with screw top lid of polymer modified asphaltic emulsion 1.3. Micro-surfacing, two 1-quart wide mouth plastic containers with screw top lid of micro-surfacing emulsion 2. Asphaltic emulsion, polymer modified asphaltic emulsion, or micro-surfacing emulsion data as follows: 2.1. Supplier and Type/Grade of asphaltic emulsion 2.2. Type of modifier polymer for polymer modified asphaltic emulsion or micro-surfacing emulsion 2.3. Copy of the specified test results for asphaltic emulsion, polymer modified asphaltic emulsion, or micro-surfacing emulsion 3. 50 lb of aggregate 4. Aggregate test results for the followings: 4.1. Gradation 4.2. Los Angeles Rattler 4.3. Percent of crushed particles Page 58 of 183 4.4 Sand equivalent 4.5 Durability At least 10 days before starting placement of a slurry seal or micro-surfacing, submit a laboratory report of test results and the proposed mix design from an authorized laboratory. The authorized laboratory must sign the laboratory report and mix design. The report must include: 1. Test results used in the mix design compared with specification requirements 2. Proportions based on the dry weight of aggregate, including ranges,for: 2.1. Aggregate 2.2. Water 2.3. Additives 2.4. Mineral filler 2.5. Slurry seal emulsion or micro-surfacing emulsion residual asphalt content 3. Recommended changes to the proportions based on heating the mixture to 100 degrees F and mixing for 60 seconds, if atmospheric temperatures during application will be 90 degrees F or above, for: 3.1. Water 3.2. Additives 3.3. Mineral filler 4. Quantitative moisture effects on the aggregate's unit weight determined under ASTM C29M If the mix design consists of the same materials covered by a previous laboratory report, you may submit the previous laboratory report that must include material testing data performed within the previous 12 months for authorization. If you change any of the materials in the mix design, submit a new mix design and laboratory report at least 10 days before starting slurry seal or micro-surfacing work. Submit a certificate of compliance as specified for asphaltic emulsion in section 94-1.01 C with each shipment of asphaltic emulsion, polymer modified asphaltic emulsion or micro-surfacing emulsion. Submit quality control test results for the quality characteristics within the reporting times allowance after sampling shown in the following table: Quality Control Test Reporting Requirements Quality characteristic Maximum reporting time allowance Los Angeles Rattler loss max, % 2 business days Percent of crushed particles min, % 2 business days Durability min 2 business days Resistance of fine aggregate to degradation by abrasion in the Micro- 2 business days Deval Apparatus % loss by weight) Gradation % passing by weight) 48 hours Sand equivalent min 48 hours Moisture content % 48 hours Within 3 days after taking asphaltic emulsion, polymer modified asphaltic emulsion or micro-surfacing emulsion quality control samples, submit the authorized laboratory's test results. 37-3.01A(4) Quality Assurance 37-3.01A(4)(a) General Your authorized laboratory must be able to perform International Slurry Surfacing Association tests and mix design. Page 59 of 183 37-3.01A(4)(b) Quality Control 37-3.01A(4)(b)(i) General Reserved 37-3.01A(4)(b)(ii) Aggregate For aggregate, the authorized laboratory must perform sampling and testing at the specified frequency and location for the following quality characteristics: Aggregate Quality Control Quality characteristic Test method Minimum Location of sampling and sampling testing frequency Los Angeles Rattler loss (max, %) California Test 211 1 st day of See California At 500 revolutions roduction Test 125 Percent of crushed particles (min, %) AASHTO T 335 1 st day of See California roduction Test 125 Sand equivalent(min) California Test 217 1 per working See California stockpile per day Test 125 Resistance of fine aggregate to ASTM D7428 degradation by abrasion in 1 per working See California the Micro-Deval Apparatus (% loss stockpile per day Test 125 by weight) Gradation (% passing by weight) California Test 202 1 per working See California stockpile per day Test 125 Moisture content,from field stockpile AASHTO T 255a 1 per working See California (%) stockpile per day Test 125 aTest aggregate moisture at field stockpile every 2 hours if you are unable to maintain the moisture content to within a maximum daily variation of±0.5 percent. 37-3.01A(4)(b)(iii) Slurry Seals and Micro-surfacings Reserved 37-3.01A(4)(c) Department Acceptance Slurry Seal and micro-surfacing acceptance is based on: 1. Visual inspection for the following: 1.1. Uniform surface texture throughout the work limits. 1.2. Marks in the surface: 1.2.1. Up to 4 marks in the completed slurry seal or micro-surfacing surface that are up to 1 inch wide and up to 6 inches long per 1000 square feet of slurry seal or micro- surfacing placed. 1.2.2. No marks in the completed slurry seal or micro-surfacing surface that are over 1 inch wide or 6 inches long. 1.3. Excessive raveling consisting of the separation of the aggregate from the asphaltic emulsion, polymer modified asphaltic emulsion or micro-surfacing emulsion. 1.4. Bleeding consists of the occurrence of a film of asphaltic material on the surface of the slurry seal or micro-surfacing. 1.5. Delaminating of slurry seal or micro-surfacing from the existing pavement. 1.6. Rutting or wash-boarding. 2. Department's sampling and testing for compliance with the requirements for aggregate shown in the following table: Page 60 of 183 Aggregate Gradation Acceptance Criteria Quality characteristic Test method Requirements Gradation (% passing by weight) Sieve Size: Type I Type II Type III 3/8" -- 100 100 No.4 California Test 100 94-100 70-90 No. 8 202 90-100 65-90 45-70 No. 16 60-90 40-70 28-50 No. 30 40-65 25-50 19-34 No. 200 10-20 5-15 5-15 An aggregate gradation test represents 300 tons or 1 day's production, whichever is less. If test results for aggregate gradation do not comply with the specifications, you may remove the slurry seal or micro-surfacing represented by the test results or request it remain in place with a payment deduction. If your request is authorized,the Department deducts: 1. $1.75 per ton of slurry seal for each noncompliant aggregate gradation 2. $2.00 per ton of micro-surfacing for each noncompliant aggregate gradation 37-3.01 B Materials 37-3.0113(1) General Additional water must not cause separation of the asphaltic emulsion, polymer modified asphaltic emulsion or micro-surfacing emulsion from the aggregate before placement. You may use an additive that does not adversely affect the slurry seal or micro-surfacing. 37-3.01 B(2) Aggregate Aggregate must be rock dust.Aggregate must be free from vegetable matter, deleterious substances, caked or clay lumps, and oversized particles. Aggregate for a slurry seal and micro-surfacing must comply with the gradations shown in the following table: Aggregate Gradation Quality characteristic Test method Requirements Gradation (% passing by weight) Type I Type II Type III Sieve size: 3/8" -- 100 100 No. 4 California 100 94-100 70-90 No. 8 Test 202 90-100 65-90 45-70 No. 16 60-90 40-70 28-50 No. 30 40-65 25-50 19-34 No. 200 10-20 5-15 5-15 37-3.01C Construction 37-3.01C(1) General Before applying slurry seals or micro-surfacings, cover manholes, valve and monument covers, grates, and other exposed facilities located within the area of application using plastic or oil resistant construction paper secured by tape or adhesive to the facility being covered. Reference the covered facilities with enough control points to relocate the facilities after application of the slurry seals or micro-surfacings. 37-3.01C(2) Proportioning Proportion slurry seal and micro-surfacing ingredients in compliance with the authorized mix design. Page 61 of 183 37-3.01C(3) Mixing and Spreading Equipment 37-3.01C(3)(a) General Mixing and spreading equipment for slurry seals and micro-surfacings must proportion the asphaltic emulsions, water, aggregate, and any additives by volume and mix them in continuous pug mill mixers. Introduce emulsions into the mixer with a positive displacement pump. If you use a variable-rate pump, the adjusting unit must be sealed in its calibrated position. Introduce water into the mixer through a meter that measures gallons. Choose a truck mounted mixer-spreader or continuous self-loading mixer spreader. 37-3.01C(3)(b) Truck Mounted Mixer Spreaders Truck mounted mixer spreaders must comply with: 1. Rotating and reciprocating equipment must be covered with metal guards. 2. Proportion aggregate using a belt feeder with an adjustable cutoff gate. The Engineer verifies the height of the gate opening. 3. Belt feeder must have a depth monitor device.The depth monitor device must automatically shut down power to the belt feeder when the aggregate depth is less than 70 percent of the target depth. 4. Separate monitor device must detect the revolutions of the belt feeder.This device must automatically shut down power to the belt feeder if it detects no revolutions. If the belt feeder is an integral part of the equipment's drive chain,the monitor device is not required. 5. Aggregate belt feeder must be connected directly to the drive on the emulsion pump. The aggregate feeder drive shaft must have a revolution counter reading the nearest 0.10 revolution for micro- surfacing, and nearest 1 revolution for slurry seal. 6. Emulsion storage must be equipped with a device that automatically shuts down power to the emulsion pump and aggregate belt feeder when the level of stored emulsion is lowered.To allow for normal fluctuations, there may be a delay of 3 seconds between detection of low emulsion storage levels or low aggregate depths and automatic power shut down. 7. Emulsion storage must be located immediately before the emulsion pump. 8. Emulsion storage tank must have a temperature indicator at the pump suction level.The indicator must be accurate to±5 degrees F. 9. No-flow and revolution warning devices must be in working condition. Low-flow indicators must be visible while walking alongside the equipment. 37-3.01C(3)(c) Continuous Self-Loading Mixer Spreaders Continuous self-loading mixer spreaders must be automatically sequenced and self-propelled.The mixing machine must deliver each material to a double shafted mixer and discharge the mixed material on a continuous flow basis. The mixing machines must have sufficient storage capacity to maintain a continuous supply of material to the proportioning controls.The mixing machine operators must have full control of forward and reverse speeds during placement. 37-3.01 C(3)(d) Spreader Boxes The spreader boxes used to spread slurry seals and micro-surfacings must be: 1. Capable of spreading the slurry seal or micro-surfacing a minimum of 12 feet wide and preventing the loss of slurry seal or micro-surfacing. 2. Equipped with flexible rubber belting on each side. The belting must contact the pavement to prevent the loss of slurry seal or micro-surfacing from the box. 3. Equipped to uniformly apply the slurry seal or micro-surfacing on superelevated sections and shoulder slopes. Micro-surfacing spreader box must be equipped with reversible motor driven augers. 4. Equipped with a series of strike-off devices at its rear. 4.1. The leading strike off device must be: 4.1.1. Fabricated of a suitable material such as steel or stiff rubber 4.1.2. Designed to maintain close contact with the pavement during spreading 4.1.3. Capable of obtaining the specified thickness 4.1.4. Capable of being adjusted to the various pavement cross sections 4.2. The final strike-off device must be: 4.2.1. Fabricated of flexible material that produces a uniform texture in the finished surface Page 62 of 183 4.2.2. Cleaned daily and changed if longitudinal scouring occurs in the slurry seal of micro- surfacing 5. Clean and free of slurry seal or micro-surfacing at the start of each work shift. 37-3.01C(3)(e) Shoulder Equipment Spread the slurry seal or micro-surfacing on shoulders with a device such as an edge box that forms clean and straightjoints and edges. 37-3.01C(3)(f) Equipment Calibration Equipment calibration must comply with the MPQP. Notify the Engineer at least 5 business days before calibrating. If the Department authorizes a truck or continuous mixer spreader, its calibration is valid for 6 months provided you: 1. Use the same truck or continuous mixer spreader verified with a unique identifying number 2. Use the same materials in compliance with the authorized mix design 3. Do not perform any repair or alteration to the proportioning systems Calibrate the adjustable cut-off gate settings of each truck or continuous mixer spreader on the project to achieve the correct delivery rate of aggregate and emulsion per revolution of the aggregate feeder under the MPQP. Checks must be performed for each aggregate source using an authorized vehicle scale. Individual checks of the aggregate belt feeder's delivery rate to the pug mill mixer must not vary more than 2 percent from the average of 3 runs of at least 3 tons each. Before using a variable-rate emulsion pump,the pump must be calibrated and sealed in the calibrated condition under the MPQP. Individual checks of the emulsion pump's delivery rate to the pug mill mixer must not vary more than 2 percent from the average of 3 runs of at least 500 gal each. 37-3.01C(4) Surface Preparation Immediately before applying slurry seals or micro-surfacings, clean the surface to receive slurry seals or micro-surfacings by removing any extraneous material affecting adhesion of the slurry seal or micro- surfacing with the existing surface. Use self-propelled power brooms or other methods such as flushing to clean the existing pavement. 37-3.01C(5) Placement 37-3.01 C(5)(a) General If truck-mounted mixer-spreaders are used, keep at least 2 operational spreaders at the job site during placement. Spread slurry seals and micro-surfacings uniformly and do not spot, rehandle, or shift the mixture. However in areas inaccessible to spreading equipment,spread the slurry seal or micro-surfacing mixtures with hand tools or other authorized methods. If placing with hand tools, lightly dampen the area first. You may fog the roadway surface with water ahead of the spreader box. The fog spray must be adjusted for pavement: 1. Temperature 2. Surface texture 3. Dryness You determine the application rates for slurry seals or micro-surfacings and the Engineer authorizes the application rates. Spread within 10 percent of authorized rate. The mixtures must be uniform and homogeneous after spreading, and there must not be separation of the emulsion and aggregate after setting. Page 63 of 183 37-3.01C(5)(b) Weather Conditions Only place slurry seals or micro-surfacings if both the pavement and air temperatures are at least 50 degrees F and rising.The expected high temperature must be at least 65 degrees F within 24 hours after placement. Do not place slurry seals or micro-surfacings if rain is imminent or the air temperature is expected to be below 36 degrees F within 24 hours after placement. 37-3.01C(5)(c) Joints Transverse and longitudinal joints must be: 1. Uniform 2. Straight 3. Neat in appearance 4. Without material buildup 5. Without uncovered areas Transverse joints must be butt-type joints. Prevent double placement at transverse joints over previously placed slurry seals or micro-surfacings. Place longitudinal joints: 1. On centerlines, lane lines, edge lines, or shoulder lines 2. With overlaps not more than 4 inches You may request other longitudinal joint patterns if they do not adversely affect the slurry seals or micro- surfacings. The maximum difference between the pavement surface and the bottom edge of a 12-foot straightedge placed perpendicular to the longitudinal joint must be 0.04 foot. 37-3.01C(5)(d) Finished Surfaces Finished slurry seals or micro-surfacings must be smooth and free of irregularities such as scratch or tear marks.You may leave up to 4 marks that are up to 1 inch wide and 6 inches long per 75 linear feet of slurry seal or micro-surfacing placed. Do not leave any marks that are over 1 inch wide or 6 inches long. 37-3.01C(5)(e) Maintenance Sweeping Sweep the slurry seals or micro-surfacings 24 hours after placement without damaging the slurry seals or micro-surfacings. For 4 days afterwards,sweep the slurry seals or micro-surfacings daily unless determined otherwise by the Engineer. 37-3.01 C(5)(f) Repair of Early Distress The slurry seals or micro-surfacings must not show bleeding, raveling, separation, or other distresses for 15 days after placing. If bleeding, raveling, delaminating, rutting, or wash-boarding occurs after placing the slurry seals or micro-surfacings, make repairs using an authorized method. 37-3.01 D Payment Not Used 37-3.02 SLURRY SEALS 37-3.02A General 37-3.02A(1) Summary Section 37-3.02 includes specifications for applying slurry seals. Applying a slurry seal consists of spreading a mixture of asphaltic emulsion or polymer modified asphaltic emulsion, aggregate, additives, and water on a surface or pavement. 37-3.02A(2) Definitions Reserved Page 64 of 183 37-3.02A(3) Submittals Immediately after sampling, submit two 1-quart wide mouth plastic containers of asphaltic emulsion or polymer modified asphaltic emulsion taken in the presence of the Engineer. Samples must be submitted in insulated shipping containers. 37-3.02A(4) Quality Assurance 37-3.02A(4)(a) General Reserved 37-3.02A(4)(b) Quality Control 37-3.02A(4)(b)(i) General Take samples of asphaltic emulsion and polymer modified asphaltic emulsion from the tank truck at mid load or from a sampling tap or thief. Before taking samples, draw and dispose of 1 gallon. In the presence of the Engineer take two 1-quart samples in wide mouth plastic containers with lined, sealed lids for acceptance testing. 37-3.02A(4)(b)(ii) Asphaltic Emulsion For asphaltic emulsions,the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the following quality characteristics: Asphaltic Emulsion Quality characteristic Test method Minimum sampling and Sampling location testing frequency Saybolt Furol Viscosity, at 25 °C(Saybolt Furol seconds) Sieve Test(%) Minimum 1 per day per Storage stability, 1 day(%) AASHTO T 59 delivery truck Delivery truck Residue by distillation (%) Particle charges Tests on Residue from Distillation Test: Penetration, 25°C AASHTO T 49 Ductility AASHTO T 51 Minimum 1 per day per Delivery truck Solubility in tricloroethylene AASHTO T 44 delivery truck slf the result of the particle charge is inconclusive, the asphaltic emulsion must be tested for pH under ASTM E70. Grade QS1 h asphaltic emulsion must have a minimum pH of 7.3. Grade CQS1 h asphaltic emulsion must have a maximum pH of 6.7. 37-3.02A(4)(b)(iii) Polymer Modified Asphaltic Emulsion For polymer modified asphaltic emulsions,the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the following quality characteristics: Page 65 of 183 Polymer Modified Asphaltic Emulsion Minimum Sampling Quality characteristic Test method sampling and Location testing frequency Tests on emulsion: Saybolt Furol Viscosity at 25°C AASHTO T 59 Sa bolt Furol seconds Sieve test % AASHTO T 59 Minimum 1 per Storage stabilityafter 1 day % AASHTO T 59 day per delivery Delivery truck truck Residue by evaporation min, % California Test 3-'Al Particle charge AASHTO T 59 Tests on residue by evaporation: Penetration at 25°C AASHTO T 49 Ductility at 25 °C min, mm AASHTO T 51 Torsional recovery(min, %) California Test 332 Minimum 1 per Or day per delivery Delivery truck truck Polymer content based on residual California Test 401 asphalt min, 37-3.02A(4)(c) Department Acceptance For a slurry seal asphaltic emulsion and polymer modified asphaltic emulsion, acceptance is based on the Department's sampling and testing for compliance with the requirements for the quality characteristics specified. Aggregate acceptance is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Aggregate Acceptance Criteria Quality characteristic Test method Requirement Los Angeles Rattler loss (max, %) California Test 211 a At 500 revolutions 35 Percent of crushed particles (min, %) California Test 205 95 Durability(min) California Test 229 55 Sand equivalent(min) Type 45 Type II California Test 217 55 Twe 111 60 aCalifornia Test 211 must be performed on the source aggregate before crushing. A sand equivalent test represents 300 tons or 1 day's production, whichever is less. If test results for sand equivalent do not comply with the specifications, you may remove the slurry seal represented by the test results or request it remain in place with a payment deduction. If your request is authorized, the Department deducts $1.75 per ton of slurry seal for each noncompliant sand equivalent test. 37-3.0213 Materials 37-3.02B(1) General Reserved 37-3.02B(2) Asphaltic Emulsions An asphaltic emulsion must comply with the requirements in Section 94.The asphaltic emulsion must be Grade CQS1 h. Page 66 of 183 37-3.02B(3) Polymer Modified Asphaltic Emulsions A polymer modified asphaltic emulsion must: 1. Consist of an elastomeric polymer mixed with an asphaltic material uniformly emulsified with water and an emulsifying or stabilization agent. 2. Use either neoprene polymer or butadiene and styrene copolymer. The polymer must be homogeneous and milled into the asphaltic emulsion at the colloid mill. 3. Be Grade PMCQS1 h and must comply with the requirements shown in the following table: Polymer Modified Asphaltic Emulsion Requirements Quality characteristic Test method Requirement Tests on emulsion: Saybolt Furol Viscosity at 25°C (Saybolt Furol AASHTO T 59 15-90 seconds Sieve test(%) AASHTO T 59 0-0.3 Storage stability after 1 day(%) AASHTO T 59 0-1 Residue by evaporation (min, %) California Test 331 60 Particle charge AASHTO T 59 Positive Tests on residue by evaporation: Penetration at 25°C AASHTO T 49 40-90 Ductility at 25 °C(min, mm) AASHTO T 51 400 Torsional recovery(min, %) California Test 332 18 Or Polymer content based on residual asphalt(min, %) California Test 401 2.5 37-3.02B(4) Aggregate Aggregate must comply with the quality characteristic requirements shown in the following table: Aggregate Requirements Quality characteristic Test method Requirement Los Angeles Rattler loss (max, %) California Test 211a At 500 revolutions 35 Percent of crushed particles min, % California Test 205 95 Durability min California Test 229 55 Sand equivalent(min) Typel 45 Te II California Test 217 55 Yp Type III 60 aCalifornia Test 211 must be performed on the source aggregate before crushing. The aggregate supplier must certify that the crushed aggregate being used on the project is manufactured from the source aggregate complying with the LA rattler requirements. 37-3.02B(5) Slurry Seal Mix Design The slurry seal mix design, using project source aggregate, an asphaltic emulsion, and set-control agents if any, must comply with the requirements shown in the following table: Page 67 of 183 Slurry Seal Mix Design Requirements Quality characteristic Test method a Requirement Consistency max mm Technical Bulletin 106 30 Wet stripping Technical Bulletin 114 Pass Compatibility Technical Bulletin 115 Passb Cohesion test,within 1 hour(min, kg-mm) Technical Bulletin 139 200 Wet track abrasion (max, g/m2) Technical Bulletin 100 810 Test methods are by the International Slurry Surfacing Association. bMixing test must pass at the maximum expected air temperature at the job site during placement. The mix design must have the percent of asphaltic residue, based on percentage by weight of the dry aggregate,within the ranges shown in the following table: Slurry seal type Residue range Type 1 10-16 Type II 7.5-13.5 Type III 6.5-12.0 Determine the exact percentage based on the design asphalt binder content and the asphalt residual content of the asphaltic emulsion furnished. 37-3.02C Construction 37-3.02C(1) General Reserved 37-3.02C(2) Proportioning After proportioning, slurry seal mixtures must be workable. 37-3.02C(3) Mixing and Spreading Equipment Reserved 37-3.02C(4) Placement The slurry seal spread rates must be within the ranges shown in the following table: Slurry Seal Spread Rates Slurry seal type Application range (lb of dry aggregate/sq yd) Type 1 8-12 Type II 10-18 T pe III 20-25 Within 4 hours after placement, slurry seals must be set enough to allow traffic without pilot cars. Protect slurry seals from damage until it has set and will not adhere or be picked up by vehicle tires. Slurry seals must not exhibit distress from traffic such as bleeding, raveling, separation or other distresses. 37-3.02D Payment The payment quantity for slurry seal is the weight determined by combining the weights of the aggregate and asphaltic emulsion or polymeric asphaltic emulsion.The payment quantity for slurry seal does not include the weights of the added water and set-control additives. 37-3.03 MICRO-SURFACINGS 37-3.03A General 37-3.03A(1) Summary Section 37-3.03 includes specifications for applying micro-surfacings. Page 68 of 183 Applying a micro-surfacing consists of spreading a mixture of a micro-surfacing emulsion,water, additives, mineral filler, and aggregate on the pavement. 37-3.03A(2) Definitions Reserved 37-3.03A(3) Submittals Immediately after sampling, submit two 1-quart wide mouth plastic containers of micro-surfacing emulsion taken in the presence of the Engineer. Samples must be submitted in insulated shipping container. 37-3.03A(4) Quality Assurance 37-3.03A(4)(a) General Reserved 37-3.03A(4)(b) Quality Control 37-3.03A(4)(b)(i) General Reserved 37-3.03A(4)(b)(ii) Micro-surfacing Emulsions Take samples from the truck tank at mid load from a sampling tap or thief. Before taking samples, draw and dispose of 1 gallon. In the presence of the Engineer, take two 1-quart wide mouth plastic containers for acceptance testing. For a micro-surfacing emulsion, the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the quality characteristics shown in the following table: Micro-Surfacing Emulsion Minimum sampling Sampling Quality characteristic Test method and testing location frequency Tests on emulsion: Saybolt Furol Viscosity, at 25°C Sa bolt Furol seconds AASHTO T 59 Minimum 1 per day Delivery truck Storage stability, 1 daymax, % a per delivery truck Sieve test max, Residue by evaporation (min, %) California Test Minimum 1 per day Delivery truck 331 per delivery truck Tests on residue from evaporation test: Penetration at 25°C AASHTO T 49d Minimum 1 per day Delivery truck Softening point min, °C AASHTO T 53 per delivery truck aStorage stability test will be run if the storage exceeds 48 hours 37-3.03A(4)(c) Department Acceptance For micro-surfacing emulsions, acceptance is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Page 69 of 183 Micro-surfacing Emulsion Acceptance Criteria Quality characteristic Test method Requirement Tests on emulsion: Saybolt Furol Viscosity at 25'C AASHTO T 59 15-90 Sa bolt Furol seconds Sieve test(%) AASHTO T 59 0.30 Storage stability, 1 day(max, %) AASHTO T 59 0-1 Settlement', 5 days (max, %) ASTM D244 5 Residue by evaporation (min, %) California Test 331 62 Tests on residue by evaporation: Penetration at 25°C AASHTO T 49 40-90 Softening point(min,°C) AASHTO T 53 57 'Settlement test on emulsion is not required if used within 48 hours of shipment. Acceptance of aggregate, except mineral filler, is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Aggregate Acceptance Criteria Quality characteristic Test method Requirement Los Angeles Rattler loss (max, %) California Test 211' At 500 revolutions 35 Percent of crushed particles min, % California Test 205 95 Durability min California Test 229 65 Sand equivalent(min) California Test 217 Type 11 65 Type III 1 1 65 'California Test 211 must be performed on the aggregate before crushing. The aggregate supplier must certify that the crushed aggregate being used on the project is manufactured from the source aggregate complying with the LA rattler requirements. An aggregate sand equivalent test represents 300 tons or 1 day's production,whichever is less. If the test results for aggregate sand equivalent do not comply with the specifications, you may remove the micro-surfacing represented by the test results or request it remain in place with a payment deduction. If your request is authorized, the Department deducts$2.00 per ton of micro-surfacing for each noncompliant aggregate sand equivalent test. 37-3.0313 Materials 37-3.03B(1) General Reserved 37-3.03B(2) Micro-surfacing Emulsions A micro-surfacing emulsion must be a homogeneous mixture of asphalt, an elastomeric polymer and an emulsifier solution. Add an elastomeric polymer modifier to asphalt or emulsifier solution before emulsification.An elastomeric polymer solid must be a minimum of 3 percent by weight of the micro-surfacing emulsion's residual asphalt. A micro-surfacing emulsion must comply with the requirements shown in the following table: Page 70 of 183 Micro-surfacing Emulsion Requirements Quality characteristic Test method Requirement Tests on emulsion: Saybolt Furol Viscosity at 25°C (Saybolt Furol AASHTO T 59 15-90 seconds Sieve test(%) AASHTO T 59 0.30 Storage stability, 1 day(max, %) AASHTO T 59 0-1 Settlementa, 5 days (max, %) ASTM D244 5 Residue by evaporation (min, %) California Test 331 62 Tests on residue by evaporation: Penetration at 25°C AASHTO T 49 40-90 Softening point(min, °C) AASHTO T 53 57 aSettlement test on emulsion is not required if used within 48 hours of shipment. 37-3.03B(3) Aggregate Aggregate must comply with the quality characteristic requirements shown in the following table: Aggregate Requirements Quality characteristic Test method Requirement Los Angeles Rattler loss (max, %) California Test 211a At 500 revolutions 35 Percent of crushed particles (min, %) California Test 205 95 Durability(min) California Test 229 65 Sand equivalent(min) California Test 217 Type I I 65 Type III 1 1 65 aCalifornia Test 211 must be performed on the source aggregate before crushing. The aggregate supplier must certify that the crushed aggregate being used on the project is manufactured from the source aggregate complying with the LA rattler requirements. 37-3.03B(4) Mineral Fillers If a mineral filler is used, it must be type I or type II Portland cement.A mineral filler used during mix design must be used during production. 37-3.03B(5) Micro-Surfacing Mix Designs The micro-surfacing mix design must have the material proportion limits shown in the following table: Micro-surfacing Mix Design Proportion Limits Material Proportion limits Micro-surfacing emulsion asphalt residual content(% 5.5-10.5 of dry wei ht of aggregate) Water and additives As Required Mineral filler % of dry weight of aggregate) 0-3 The micro-surfacing mix design must comply with the requirements shown in the following table: Page 71 of 183 Micro-surfacing Mix Design Requirements Quality characteristics Test method Requirement Wet cohesion At 30 minutes (set) (min, kg-cm) Technical Bulletin 139 12 At 60 minutes traffic min, kg-cm) 20 Excess asphalt(max, g/m ) Technical Bulletin 109 540 Wet stripping (min, %) Technical Bulletin 114 90 Wet track abrasion loss 6-day soak(max, g/m2) Technical Bulletin 100 810 Displacement Lateral (max, %) Technical Bulletin 147A 5 Specific gravity after 1000 cycles of 57 kg 2.10 max Classification compatibility min, grade points Technical Bulletin 144 AAA, BAA 11 Mix time at 25 °C (min) Technical Bulletin 113 Controllable to 120 seconds aTest methods are by the International Slurry Surfacing Association. 37-3.03B(6)Tack Coats If there is a bid item for tack coat, you must coat the pavement surface with an asphaltic emulsion mixed with additional water before applying a micro-surfacing.The maximum ratio of water to asphaltic emulsion must be 2 to 1.Apply the tack coat at a rate from 0.08 to 0.15 gal/sq yd. The exact rate must be authorized. You determine the grade of slow-setting or quick setting asphaltic emulsion to be used. 37-3.03C Construction 37-3.03C(1) General Reserved 37-3.03C(2) Proportioning Field conditions may require adjustments to the proportions within the authorized mix design during construction. 37-3.03C(3) Mixing and Spreading Equipment 37-3.03C(3)(a) General Reserved 37-3.03C(3)(b) Scratch Course Boxes Spread the scratch courses with the same type of spreader box used to spread micro-surfacings except use an adjustable steel strike-off device instead of a final strike-off device. 37-3.03C(3)(c) Wheel Path Depression Boxes Each wheel path depression box must have adjustable strike-off device between 5 and 6 feet wide to regulate depth.The wheel path depression box must also have devices such as hydraulic augers capable of: 1. Moving the mixed material from the rear to the front of the filling chamber 2. Guiding larger aggregate into the deeper section of the wheel path depression 3. Forcing the finer material towards the outer edges of the spreader box 37-3.03C(4) Test Strips If micro-surfacing placement will require more than 1 day, you must construct a test strip. The test strip must be: 1. From 300 to 450 feet long 2. The same as the full production micro-surfacing 3. On 1 of the application courses specified at an authorized location Page 72 of 183 4. At the same time of day or night the full production micro-surfacing is to be applied If multiple application courses are specified, you may construct test strips over 2 days or nights. The Engineer evaluates the test strip after traffic has used it for 12 hours. If the Engineer determines the mix design or placement procedure is unacceptable, make modifications and construct a new test strip for the Engineer's evaluation. 37-3.03C(5) Placement 37-3.03C(5)(a) General Reserved 37-3.03C(5)(b) Repair Wheel Path Depressions If repairing wheel path depressions is shown in plans,fill wheel path depressions and irregularities with micro-surfacing material before spreading micro-surfacing. If the depressions are less than 0.04 foot deep,fill with a scratch course. If the depressions are 0.04 foot deep or more,fill the depressions using a wheel path depression box. Spread scratch courses by adjusting the steel strike-off of a scratch course box until it is directly in contact with the pavement surface. Spread micro-surfacings with a wheel path depression box leaving a slight crown at the surface. Use multiple applications to fill depressions more than 0.12 foot deep. Do not apply more than 0.12 foot in a single application. Allow traffic to compact each filled wheel path depression for a minimum of 12 hours before placing additional micro-surfacings. 37-3.03C(5)(c) Micro-surfacing Pavement Surfaces The micro-surfacing spread rates must be within the ranges shown in the following table: Micro-surfacing type Application range (lb of dry aggregate/sq yd) Tvoe II 10-20 Type Illa 20-32 Type Illb 30-32 Over asphalt concrete pavement bOver concrete pavement and concrete bridge decks Within 2 hours after placement, micro-surfacings must be set enough to allow traffic without pilot cars. Protect the micro-surfacings from damage until it has set and will not adhere or be picked up by vehicle tires. Micro-surfacings must not exhibit distress from traffic such as bleeding, raveling, separation or other distresses. 37-3.03D Payment The payment quantity for micro-surfacing is the weight determined by combining the weights of the aggregate and micro-surfacing emulsion.The payment quantity for micro-surfacing does not include the weights of added water, mineral filler, and additives. 37-3.04 RUBBERIZED AND MODIFIED SLURRY SEALS Reserved 37-4 FOG SEALS AND FLUSH COATS 37-4.01 GENERAL 37-4.01A General 37-4.01A(1) Summary Section 37-4.01 includes general specifications for applying fog seals and flush coats. Page 73 of 183 37-4.01A(2) Definitions Reserved 37-4.01A(3) Submittals At least 15 days before use, submit: 1. Sample of asphaltic emulsion in two 1-quart plastic container with lined, sealed lid 2. Asphaltic emulsion information and test data as follows: 2.1. Supplier 2.2. Type/Grade of asphalt emulsion 2.3. Copy of the specified test results for asphaltic emulsion 37-4.01 B Materials Not Used 37-4.01 C Construction 37-4.01C(1) General Reserved 37-4.01C(2) Weather Conditions Only place a fog seal or flush coat if both the pavement and ambient temperatures are at least 50 degrees F and rising. Do not place a fog seal or flush coat within 24 hours of rain or within 24 hours of forecast rain or freezing temperatures. 37-4.01 D Payment Not Used 37-4.02 FOG SEALS 37-4.02A General 37-4.02A(1) Summary Section 37-4.02 includes specifications for applying fog seals. Applying a fog seal includes applying a diluted slow-setting or quick setting asphaltic emulsion. 37-4.02A(2) Definitions Reserved 37-4.02A(3) Submittals Immediately after sampling, submit two 1-quart plastic container of asphaltic emulsion taken in the presence of the Engineer. Samples must be submitted in insulated shipping container. 37-4.02A(4) Quality Assurance 37-4.02A(4)(a) General Reserved 37-4.02A(4)(b) Quality Control 37-4.02A(4)(b)(i) General Reserved 37-4.02A(4)(b)(ii) Asphaltic Emulsions Circulate asphaltic emulsions in the distributor truck before sampling.Take samples from the distributor truck at mid load or from a sampling tap or thief. Before taking samples, draw and dispose of 1 gallon. In the presence of the Engineer, take asphalt emulsion sample in two 1-quart plastic container with lined, sealed lid. For asphaltic emulsions,the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the following quality characteristics: Page 74 of 183 Asphaltic Emulsion Quality characteristic Test Method Minimum sampling and Sampling location testing frequency Saybolt Furol Viscosity, at 25°C Sa bolt Furl seconds Sieve Test % AASHTO T 59 Minimum 1 per day per Distributor truck Storage stability, 1 day % delivery truck Residue by distillation Particle charge a Tests on Residue from Distillation Test: Penetration, 25°C AASHTO T 49 DuctilityAASHTO T 51 Minimum 1 per day per Distributor truck Solubilityin tricloroeth lene AASHTO T 44 delivery truck 'if the result of the particle charge is inconclusive,the asphaltic emulsion must be tested for pH under ASTM E70. Grade QS1 h asphaltic emulsion must have a minimum pH of 7.3. Grade CQS1 h asphaltic emulsion must have a maximum pH of 6.7. 37-4.02A(4)(b)(iii) Asphaltic Emulsion Spread Rates For fog seals, the authorized laboratory must perform sampling and testing at the specified frequency and location for the following quality characteristics: Fog Seal Quality Control Requirements Quality characteristic Test method Minimum sampling Location of and testing frequency sampling Asphaltic emulsion spread rate California Test 339 2 per day Pavement al/s d surface 37-4.02A(4)(c) Department Acceptance Fog seal acceptance is based on: 1. Visual inspection for the following: 1.1. Uniform surface texture throughout the work limits 1.2. Flushing consisting of the occurrence of a film of asphaltic material on the surface 1.4 Streaking consisting of alternating longitudinal bands of asphaltic emulsion approximately parallel with the lane line 2. The Department's sampling and testing for compliance with the requirements for the quality characteristics specified in section 94 for asphaltic emulsion 3. Department's sampling and testing for compliance with the requirements for fog seal shown in the following table: Fog Seal Acceptance Criteria Quality Characteristic Test Method Requirement Asphaltic emulsions read rate al/s d California Test 339 TV± 10% 37-4.02B Materials You determine the grade of slow-setting or quick setting asphaltic emulsion to be used. 37-4.02C Construction Apply asphaltic emulsions for fog seals at a residual asphalt rate from 0.02 to 0.06 gal/sq yd. If additional water is added to the asphaltic emulsions,the resultant mixture must not be more than 1 part asphaltic emulsion to 1 part water. You determine the dilution rate. If the fog seals become tacky, sprinkle water as required. Page 75 of 183 If fog seals and chip seals are on the same project, the joint between the seal coats must be neat and uniform. 37-4.02D Payment The Department does not adjust the unit price for an increase or decrease in the asphaltic emulsion quantity. 37-4.03 FLUSH COATS 37-4.03A General 37-4.03A(1) Summary Section 37-4.03 includes specifications for applying flush coats. Applying a flush coat includes applying a fog seal coat followed by sand. 37-4.03A(2) Definitions Reserved 37-4.03A(3) Submittals At least 15 days before use, submit: 1. Proposed target X values for sand gradation. 2. Gradation test results for sand Submit quality control test results for sand gradation within 2 business days of sampling. 37-4.03A(4) Quality Assurance 37-4.03A(4)(a)General Reserved 37-4.03A(4)(b) Quality Control For sand,the authorized laboratory must perform sampling and testing at the specified frequency and location for the following quality characteristics: Sand Quality Control Quality characteristic Test method Minimum sampling Location of and testing frequency sampling Gradation (% passing by weight) California Test 1 per day See California 202 Test125 37-4.03A(4)(c) Department Acceptance Flush coat acceptance is based on fog seal acceptance and the following: 1. Visual inspection for uniform application of sand. 2. Sand acceptance is based on the Department's sampling and testing for compliance with the requirements shown in the following table: Page 76 of 183 Sand Gradation Acceptance Criteria Quality characteristic Test method Requirement Gradation (% passing by weight) Sieve size: 3/8" 100 No.4 93-100 No. 8 California Test 202 61-99 No. 16 X ± 13 No. 30 X ± 12 No. 50 X ±9 No.100 1-15 No. 200 0-10 NOTE: "X"is the gradation that you propose to furnish for the specific sieve size. 37-4.03B Material 37-4.03B(1) General Reserved 37-4.03B(2) Sand Sand must be free from deleterious coatings, clay balls, roots, bark, sticks, rags, and other extraneous material. Sand for a flush coat must comply with the gradations shown in the following table: Sand Gradation Quality characteristic Test method Requirement Gradation (% passing by weight) Sieve size: 3/8" 100 No.4 93-100 No. 8 California Test 202 61-99 No. 16 X± 13 No. 30 X± 12 No. 50 X±9 No.100 1-15 No. 200 0-10 NOTE: "X"is the gradation that you propose to furnish for the specific sieve size. Fine aggregate sizes must be distributed such that the difference between the total percentage passing the No. 16 and No. 30 sieves is from 10 to 40, and the difference between the percentage passing the No. 30 and No. 50 sieves is from 10 to 40. 37-4.03C Construction 37-4.03C(1) General During flush coat activities, close adjacent lanes to traffic. Do not track asphaltic emulsion on existing pavement surfaces. Apply sand immediately after applying asphaltic emulsions. Spread sand aggregate with a mechanical device that spreads sand at a uniform rate over the full width of a traffic lane in a single application. Spread sand at a rate from 2 to 6 Ib/sq yd. You determine the application rates for sand and the Engineer authorizes the application rate. 37-4.03C(2) Sweeping Sweep loose sand material remaining on the surface 24 hours after application. Page 77 of 183 37-4.03D Payment The Department does not adjust the unit price for an increase or decrease in the sand cover(seal) quantity. 37-5 PARKING AREA SEALS 37-5.01 GENERAL 37-5.01A Summary Section 37-5 includes specifications for applying parking area seals. Sealing a parking area consists of spreading a mixture of asphaltic emulsion, aggregate, polymer, and water. 37-5.0113 Definitions Reserved 37-5.01C Submittals At least 15 days before starting placement, submit a 20 lb sample of the aggregate to be used. At least 10 days before starting placement, submit: 1. Name of the authorized laboratory to perform testing and mix design. 2. Laboratory report of test results and a proposed mix design. The report and mix design must include the specific materials to be used and show a comparison of test results and specifications. The mix design report must include the quantity of water allowed to be added at the job site. The authorized laboratory performing the tests must sign the original laboratory report and mix design. 3. Manufacturer's data for oil seal primer and polymer. If the mix design consists of the same materials covered by a previous laboratory report, you may submit the previous laboratory report that must include material testing data performed within the previous 12 months for authorization. If you request substitute materials, submit a new laboratory report and mix design at least 10 days before starting placement. Submit a certificate of compliance for the parking area seal material. Immediately after sampling, submit two 1-quart plastic containers of parking area seal taken in the presence of the Engineer. Samples must be submitted in insulated shipping containers. 37-5.01 D Quality Assurance 37-5.01D(1) General Reserved 37-5.01 D(2) Quality Control 37-5.01 D(2)(a) General Reserved 37-5.01D(2)(b) Asphaltic Emulsions For an asphaltic emulsion, the authorized laboratory must perform quality control sampling and testing at the specified frequency and location for the following quality characteristics: Page 78 of 183 Asphaltic Emulsion Quality characteristic Test Method Minimum sampling Sampling and testing frequency location Saybolt Furol Viscosity, at 25°C Sa bolt Furol seconds Sieve Test(%) AASHTO T 59 Minimum 1 per day Distributor truck Storage stability, 1 day(%) per delivery truck Residue by distillation (%) Particle chargea Tests on Residue from Distillation Test Penetration, 25°C AASHTO T 49 Ductility AASHTO T 51 Minimum 1 per day Distributor truck Solubility in trichloroethylene AASHTO T 44 per delivery truck 'if the result of the particle char is inconclusive, the asphaltic emulsion must be tested for pH under ASTM E70. Grade QS1 h asphaltic emulsion must have a minimum pH of 7.3. Grade CQS1 h asphaltic emulsion must have a maximum pH of 6.7. 37-5.01 D(2)(c) Sand For sand,the authorized laboratory must perform sampling and testing at the specified frequency and location for the following quality characteristics: Sand Quality Control Quality characteristic Test method Minimum sampling Location of and testing frequency sampling Gradation (% passing by weight) California Test 202 One per project See California Test 125 37-5.01 D(2)(d) Parking Area Seals For a parking area seal, the authorized laboratory must perform quality control sampling and testing at the specified frequency for the following quality characteristics: Parking Area Seal Requirements Quality characteristic Test method Frequency Mass per liter k ASTM D244 Cone penetration (mm) California Test 413 Nonvolatile % ASTM D2042a Nonvolatile soluble in trichloroeth lene % One per project Wet track abrasion /m ASTM D3910 Dried film color -- Viscosity KU ASTM D562 aWeigh 10 g of homogenous material into a previously tarred, small can. Place in a constant temperature oven at 165 ± 5 °C for 90 ± 3 minutes. Cool, reweigh, and calculate nonvolatile components as a percent of the original weight. bKrebs units 37-5.01 D(3) Department Acceptance Parking area seal acceptance is based on: 1. Visual inspection for: 1.1. Uniform surface texture throughout the work limits 1.2 Marks in the surface: 1.2.1. Up to 4 marks in the completed parking area seal that are up to 1 inch wide and up to 6 inches long per 1,000 square feet of parking area seal placed. 1.2.2. No marks in the completed parking area seal surface that are over 1 inch wide or 6 inches long. Page 79 of 183 1.2. Raveling consisting of the separation of the aggregate from the asphaltic emulsion 1.3. Bleeding consisting of the occurrence of a film of asphaltic material on the surface of the parking area seal 1.4 Delaminating of the parking area seal from the existing pavement 1.5 Rutting or wash-boarding 2. The Department's sampling and testing of aggregate for compliance with 100 percent passing no. 16 sieve under California Test 202 3. The Department's sampling and testing for compliance with the requirements shown in the following table: Parking Area Seal Acceptance Criteria Quality characteristic Test method Requirement Mass per liter min, k ASTM D244 1.1 Cone penetration (mm) California Test 413 340-700 Nonvolatile min % ASTM D2042a 50 Nonvolatile soluble in trichloroethylene(%) 10-35 Wet track abrasion (max, g/m2) ASTM D3910 380 Dried film color -- Black Viscosity(min, KU)b ASTM D562 75 aWeigh 10 g of homogenous material into a previously tared, small ointment can. Place in a constant temperature oven at 165±5 °C for 90±3 minutes. Cool, reweigh, and calculate nonvolatile components as a percent of the original weight. bKrebs units 37-5.02 MATERIALS 37-5.02A General Aggregate must be clean, hard, durable, uncoated, and free from organic and deleterious substances. One hundred percent of the aggregate must pass the no. 16 sieve. Asphaltic emulsion must be either Grade SS1 h or CSS1 h, except the values for penetration at 25 degrees C for tests on residue from distillation must be from 20 to 60. Polymer must be either neoprene, ethylene vinyl acetate, or a blend of butadiene and styrene. Oil seal primer must be a quick-drying emulsion with admixtures. Oil seal primer must be manufactured to isolate the parking area seal from pavement with residual oils, petroleum grease, and spilled gasoline. Crack sealant must comply with section 37-6. Water must be potable and not separate from the emulsion before the material is placed. 37-5.0213 Mix Design The proposed mix design for a parking area seal must comply with the requirements shown in the following table: Page 80 of 183 Parking Area Seal Mix Design Requirements Quality characteristic Test method Requirement Mass per liter mink ASTM D244 1.1 Cone penetration (mm) California Test 413 340-700 Nonvolatile min % ASTM D2042a 50 Nonvolatile soluble in trichloroethylene(°/o) 10-35 Wet track abrasion (max, g/m2) ASTM D3910 380 Dried film color -- Black Viscosity(min, KU)b ASTM D562 75 'Weigh 10 g of homogenous material into a previously tarred, small ointment can. Place in a constant temperature oven at 165±5 °C for 90±3 minutes. Cool, reweigh, and calculate nonvolatile components as a percent of the original weight. bKrebs units A parking area seal must contain a minimum of 2 percent polymer by volume of undiluted asphaltic emulsion. 37-5.02C Proportioning Parking area seal ingredients must be mixed at a central plant. The plant must include mechanical or electronic controls that consistently proportion the ingredients. Mix an asphaltic emulsion with the other ingredients mechanically. Store the parking area seal in a tank equipped with mixing or agitation devices. Keep stored materials thoroughly mixed. Protect stored materials from freezing conditions. 37-5.03 CONSTRUCTION 37-5.03A General Request that the Engineer shut off the irrigation control system at least 5 days before placing the seal. Do not water plants adjacent to the seal at least 24 hours before and after the seal coat placement. 37-5.0313 Surface Preparations If cracks in the existing pavement are from 1/4 to 1 inch wide, treat the cracks under section 37-6. Do not place the parking area seals until the Engineer determines that the crack treatments are cured. If cracks in the existing pavement are greater than 1 inch wide, the Engineer orders the repair.This work is change order work. After any crack treatment and before placing parking area seals, clean the pavement surface, including removal of oil and grease spots. Do not use solvents. If cleaning the pavement with detergents,thoroughly rinse with water.Allow all water to dry before placing parking area seals. You must seal oil and grease spots that remain after cleaning. Use an oil seal primer and comply with the manufacturer's instructions. If the existing pavement has oil and grease spots that do not come clean and sealing is insufficient, the Engineer orders the repair of the pavement.This work is change order work. Before placing the parking area seals, dampen the pavement surface using a distributor truck. Place the seal on the damp pavement but do not place it with standing water on the pavement. 37-5.03C Placement If adding water at the job site based on the manufacturer's instructions for consistency and spreadability, do not exceed 15 percent by volume of undiluted asphaltic emulsion. Place the parking area seals in 1 or more application.The seals must be uniform and smooth,free of ridges or uncoated areas. Page 81 of 183 If placing in multiple applications, allow the last application to thoroughly dry before the subsequent application. Do not allow traffic on the parking area seals for at least 24 hours after placement. Do not stripe over the parking area seals until it is dry. 37-5.04 PAYMENT The payment quantity for parking area seal is the weight determined by combining the weights of the aggregate and asphaltic emulsion. The payment quantity for parking area seal does not include the added water and set-control additive. 37-6 CRACKTREATMENTS 37-6.01 GENERAL 37-6.01A Summary Section 37-6 includes specifications for treating cracks in asphalt concrete pavement. 37-6.01 B Definitions Reserved 37-6.01C Submittals If your selected crack treatment material is on the Authorized Material List for flexible pavement crack treatment material, submit a certificate of compliance including: 1. Manufacturer's name 2. Production location 3. Brand or trade name 4. Designation 5. Batch or lot number 6. Crack treatment material type 7. Contractor or subcontractor name 8. Contract number 9. Lot size 10. Shipment date 11. Manufacturer's signature If your selected crack treatment material is not on the Authorized Material List for flexible pavement crack treatment material, submit a sample and test results from each batch or lot 20 days before use. Testing must be performed by an authorized laboratory and test results must show compliance with the specifications.Test reports must include the information specified for the certificate of compliance submittal. Each hot-applied crack treatment material sample must be a minimum of 3 lb and submitted in a silicone release container. Each cold-applied crack treatment material sample must be a minimum of 2 quarts and submitted in a plastic container. At least 10 days before the start of work, submit sand gradation test results under California Test 202. Submit the following with each delivery of crack treatment material to the job site: 1. Manufacturer's heating and application instructions 2. Manufacturer's SIDS 3. Name of the manufacturer's recommended detackifying agent 37-6.01 D Quality Assurance 37-6.01D(1) General Hot-applied crack treatment material must be sampled at least once per project in the Engineer's presence. Collect two 3-pounds-minimum samples of crack treatment material from the dispensing wand into silicone release boxes. Page 82 of 183 Cold-applied crack treatment material must be sampled at least once per project in the Engineer's presence. Collect 2 samples of crack treatment material from the dispensing wand into 1-quart containers. 37-6.01D(2) Quality Control Reserved 37-6.01 D(3) Department Acceptance Crack treatment acceptance is based on: 1. Visual inspection for uniform filling of cracks throughout the work limits including: 1.2. Crack treatment is not more than a 1/4 inch below the specified level 1.3. Sealant failures 1.4. Crack re-opening 1.5. Crack overbanding is less than 3 inches wide 2. The Department's sampling and testing for compliance with the requirements shown in the following table: Crack Treatment Acceptance Criteria Quality characteristica Test method b Requirement Type 1 Type 2 Type 3 Type 4 Type 5 Softening point min, °C ASTM D36 102 96 90 84 84 Cone penetration at 77 °F (max) ASTM D5329 35 40 50 70 90 Resilience at 77°F, una ed % ASTM D5329 20-60 25-65 30-70 35-75 40-80 Flexibilit °C ° ASTM D3111 0 0 0 -11 -28 Tensile adhesion min, % ASTM D5329 300 400 400 500 500 Specific gravity(max) ASTM D70 1.25 1.25 1.25 1.25 1.25 Asphalt compatibility ASTM D5329 Pass Pass Pass Pass Pass Sieve test % passing) See note d 100 100 100 100 100 aCold-applied crack treatment material residue collected under ASTM D6943, Method B and sampled under ASTM D140 must comply with the grade specified. bExcept for viscosity, cure each specimen at a temperature of 23±2 °C and a relative humidity of 50± 10 percent for 24±2 hours before testing. °For the flexibility test, the specimen size must be 6.4±0.2 mm thick by 25±0.2 mm wide by 150±0.5 mm long. The test mandrel diameter must be 6.4±0.2 mm.The bend arc must be 180 degrees. The bend rate must be 2± 1 seconds.At least 4 of 5 test specimens must pass at the specified test temperature without fracture, crazing, or cracking. dFor hot-applied crack treatment, dilute with toluene and sieve through a no. 8 sieve. For cold-applied crack treatment, sieve the material as-received through a no. 8 sieve. If the manufacturer provides a statement that added components passed the no. 16 sieve before blending, this requirement is void. 37-6.02 MATERIALS 37-6.02A General Reserved 37-6.02B Crack Treatment Material A crack treatment material must comply with the requirements shown in the following table: Page 83 of 183 Crack Treatment Material Quality characteristic' Test method b Requirement Type 1 Type 2 Type 3 Type 4 Type 5 Softening point min °C ASTM D36 102 96 90 84 84 Cone penetration at 77 °F (max) ASTM D5329 35 40 50 70 90 Resilience at 77°F, unaged (%) ASTM D5329 20-60 25-65 30-70 35-75 40-80 Flexibility(°C)° ASTM D3111 0 0 0 -11 -28 Tensile adhesion (min, %) ASTM D5329 300 400 400 500 500 Specific gravity(max) ASTM D70 1.25 1.25 1.25 1.25 1.25 Asphalt compatibility ASTM D5329 Pass Pass Pass Pass Pass Sieve test(% passing) See note d 100 100 100 100 100 'Cold-applied crack treatment material residue collected under ASTM D6943, Method B and sampled under ASTM D140 must comply with the grade specifications. bExcept for viscosity, cure each specimen at a temperature of 23±2 °C and a relative humidity of 50± 10 percent for 24±2 hours before testing. °For the flexibility test, the specimen size must be 6.4±0.2 mm thick by 25±0.2 mm wide by 150±0.5 mm long.The test mandrel diameter must be 6.4±0.2 mm. The bend arc must be 180 degrees.The bend rate must be 2 ± 1 seconds. At least 4 of 5 test specimens must pass at the specified test temperature without fracture, crazing, or cracking. dFor hot-applied crack treatment, dilute with toluene and sieve through a no. 8 sieve. For cold-applied crack treatment, sieve the material as-received through a no. 8 sieve. If the manufacturer provides a statement that added components passed the no. 16 sieve before blending, this requirement is void. A crack treatment material must be delivered to the job site with the information listed below. If crack treatment material is delivered to the job site in containers, each container must be marked with the following information. 1. Manufacturer's name 2. Production location 3. Brand or trade name 4. Designation 5. Crack treatment trade name 6. Batch or lot number 7. Maximum heating temperature 8. Expiration date for cold application only Hot-applied crack treatment must be delivered to the job site premixed in cardboard containers with meltable inclusion liners or in a fully meltable package. Cold-applied crack treatment must have a minimum shelf life of 3 months from the date of manufacture. 37-6.02C Sand Sand applied to tacky crack treatment material must be clean,free of clay, and comply with the gradation shown in the following table: Sand Gradation Quality characteristic Test method Requirement Gradation (% passing by weight) Sieve size: No.4 California Test 202 100 No. 50 0-30 No. 200 0-5 37-6.03 CONSTRUCTION Treat cracks from 1/4 to 1 inch in width for the entire length of the crack. Fill or repair cracks wider than 1 inch as ordered. Filling cracks wider than 1 inch is change order work. Page 84 of 183 If treating cracks on a traffic lane adjacent to a shoulder, treat the cracks on the shoulder. For hot-applied crack treatment material, rout cracks or saw cut to form a reservoir. Cracks must be clean and dry before treating. Before treating, blast cracks with oil-free compressed air at a pressure of at least 90 psi. If the pavement temperature is below 40 degrees F or if there is evidence of moisture in the crack, use a hot air lance immediately before applying crack treatment. The hot air lance must not apply flame directly on the pavement. Heat and apply hot-applied crack treatment material under with the manufacturer's instructions. Apply cold-applied crack treatment material with a distributor kettle, a piston, or a diaphragm barrel pump that can deliver from 50 to 75 psi. The application line must have a pressure gauge and a filter. The pressure in the application line must not exceed 20 psi. The pressure gauge must have a regulator. Use a high-pressure hose with a 1/2-inch NPT swivel connection and a dispensing wand. Apply crack treatment with a nozzle inserted into the crack. Fill the crack flush. If after 2 days the crack treatment is more than 1/4 inch below the specified level, the sealant fails, or the crack re-opens, re-treat the crack. Immediately remove crack treatment material that is spilled or deposited on the pavement surface. Before opening to traffic, apply sand or the manufacturer's recommended detackifying agent to tacky crack treatment material on the traveled way. Sweep up excess sand before opening to traffic. 37-6.04 PAYMENT The payment quantity for crack treatment is the length measured in lane miles along the edge of each paved lane parallel to the pavement's centerline. The payment for a lane includes crack treatment of the adjacent shoulder. 37-7-37-10 RESERVED nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 39 ASPHALT CONCRETE 07-15-16 Replace SP-2 at each occurrence in section 39 with: 01-15-16 MS-2 Replace the 3rd paragraph of section 39-2.01A(1)with: 07-15-16 WMA technologies must be on the Authorized Material List for WMA authorized technologies. Add between the 3rd and 4th paragraphs of section 39-2.01A(1): 04-15-16 For HMA that uses asphalt binder containing crumb rubber modifier, submit a Crumb Rubber Usage Report form monthly and at the end of the project. Page 85 of 183 Add to the table in the 4th paragraph of section 39-2.01A(1): 01-15-16 Asphalt Institute MS-2 7th edition 2015 Add to item 8 in the 4th paragraph of section 39-2.01A(3)(b)(i): 07-15-16 except lime supplier and source Replace the headings and paragraphs of section 39-2.01A(3)(i)with: 01-15-16 39-2.01A(3)(i) Reserved Replace the 2nd sentence in the 3rd paragraph of section 39-2.01A(4)(b)with: 01-15-16 Submit 3 parts and keep 1 part. Add between single and test in the 7th paragraph of section 39-2.01A(4)(i)(1): 07-15-16 aggregate or HMA Replace the 1st paragraph of section 39-2.01 B(2)(b)with: 07-15-16 If the proposed JMF indicates that the aggregate is being treated with dry lime or lime slurry with marination, or the HMA with liquid antistrip, then testing the untreated aggregate under AASHTO T 283 and AASHTO T 324 is not required. If HMA treatment is required or being used by the Contractor, determine the plasticity index of the aggregate blend under California Test 204. Add between aggregate and with dry lime in the 3rd and 4th paragraphs of section 39-2.01 B(2)(b): 07-15-16 blend Replace the 9th through 11th paragraphs of section 39-2.01 B(8)(a)with: 07-15-16 HMA must be produced at the temperatures shown in the following table: HMA Production Temperatures HMA compaction Temperature(°F) HMA Density based <-325 Method 305-325 HMA with W MA technology Density based 240-325 Method 260-325 Page 86 of 183 04-15-16 Delete the 1st paragraph of section 39-2.01B(11). Add after the 2nd paragraph of section 39-2.01 B(11): 04-15-16 For miscellaneous areas and dikes: 1. Choose the aggregate gradation from: 1.1. 3/8-inch Type A HMA aggregate gradation 1.2. 1/2-inch Type A HMA aggregate gradation 1.3. 1/2-inch dike mix aggregate gradation 2. Choose asphalt binder Grade PG 64-10, PG 64-16 or PG 70-10. 3. Minimum asphalt binder content must be: 3.1. 6.40 percent for 3/8-inch Type A HMA aggregate gradation 3.2. 5.70 percent for 1/2-inch Type A HMA aggregate gradation 3.3. 6.40 percent for 1/2-inch dike mix aggregate gradation If you request and the Engineer authorizes, you may reduce the minimum asphalt binder content. Aggregate gradation for 1/2-inch dike mix must be within the TV limits for the specified sieve size shown in the following table: Aggregate Gradation for 1/2-inch Dike Mix (Percentage Passing) Sieve size Target value limit Allowable tolerance 3/4" 100 -- 1/2" 90-95 TV±5 No.4 70-75 TV±5 No. 8 23-25 TV±5 No. 50 15-35 TV±5 No. 200 7.0-13.0 TV±2.0 Replace item 4 in the 2nd paragraph of section 39-2.01C(1)with: 07-15-16 4. For method compaction: 4.1. The temperature of the HMA and the HMA produced with WMA water injection technology in the windrow does not fall below 260 degrees F 4.2. The temperature of the HMA produced using WMA additive technology in the windrow does not fall below 250 degrees F 07-15-16 Delete item 3 in the 8th paragraph of section 39-2.01C(1). Replace 39-2.01A(3)(m)(iv)in the 6th paragraph of section 39-2.01 C(3)(e)with: 01-15-16 36-3.01 C(3) Replace 2.06 in the 4th paragraph of section 39-2.01C(3)(f)with: 07-15-16 2.05 Page 87 of 183 Add to the end of section 39-2.01 C(15)(b): 07-15-16 The compacted lift thickness must not exceed 0.25 foot. Add between rectangles and with in the 4th paragraph of section 39-2.01C(16): 04-15-16 half the lane width, Add between to and the in item 1 of the 4th paragraph of section 39-2.01 C(16): 04-15-16 and along 07-15-16 Delete coat in the 5th paragraph of section 39-2.01C(16). Replace 37 in the 5th paragraph of section 39-2.01 C(16)with: 07-15-16 37-4.02 Replace section 39-2.02A(3)(b)with: 01-15-16 The JMF must be based on the superpave HMA mix design as described in MS-2 Asphalt Mix Design Methods by the Asphalt Institute. Add between the 1st and 2nd paragraphs of section 39-2.02C: 07-15-16 If the ambient air temperature is below 60 degrees F, cover the loads in trucks with tarpaulins. If the time for HMA discharge to truck at the HMA plant until transfer to paver's hopper is 90 minutes or greater and if the ambient air temperature is below 70 degrees F, cover the loads in trucks with tarpaulins, unless the time from discharging to the truck until transfer to the paver's hopper or the pavement surface is less than 30 minutes.The tarpaulins must completely cover the exposed load until you transfer the mixture to the paver's hopper or the pavement surface. Replace the table in the 2nd paragraph of section 39-2.02C with: 07-15-16 Minimum Ambient Air and Surface Temperatures Lift thickness Ambient air(OF) Surface('IF) (feet) Unmodified Modified asphalt Unmodified asphalt Modified asphalt asphalt binder binder binder binder Type A HMA and T e A HMA produced with WMA water in'ection technology <0.15 55 50 60 55 >_0.15 45 45 50 50 Type A HMA produced with WMA additive technology <0.15 45 45 50 45 >_0.15 40 40 40 40 Page 88 of 183 07-15-16 Delete the 3rd paragraph of section 39-2.02C. Add between HMA and placed in the 1st sentence of the 4th paragraph of section 39-2.02C: 07-15-16 and Type A HMA produced with WMA water injection technology Add between the 4th and the 5th paragraphs of section 39-2.02C: 07-15-16 For Type A HMA produced with WMA additive technology placed under method compaction, if the asphalt binder is: 1. Unmodified,complete: 1.1 1 st coverage of breakdown compaction before the surface temperature drops below 240 degrees F 1.2. Breakdown and intermediate compaction before the surface temperature drops below 190 degrees F 1.3. Finish compaction before the surface temperature drops below 140 degrees F 1.4 You may continue static rolling below 140 degrees F to remove roller marks. 2. Modified,complete: 2.1. 1 st coverage of breakdown compaction before the surface temperature drops below 230 degrees F 2.2. Breakdown and intermediate compaction before the surface temperature drops below 170 degrees F 2.3. Finish compaction before the surface temperature drops below 130 degrees F 2.4. You may continue static rolling below 130 degrees F to remove roller marks. Replace the 2nd paragraph of section 39-2.03A(3)(b)with: 01-15-16 The JMF must be based on the superpave HMA mix design as described in MS-2 Asphalt Mix Design Methods by the Asphalt Institute. Replace the requirement in the row for Voids in mineral aggregate on plant produced HMA in the 2nd table in section 39-2.03A(4)(e)(i)with: 01-15-16 18.0-23.0 Add before the 1st paragraph of section 39-2.03A(4)(e)(ii)(C): 04-15-16 CRM used must be on the Authorized Materials List for Crumb Rubber Modifier. CRM must be a ground or granulated combination of scrap tire crumb rubber and high natural scrap tire crumb rubber, CRM must be 75.0 ±2.0 percent scrap tire crumb rubber and 25.0 ±2.0 percent high natural scrap tire crumb rubber by total weight of CRM. Scrap tire crumb rubber and high natural scrap tire crumb rubber must be derived from waste tires described in Pub Res Code § 42703. Page 89 of 183 Replace the row for Hamburg wheel track in the table in section 39-2.03B(2)with: 01-15-16 Hamburg wheel track(min, number of passes at the inflection AASHTO T 324 point) (Modified)d Binder grade: PG 58 10,000 PG 64 12,500 PG 70 15,000 Replace RHMA-G in the 3rd and 5th paragraphs of section 39-2.03C with: 07-15-16 RHMA-G and RHMA-G produced with WMA water injection technology Add between the 5th and 6th paragraphs of section 39-2.03C: 07-15-16 For RHMA-G produced with WMA additive technology placed under method compaction: 1. Complete the 1 st coverage of breakdown compaction before the surface temperature drops below 260 degrees F 2. Complete breakdown and intermediate compaction before the surface temperature drops below 230 degrees F 3. Complete finish compaction before the surface temperature drops below 180 degrees F 4. You may continue static rolling below 140 degrees F to remove roller marks Replace the 6th and 7th paragraphs of section 39-2.04C with: 07-15-16 For HMA-O and HMA-O produced with WMA water injection technology: 1. With unmodified asphalt binder: 1.1. Spread and compact only if the atmospheric temperature is at least 55 degrees F and the surface temperature is at least 60 degrees F. 1.2. Complete the 1st coverage using 2 rollers before the surface temperature drops below 240 degrees F. 1.3. Complete all compaction before the surface temperature drops below 200 degrees F. 2. With modified asphalt binder, except asphalt rubber binder: 2.1. Spread and compact only if the atmospheric temperature is at least 50 degrees F and the surface temperature is at least 50 degrees F. 2.2. Complete the 1 st coverage using 2 rollers before the surface temperature drops below 240 degrees F. 2.3. Complete all compaction before the surface temperature drops below 180 degrees F. For HMA-O produced with WMA additive technology: 1. With unmodified asphalt binder: 1.1. Spread and compact only if the atmospheric temperature is at least 45 degrees F and the surface temperature is at least 50 degrees F. 1.2. Complete the 1 st coverage using 2 rollers before the surface temperature drops below 230 degrees F. 1.3. Complete all compaction before the surface temperature drops below 190 degrees F. 2. With modified asphalt binder, except asphalt rubber binder: 2.1. Spread and compact only if the atmospheric temperature is at least 40 degrees F and the surface temperature is at least 40 degrees F. 2.2. Complete the 1 st coverage using 2 rollers before the surface temperature drops below 230 degrees F. Page 90 of 183 2.3. Complete all compaction before the surface temperature drops below 170 degrees F. Replace RHMA-O and RHMA-O-HB in the 8th paragraph of section 39-2.04C with: 07-15-16 RHMA-O and RHMA-O produced with WMA water injection technology, and RHMA-O-HB and RHMA-O- HB produced with WMA water injection technology Add between the 8th and 9th paragraphs of section 39-2.04C: 07-15-16 For RHMA-O produced with WMA additive technology and RHMA-O-HB produced with WMA additives technology: 1. Spread and compact if the ambient air temperature is at least 45 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 270 degrees F 3. Complete all compaction before the surface temperature drops below 240 degrees F Add to the 2nd paragraph of section 39-2.05A(3)(b): 01-15-16 The material transfer vehicle must receive HMA directly from the truck. Replace Table 6.1 at each occurrence in the table in section 39-2.05B(2)with: 01-15-16 Table 8.1 Replace SP-2 Asphalt Mixture in the 1st footnote in the table in the 2nd paragraph of section 39- 2.05B(2)(b)with: 01-15-16 MS-2 Asphalt Mix Design Methods Replace Manual Series No. 2(MS-2) in the 1st footnote in the table in the 2nd paragraph of section 39-2.05B(2)(b)with: 01-15-16 MS-2 Asphalt Mix Design Methods Replace 39-3.05 in the 1st paragraph of section 39-3.04Awith: 01-15-16 39-3.04 Add to the end of section 39-3.04A: 07-15-16 Schedule cold planing activities such that the pavement is cold planed, the HMA is placed, and the area is opened to traffic during the same work shift. 07-15-16 Delete the 2nd sentence of the 1st paragraph in section 39-3.04C(4). Page 91 of 183 Replace 39-3.06 in the 1st paragraph of section 39-3.05Awith: 01-15-16 39-3.05 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION VI STRUCTURES 47 EARTH RETAINING SYSTEMS 07-15-16 Replace the 6th paragraph in section 47-2.02A with: 07-15-16 Rock for rock slope protection at drain pipe outlets must be small-rock slope protection and must comply with the gradation specified for 7-inch-thick layer in section 72-4.02. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 49 PILING 07-15-16 04-15-16 Delete the 2nd paragraph of section 49-1.01 A. Replace the 1st sentence in the 5th paragraph of section 49-1.01 D(3)with: 07-15-16 Load test and anchor piles must comply with the specifications for piling as described and Class N steel pipe piling. Add to the list in 7th paragraph of section 49-1.01 D(3): 07-15-16 5. Welds that connect the anchor pile and the anchor pile head must be tested under section 49- 2.02A(4)(b)(iii)(C) Replace the 10th paragraph of section 49-1.01 D(3)with: 07-15-16 Furnish labor, materials,tools, equipment, and incidentals as required to assist the Department in the transportation, installation, operation, and removal of Department-furnished steel load test beams,jacks, bearing plates, drills, and other test equipment. This is change order work. Replace the 7th paragraph of section 49-1.01 D(4)with: 07-15-16 Piles to be dynamically monitored must: 1. Have an additional length of 2 times the pile diameter plus 2 feet. 2. Be available to the Department at least 2 business days before driving. 3. Be safely supported at least 6 inches off the ground in a horizontal position on at least 2 support blocks. If requested, rotate the piles on the blocks. 4. Be positioned such that the Department has safe access to the entire pile length and circumference for the installation of anchorages and control marks for monitoring. Page 92 of 183 07-15-16 Delete business in item 6 in the list in the 8th paragraph of section 49-1.01 D(4). Add to the list in 9th paragraph of section 49-1.01D(4): 07-15-16 3. Cut pile to the specified cut-off elevation after bearing acceptance criteria is provided by the Department 04-15-16 Delete the 3rd paragraph of section 49-1.03. 04-15-16 Delete the 2nd paragraph of section 49-1.04. 01-15-16 Delete the 4th paragraph of section 49-2.01C(5). Replace item 3 in the list in the 2nd paragraph of section 49-3.01A with: 07-15-16 3. CISS concrete piles Add between undisturbed material and in a dry in the 1st paragraph of section 49-3.01C: 07-15-16 casing, or steel shell Replace the 2nd and 3rd paragraphs of section 49-3.01C with: 07-15-16 Place and secure reinforcement. Securely block the reinforcement to provide the minimum clearance shown between the reinforcing steel cage and the sides of the drilled hole, casing, or steel shell. Steel shells, casings, and drilled holes must be clean and free of debris before reinforcement and concrete are placed. Replace dewatered in the 4th paragraphs of section 49-3.01 C with: 07-15-16 drilled Add to section 49-3.02A(1): 07-15-16 Permanent steel casing and driven steel shell must comply with section 49-2.02. Replace the paragraph of section 49-3.02A(2)with: 07-15-16 dry hole: A drilled hole that requires no work to keep it free of water. dewatered hole: A drilled hole that: 1. Accumulates no more than 12 inches of water at the bottom during a 1 hour period without any pumping from the hole. Page 93 of 183 2. Has no more than 3 inches of water at the bottom immediately before placing concrete. 3. Does not require temporary casing to control the groundwater. Replace item 8 in the list in the 1st paragraph of section 49-3.02A(3)(b)with: 07-15-16 8. Drilling plan and sequence 9. Concrete sequence and placement plan 10. If inspection pipes are required, methods for ensuring the inspection pipes remain straight, undamaged, and properly aligned during concrete placement Replace 1 business day in the paragraph of section 49-3.02A(3)(d)with: 07-15-16 2 business days Add to section 49-3.02A(3)(d): 07-15-16 The log must: 1. Show the pile location,tip elevation, cutoff elevation, dates of excavation and concrete placement, total quantity of concrete placed, length and tip elevation of any casing, and details of any hole stabilization method and materials used. 2. Include an 8-1/2 by 11 inch graph of concrete placed versus depth of hole filled as follows: 2.1. Plot the graph continuously throughout concrete placement. Plot the depth of drilled hole filled vertically with the pile tip at the bottom and the quantity of concrete placed horizontally. 2.2. Take readings at each 5 feet of pile depth, and indicate the time of the reading on the graph. Add after the sentence in the paragraph of section 49-3.02A(3)(e): 07-15-16 Allow 10 days for the review. Replace the 3rd sentence in the paragraph of section 49-3.02A(3)(f)with: 07-15-16 Allow 10 days for the review and analysis of this report. Add after rejected pile in the 1st sentence in the 1st paragraph of section 49-3.02A(3)(g): 07-15-16 to be mitigated 07-15-16 Delete the 2nd paragraph of section 49-3.02A(3)(g). Replace item 3 in the list in the 3rd paragraph of section 49-3.02A(3)(g)with: 07-15-16 3. Step by step description of the mitigation work to be performed, including drawings if necessary. If the ADSC Standard Mitigation Plan is an acceptable mitigation method, include the most recent version. For the most recent version of the ADSC Standard Mitigation Plan, go to: http://www.dot.ca.gov/hq/esc/geotech/ft/adscmitplan.htm Page 94 of 183 Replace the 2nd sentence in the paragraph of section 49-3.02A(3)(i)with: 07-15-16 Allow 10 days for the review. Add to section 49-3.02A(3): 07-15-16 49-3.02A(3)0) Certifications If synthetic slurry is used, submit as an informational submittal the names and certifications of your employees who are trained and certified by the synthetic slurry manufacturer. Add after excavated hole in the 1st sentence in the 3rd paragraph of section 49-3.02A(4)(c): 07-15-16 lined with plastic Replace the 1st paragraph of section 49-3.02A(4)(d)(i)with: 07-15-16 Section 49-3.02A(4)(d)applies to CIDH concrete piles except for piles(1) less than 24 inches in diameter or(2)constructed in dry or dewatered holes. Replace gamma-gamma logging in the 2nd paragraph of section 49-3.02A(4)(d)(i)with: 07-15-16 GGL Replace the 1st sentence in the 3rd paragraph of section 49-3.02A(4)(d)(i)with: 07-15-16 After notification by the Engineer of pile acceptance,fill the inspection pipes and cored holes with grout. Replace gamma-gamma logging in section 49-3.02A(4)(d)(ii)with: 07-15-16 GGL Replace the 3rd and 4th paragraphs of section 49-3.02A(4)(d)(iii)with: 07-15-16 The Department may perform CSL to determine the extent of the anomalies identified by GGL and to further evaluate a rejected pile for the presence of anomalies not identified by GGL. The pile acceptance test report will indicate if the Department intends to perform CSL and when the testing will be performed. Allow the Department 20 additional days for a total of 50 days to perform CSL and to provide supplemental results. If authorized, you may perform testing on the rejected pile. 07-15-16 Delete the 8th paragraph of section 49-3.02A(4)(d)(iii). Add to the end of section 49-3.02A(4)(d)(iii): 07-15-16 If the Engineer determines it is not feasible to repair the rejected pile, submit a mitigation plan for replacement or supplementation of the rejected pile. Page 95 of 183 Add to section 49-3.02A(4): 07-15-16 49-3.02A(4)(e) Certifications If synthetic slurry is used, your employees who will be providing technical assistance in the slurry activities must be trained and certified by the synthetic slurry manufacturer to show their competency to perform inspection of slurry operations. Replace section 49-3.02B(4)with: 07-15-16 49-3.02B(4) Reserved Replace near in the 3rd, 4th,and 5th paragraphs of section 49-3.02B(6)(b)with: 07-15-16 within 2 feet of Replace twice per shift in item 2 in the 3rd paragraph of section 49-3.02B(6)(b)with: 07-15-16 every 4 hours 07-15-16 Delete the 7th and 8th paragraphs of section 49-3.02B(6)(b). 07-15-16 Delete the 3rd paragraph of section 49-3.02B(6)(c). Replace near in item 2 in the 4th paragraph of section 49-3.02B(6)(c)with: 07-15-16 within 2 feet of Replace item 5 in the 4th paragraph of section 49-3.02B(6)(c)with: 07-15-16 5. After final cleaning and immediately before placing concrete. Replace section 49-3.02B(9)with: 07-15-16 49-3.02B(9) Inspection Pipes Inspection pipes must be schedule 40 PVC pipe complying with ASTM D1785 with a nominal pipe size of 2 inches. Watertight PVC couplers complying with ASTM D2466 are allowed to facilitate pipe lengths in excess of those commercially available. Add to the beginning of section 49-3.02C(1): 07-15-16 Unless otherwise authorized, drilling the hole and placing reinforcement and concrete in the hole must be performed in a continuous operation. Page 96 of 183 Replace the 5th paragraph of section 49-3.02C(2)with: 07-15-16 If slurry is used during excavation, maintain the slurry level at a height required to maintain a stable hole, but not less than 10 feet above the piezometric head. Replace the 1st sentence in the 9th paragraph of section 49-3.02C(2)with: 07-15-16 Remove water that has infiltrated the dewatered hole before placing concrete, as required for dewatered hole. Replace the 1st sentence in the 10th paragraph of section 49-3.02C(2)with: 07-15-16 If authorized,to control caving or water seepage, you may enlarge portions of the hole, backfill the hole with slurry cement backfill, concrete, or other material, and redrill the hole to the diameter shown. Replace the 4th paragraph of section 49-3.02C(3)with: 07-15-16 Remove the temporary casing during concrete placement. Maintain the concrete in the casing at a level required to maintain a stable hole, but not less than 5 feet above the bottom of the casing, to prevent displacement of the concrete by material from outside the casing. Replace the 5th paragraph of section 49-3.02C(4)with: 07-15-16 For a single CIDH concrete pile supporting a column: 1. If the pile and the column share the same reinforcing cage diameter, this cage must be accurately placed as shown 2. If the pile reinforcing cage is larger in diameter than the column cage: 2.1. Maintain a clear horizontal distance of at least 3.5 inches between the two cages, if the concrete is placed under dry conditions 2.2. Maintain a clear horizontal distance of at least 5 inches between the two cages if the concrete is placed under slurry 2.3. The offset between the centerlines of the two cages must not exceed 6 inches Replace the paragraphs in section 49-3.02C(5)with: 07-15-16 For acceptance testing, install and test vertical inspection pipes as follows: 1. Log the location of the inspection pipe couplers with respect to the plane of pile cutoff. 2. Cap each inspection pipe at the bottom. Extend the pipe from 3 feet above the pile cutoff to the bottom of the reinforcing cage. Provide a temporary top cap or similar means to keep the pipes clean before testing. If pile cutoff is below the ground surface or working platform, extend inspection pipes to 3 feet above the ground surface or working platform. 3. If any changes are made to the pile tip, extend the inspection pipes to the bottom of the reinforcing cage. 4. Install inspection pipes in a straight alignment and parallel to the main reinforcement. Securely fasten inspection pipes in place and provide protective measures to prevent misalignment or damage to the inspection pipes during installation of the reinforcement and placement of concrete in the hole. Construct CIDH concrete piles such that the relative distance of inspection pipes to vertical steel reinforcement remains constant. 5. After concrete placement is complete,fill inspection pipes with water to prevent debonding of the pipe. 6. Provide safe access to the tops of the inspection pipes. Page 97 of 183 7. After placing concrete and before requesting acceptance testing, test each inspection pipe in the Engineer's presence by passing a rigid cylinder through the length of pipe. The rigid cylinder must be 1-1/4-inch diameter by 4.5-foot long, weigh 12 pounds or less, and be able to freely pass down through the entire length of the pipe under its own weight and without the application of force. 8. When performing acceptance testing, inspection pipes must provide a 2-inch-diameter clear opening and be completely clean, unobstructed, and either dry or filled with water as authorized. 9. After acceptance testing is complete, completely fill the inspection pipes with water. If the rigid cylinder fails to pass through the inspection pipe: 1. Completely fill the inspection pipes in the pile with water immediately. 2. Core a nominal 2-inch-diameter hole through the concrete for the entire length of the pile for each inspection pipe that does not pass the rigid cylinder. Coring must not damage the pile reinforcement. 3. Locate cored holes as close as possible to the inspection pipes they are replacing and no more than 5 inches clear from the reinforcement. Core holes using a double wall core barrel system with a split tube type inner barrel. Coring with a solid type inner barrel is not allowed. Coring methods and equipment must provide intact cores for the entire length of the pile. Photograph and store concrete cores as specified for rock cores in section 49-1.01 D(5). The coring operation must be logged by an engineering geologist or civil engineer licensed in the State and experienced in core logging. Coring logs must comply with the Department's Soil and Rock Logging, Classification, and Presentation Manual for rock cores. Coring logs must include core recovery, rock quality designation of the concrete, locations of breaks, and complete descriptions of inclusions and voids encountered during coring. The Department evaluates the portion of the pile represented by the cored hole based on the submitted coring logs and concrete cores. If the Department determines a pile is anomalous based on the coring logs and concrete cores, the pile is rejected. Replace item 2 in the list in the 2nd paragraph of section 49-3.02C(7)with: 07-15-16 2. Extend at least 5 feet below the construction joint. If placing casing into rock or a dry hole, the casing must extend at least 2 feet below the construction joint. Add to the beginning of section 49-3.02C(9): 07-15-16 49-3.02C(9)(a) General Replace the 2nd sentence of the 3rd paragraph of section 49-3.02C(9)with: 04-15-16 Do not vibrate the concrete. Add after concrete pump in the 8th paragraph of section 49-3.02C(9): 07-15-16 and slurry pump Replace item 3 in the list in the 11th paragraph of section 49-3.02C(9)with: 07-15-16 3. Maintain the slurry level at a height required to maintain a stable hole, but not less than 10 feet above the piezometric head. Page 98 of 183 Replace the 13th paragraph of section 49-3.02C(9)with: 07-15-16 Maintain a log of concrete placement for each drilled hole. Replace 14th and 15th paragraphs of section 49-3.02C(9)with: 07-15-16 If a temporary casing is used, maintain concrete placed under slurry at a level required to maintain a stable hole, but not less than 5 feet above the bottom of the casing.The withdrawal of the casing must not cause contamination of the concrete with slurry. The equivalent hydrostatic pressure inside the casing must be greater than the hydrostatic pressure on the outside of the casing to prevent intrusion of water, slurry, or soil into the column of freshly placed concrete. Remove scum, Iaitance, and slurry-contaminated concrete from the top of the pile. Add to section 49-3.02C(9): 07-15-16 49-3.02C(9)(b) Mineral Slurry Remove any caked slurry on the sides or bottom of hole before placing reinforcement. If concrete is not placed immediately after placing reinforcement, the reinforcement must be removed and cleaned of slurry, the sides of the drilled hole must be cleaned of caked slurry, and the reinforcement again placed in the hole for concrete placement. 49-3.02C(9)(c) Synthetic Slurry A manufacturer's representative must: 1. Provide technical assistance for the use of their material 2. Be at the job site before introduction of the synthetic slurry into the drilled hole 3. Remain at the job site until released by the Engineer After the manufacturer's representative has been released by the Engineer, your employee certified by the manufacturer must be present during the construction of the pile under slurry. Replace the heading of section 49-3.03 with: 07-15-16 CAST-IN-STEEL SHELL CONCRETE PILING Replace the 1st paragraph of section 49-3.03A(1)with: 07-15-16 Section 49-3.03 includes specifications for constructing CISS concrete piles consisting of driven open- ended or closed-ended steel shells filled with reinforcement and concrete. Add to the end of section 49-3.03A(1): 07-15-16 CISS concrete piles include Class 90 Alternative V and Class 140 Alternative V piles. Add to section 49-3.03A(3): 01-15-16 Submit a Pile and Driving Data Form under section 49-2.01 A(3)(a) if specified in the special provisions. Page 99 of 183 Replace the paragraph of section 49-3.03D with: 07-15-16 Furnish piling is measured along the longest side of the pile from the specified tip elevation shown to the plane of pile cutoff. Replace section 49-4.03 with: 01-15-16 49-4.03 CONSTRUCTION 49-4.03A General Reserved 49-4.03B Drilled Holes Drill holes for steel soldier piles into natural foundation material. Drilled holes must be accurately located, straight, and true. Furnish and place temporary casings or tremie seals where necessary to control water or to prevent caving of the hole. Before placing the steel soldier pile, remove loose materials existing at the bottom of the hole after drilling operations have been completed. Do not allow surface water to enter the hole. Remove all water in the hole before placing concrete. If temporary casings are used, they must comply with section 49-3.02C(3). 49-4.03C Steel Soldier Piles Plumb and align the pile before placing concrete backfill and lean concrete backfill. The pile must be at least 2 inches clear of the sides of the hole for the full length of the hole to be filled with concrete backfill and lean concrete backfill. Ream or enlarge holes that do not provide the clearance around steel piles. Maintain alignment of the pile in the hole while placing backfill material. Clean and prepare piles in anticipated heat affected areas before splicing steel piles or welding concrete anchors. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 50 PRESTRESSING CONCRETE 07-15-16 Add to the end of section 50-1.01 C: 07-15-16 50-1.01C(8) Post-tensioning Jack Calibration Chart Submit the post-tensioning jack calibration plot. 50-1.01C(9) Pretensioning Jack Calibration Chart For any pretensioning jack calibrated by an authorized laboratory, submit a certified calibration plot. Replace section 50-1.01 D(2)(b)with: 07-15-16 50-1.01 D(2)(b) Equipment and Calibration 50-1.01 D(2)(b)(i) General Each jack body must be permanently marked with the ram area. Each pressure gauge must be fully functional and have an accurately reading, clearly visible dial or display. The dial must be at least 6 inches in diameter and graduated in 100 psi increments or less. Page 100 of 183 Each load cell must be calibrated and have an indicator that can be used to determine the force in the prestressing steel. The range of each load cell must be such that the lower 10 percent of the manufacturer's rated capacity is not used in determining the jacking force. Each jack must be calibrated equipped with its gauges. Mechanically calibrate the gauges with a dead weight tester or other authorized means before calibration of the jacking equipment. 50-1.01D(2)(b)(ii) Post-tensioning Equip each hydraulic jack used to tension prestressing steel with 2 pressure gauges or 1 pressure gauge and a load cell. Only 1 pressure gauge must be connected to the jack during stressing. Each jack used to tension prestressing steel permanently anchored at 25 percent or more of its specified minimum ultimate tensile strength must be calibrated by METS within 1 year of use and after each repair. You must: 1. Schedule the calibration of the jacking equipment with METS. 2. Verify that the jack and supporting systems are complete, with proper components, and are in good operating condition. 3. Provide labor, equipment, and material to(1) install and support the jacking and calibration equipment and (2)remove the equipment after the calibration is complete. 4. Plot the calibration results. Each jack used to tension prestressing steel permanently anchored at less than 25 percent of its specified minimum ultimate tensile strength must be calibrated by an authorized laboratory within 180 days of use and after each repair. 50-1.01 D(2)(b)(iii) Pretensioning Each jack used to pretension prestressing steel must be calibrated, equipped with its gauges, by a laboratory on the Authorized Laboratory List within 1 year of use and after each repair. Calibrate pretensioning jacks: 1. Under ASTM E4 using an authorized laboratory. Certification that the calibration is performed to ASTM accuracy is not required. 2. In the presence of the Engineer. Notify the Engineer at least 2 business days before calibrating the jack. 3. Using 3 test cycles. Average the forces from each test cycle at each increment. 4. To cover the load range used in the work. Gauges for pretensioning jacks may: 1. Be electronic pressure indicators that display either: 1.1. Pressure in 100 psi increments or less 1.2. Load to 1 percent of the maximum sensor/indicator capacity or 2 percent of the maximum load applied,whichever is smaller 2. Have a dial less than 6 inches in diameter Gauges displaying pressure must have been calibrated within 1 year of the jack calibration. Each hydraulic jack used for pretensioning must be equipped with either 2 gauges or 1 gauge and a load cell or you must have a calibrated standby jack with its gauge present on site during stressing. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA Page 101 of 183 51 CONCRETE STRUCTURES 07-15-16 Add to the list in the 2nd paragraph of section 51-1.01A: 04-15-16 8. Pile extensions 07-15-16 9. Drainage inlets Add to the list in the 6th paragraph of section 51-1.01A: 07-15-16 7. Drainage inlets Add to section 51-1.021: 07-15-16 Metal frames, covers, grates, and other miscellaneous iron and steel used with drainage inlets must comply with section 75-2. Add to section 51-1.03B: 07-15-16 You may use PC drainage inlets as an alternative to CIP drainage inlets. Add between the 10th and 11th paragraphs of section 51-1.03C(2)(a): 07-15-16 For drainage inlets, extend the outside forms at least 12 inches below the top of the inlet. You may place concrete against excavated earth below this depth except: 1. You must use full-depth outside forms or other protection when work activities or unstable earth may cause hazardous conditions or contamination of the concrete. 2. You must increase the wall thickness 2 inches if placing concrete against the excavated surface.The interior dimensions must be as shown. Add to section 51-1.03C(2)(b): 07-15-16 For drainage inlets, remove exterior forms to at least 12 inches below the final ground surface. Exterior forms below this depth may remain if their total thickness is not more than 1 inch. Add to the list in the 2nd paragraph of section 51-1.03F(2): 07-15-16 4. Interior and top surfaces of drainage inlets Add to section 51-1.04: 07-15-16 The payment quantity for structural concrete, drainage inlet is the volume determined from the dimensions shown for CIP drainage inlets. Add to section 51-4.01 C(1): 07-15-16 For PC drainage inlets, submit field repair procedures and a patching material test sample before repairs are made.Allow 10 days for the Engineer's review. Page 102 of 183 Add to section 51-4.01C(2)(a): 07-15-16 For drainage inlets with oval or circular cross sections, submit shop drawings with calculations. Shop drawings and calculations must be sealed and signed by an engineer who is registered as a civil engineer in the State.Allow 15 days for the Engineer's review. Add to section 51-4.01 D(3): 07-15-16 The Engineer may reject PC drainage inlets exhibiting any of the following: 1. Cracks more than 1/32 inch wide 2. Nonrepairable honeycombed or spalled areas of more than 6 square inches 3. Noncompliance with reinforcement tolerances or cross sectional area shown 4. Wall, inlet floor, or lid less than minimum thickness 5. Internal dimensions less than dimensions shown by 1 percent or 1/2 inch, whichever is greater 6. Defects affecting performance or structural integrity Add to section 51-4.02C: 07-15-16 Materials for PC drainage inlets must comply with the following: 1. Preformed flexible joint sealant must be butyl-rubber complying with ASTM C990 2. Resilient connectors must comply with ASTM C923 3. Sand bedding must comply with section 19-3.02F(2) 4. Bonding agents must comply with ASTM C1059/C1059,Type II Add to section 51-4.02D: 07-15-16 51-4.02D(8) Drainage Inlets PC units for drainage inlets must be rectangular, round, or oval in cross section, or any combination. Transitions from a rectangular grate opening to a round or oval basin must be made in not less than 8 inches. Provide means for field adjustment to meet final grade, paving, or surfacing. If oval or circular shape cross-sections are furnished,they must comply with AASHTO LRFD Bridge Design Specifications, Sixth Edition with California Amendments. Wall and slab thicknesses may be less than the dimensions shown by at most 5 percent or 3/16 inch, whichever is greater. Reinforcement placement must not vary more than 1/2 inch from the positions shown. Add to section 51-4.03: 07-15-16 51-4.03H Drainage Inlets Repair PC drainage inlet sections to correct damage from handling or manufacturing imperfections before installation. Center pipes in openings to provide a uniform gap. Seal gaps between the pipe and the inlet opening with nonshrink grout under the grout manufacturer's instructions. For systems designated as watertight, seal these gaps with resilient connectors. Match fit keyed joints to ensure uniform alignment of walls and lids. Keys are not required at the inlet floor level if the floor is precast integrally with the inlet wall. Seal keyed joint locations with preformed butyl rubber joint sealant. You may seal the upper lid and wall joint with nonshrink grout. Page 103 of 183 Clean keyed joint surfaces before installing sealant. Joint surfaces must be free of imperfections that may affect the joint. Use a primer if surface moisture is present. Use a sealant size recommended by the sealant manufacturer. Set joints using sealant to create a uniform bearing surface. Flat drainage inlet floors must have a field-cast topping layer at least 2 inches thick with a slope of 4:1 (horizontal:vertical)toward the outlet. Use a bonding agent when placing the topping layer.Apply the bonding agent under the manufacturer's instructions. Replace the 2nd paragraph of section 51-7.01Awith: 07-15-16 Minor structures include structures described as minor structures. 07-15-16 Delete the 4th paragraph of section 51-7.01 B. 07-15-16 Delete the 1st and 3rd paragraphs of section 51-7.01C. 07-15-16 Delete the heading and paragraph of section 51-7.02. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 52 REINFORCEMENT 01-15-16 Replace the 3rd paragraph of section 52-6.03B with: 01-15-16 For uncoated and galvanized reinforcing bars complying with ASTM A615/A615M, Grade 60,ASTM A706/A706M, or ASTM A767/A767M, Class 1, the length of lap splices must be at least: 1. 45 diameters of the smaller bar spliced for reinforcing bars no. 8 or smaller 2. 60 diameters of the smaller bar spliced for reinforcing bars nos. 9, 10, and 11 For epoxy-coated reinforcing bars and alternatives to epoxy-coated reinforcing bars complying with ASTM A775/A775M,ASTM A934/A934M,ASTM Al 035/A1035M, or ASTM Al 055/A1055M, the length of lap splices must be at least: 1. 65 diameters of the smaller bar spliced for reinforcing bars no. 8 or smaller 2. 85 diameters of the smaller bar spliced for reinforcing bars nos. 9, 10, and 11 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 53 SHOTCRETE 01-15-16 Replace 632 in item 1 in the list in the 3rd paragraph of section 53-1.02 with: 01-15-16 675 Page 104 of 183 Replace item 2 in the list in the 3rd paragraph of section 53-1.02 with: 01-15-16 2. You may substitute a maximum of 30 percent coarse aggregate for the fine aggregate. Coarse aggregate must comply with section 90-1, except section 90-1.02C(4)(d)does not apply. The gradation for the coarse aggregate must comply with the gradation specified in section 90-1.02C(4)(b) for the 1/2 inch x No.4 or the 3/8 inch x No. 8 primary aggregate nominal size. Replace shotcrete in the 2nd sentence of the 4th paragraph of section 53-1.02 with: 01-15-16 concrete AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 56 OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES 07-15-16 Replace section 56-1.01 with: 07-15-16 56-1.01 GENERAL 56-1.01A Summary Section 56-1 includes general specifications for constructing overhead sign structures, standards, and poles. 56-1.01B Definitions Reserved 56-1.01C Submittals Reserved 56-1.01D Quality Assurance 56-1.01D(1) General Reserved 56-1.01 D(2) Quality Control 56-1.01 D(2)(a) General Reserved 56-1.01 D(2)(b) Nondestructive Testing 56-1.01 D(2)(b)(i) General Perform NDT of steel members under AWS D1.1 and the requirements shown in the following table: Page 105 of 183 Nondestructive Testing for Steel Standards and Poles Weld location Weld type Minimum required NDT Circumferential splices around the perimeter of CJP groove weld with 100% UT or RT tubular sections, poles, backing ring and arms Longitudinal seam CJP or PJP groove Random 25% MT weld Longitudinal seam within 6 inches of a circumferential CJP groove weld 100% UT or RT splice CJP groove weld with t>_ 5/16 inch: 100% UT and 100% MT Welds attaching base backing ring and t< 5/16 inch: 100% MT after root weld plates,flange plates, pole reinforcing fillet pass and final weld pass plates, or mast arm plates External (top)fillet to poles or arm tubes weld for socket-type 100% MT connections Hand holes and other Fillet and PJP welds MT full length on random 25% of all appurtenances standards and poles NOTE: t= pole or arm thickness Page 106 of 183 Nondestructive Testing for Overhead Sign Structures Weld location Weld type Minimum required NDT CJP groove weld Base plate to post with backing ring 100% UT and 100% MT and reinforcing fillet Base plate to gusset plate CJP groove weld 100% UT Circumferential splices of pipe CJP groove weld 100% UT or RT or tubular sections with backing ring Split post filler plate welds CJP groove weld 100% UT or RT with backing bar Longitudinal seam weld for CJP groove weld t< 1/4 inch: 100% MT pipe posts t>_ 1/4 inch: 100% UT or RT PJP groove weld Random 25% RT Chord angle splice weld CJP groove weld 100% UT or RT with backing bar Truss vertical,diagonal, and Fillet weld Random 25% MT wind angles to chord angles Upperjunction plate to chord Fillet weld Random 25% MT cantilever type truss Bolted field splice plates CJP groove weld 100% UT and 100% MT (tubular frame type) Cross beam connection plates (lightweight extinguishable Fillet weld Random 25% MT message sign) Arm connection angles (lightweight extinguishable Fillet weld 100% MT message sign) Mast arm to arm plate CJP groove weld t>_5/16 inch: 100% UT and 100% MT (lightweight extinguishable with backing ring t<5/16 inch: 100% MT after root message sin) weld pass and final weld pass Post angle to post(lightweight Fillet weld 100% MT extinguishable message sign) Hand holes and other Fillet and PJP MT full length on random 25% of all appurtenances welds -sign structures NOTE: t= pole or arm thickness 56-1.011D(2)(b)(ii) Ultrasonic Testing For UT of welded joints with any members less than 5/16 inch thick or tubular sections less than 13 inches in diameter,the acceptance and repair criteria must comply with Clause 6.13.3.1 of AWS D1.1. For UT of other welded joints, the acceptance and repair criteria must comply with Table 6.3 of AWS D1.1 for cyclically loaded nontubular connections. After galvanization, perform additional inspection for toe cracks along the full length of all CJP groove welds at tube-to-transverse plate connections using UT. When performing UT, use an authorized procedure under AWS D1.1,Annex S. 56-1.01 D(2)(b)(iii) Radiographic Testing The acceptance criteria for radiographic or real time image testing must comply with AWS D1.1 for tensile stress welds. 56-1.01 D(2)(b)(iv) Longitudinal Seam Welds The Engineer selects the random locations for NDT. Grind the cover pass smooth at the locations to be tested. Page 107 of 183 If repairs are required in a portion of a tested weld, perform NDT on the repaired portion and on 25 percent of the untested portions of the weld. If more repairs are required, perform NDT on the entire weld. 56-1.01 D(3) Department Acceptance Reserved Replace section 56-2.01 D(2)(b)with: 07-15-16 Reserved Replace the 2nd sentence of the 1st paragraph of section 56-2.02F with: 07-15-16 Manufactured pipe posts must comply with one of the following: Add to the list in the 1st paragraph of section 56-2.02F: 07-15-16 4. ASTM A1085, Grade A Replace the 2nd paragraph of section 56-2.02F with: 07-15-16 You may fabricate pipe posts from structural steel complying with ASTM A36/A36M,ASTM A709/A709M, Grade 36, or ASTM A572/A572M, Grades 42 or 50. 07-15-16 Delete the last sentence in the 1st paragraph of section 56-2.02K(2). 07-15-16 Delete the 3rd paragraph of section 56-2.02K(2). Replace the 2nd paragraph of section 56-2.02K(4)with: 07-15-16 Safety cable at walkways must not be kinked, knotted, deformed, frayed, or spliced. Replace the 1st sentence of the paragraph in section 56-2.02K(5)with: 07-15-16 The edges of handholes and other large post and arm openings must be ground smooth. Replace the heading of section 56-3 with: 07-15-16 56-3 STANDARDS, POLES, PEDESTALS, AND POSTS Replace the paragraph in section 56-3.01Awith: 07-15-16 Section 56-3 includes general specifications for fabricating and installing standards, poles, pedestals, and posts. Page 108 of 183 Replace section 56-3.01 B(2)(b)with: 07-15-16 Standards with handholes must comply with the following: 1. Include a UL-listed lug and 3/16-inch or larger brass or bronze bolt for attaching the bonding jumper for non-slip-base standards. 2. Attach a UL-listed lug to the bottom slip base plate with a 3/16-inch or larger brass or bronze bolt for attaching the bonding jumper for slip-base standards. Replace the 1 st sentence of the 3rd paragraph of section 56-3.01 C(2)(a)with: 07-15-16 After each standard, pole, pedestal, and post is properly positioned, place mortar under the base plate. Replace the 2nd sentence of the 4th paragraph of section 56-3.01 C(2)(a)with: 07-15-16 The top of the foundation at curbs or sidewalks must be finished to curb or sidewalk grade. Replace the 10th paragraph of section 56-3.01 C(2)(a)with: 07-15-16 Except when located on a structure,construct foundations monolithically. Replace the 13th paragraph of section 56-3.01 C(2)(a)with: 07-15-16 Do not erect standards, poles, pedestals, or posts until the concrete foundation has cured for at least 7 days. Replace the 14th paragraph in section 56-3.01C(2)(a)with: 07-15-16 The Engineer selects either the plumbing or raking technique for standards, poles, pedestals, and posts. Plumb or rake by adjusting the leveling nuts before tightening nuts. Do not use shims or similar devices. After final adjustments of both top nuts and leveling nuts on anchorage assemblies have been made and each standard, pole, pedestal, and post on the structure is properly positioned, tighten nuts as follows: 1. Tighten leveling nuts and top nuts,following a crisscross pattern, until bearing surfaces of all nuts, washers, and base plates are in firm contact. 2. Use an indelible marker to mark the top nuts and base plate with lines showing relative alignment of the nut to the base plate. 3. Tighten top nuts following a crisscross pattern: 3.1. Additional 1/6 turn for anchor bolts greater than 1-1/2 inches in diameter. 3.2. Additional 1/3 turn for other anchor bolts. 3.3. Tightening tolerance for all top nuts is± 1/8 turn. Replace the 1 st sentence of the 4th paragraph of section 56-3.01 C(2)(b)with: 07-15-16 If shown, use sleeve nuts on Type 1 standards. Add to section 56-3.01 C(2)(b): 07-15-16 Spiral reinforcement must be continuous above the bottom of the anchor bolts.The top termination must be either: Page 109 of 183 1. V-6" lap beyond the end of pitch with a 90-degree hook extending to the opposite side of the cage, or 2. V-6" lap beyond the end of pitch with 2 evenly spaced authorized mechanical couplers Replace the 1st sentence of the paragraph in section 56-3.02A(4)(b)with: 07-15-16 For cast slip bases for standards and poles with shaft lengths of 15 feet or more, perform RT on 1 casting from each lot of a maximum of 50 castings under ASTM E94. Replace the 2nd paragraph of section 56-3.02B(1)with: 07-15-16 Material for push button posts, pedestrian barricades, and guard posts must comply with ASTM A53/A53M or ASTM A500/A500M. Add to section 56-3.02B(1): 07-15-16 Steel pipe standards and mast arms must be hot dip galvanized after manufacturing. Remove spikes from galvanized surfaces. Replace the 2nd paragraph of section 56-3.02B(2)with: 07-15-16 HS anchor bolts, nuts, and washers must comply with section 55-1.02D(1)and the following: 1. Bolt threads must be rolled 2. Hardness of HS anchor bolts must not exceed 34 HRC when tested under ASTM F606 3. Galvanization must be by mechanical deposition 4. Nuts must be heavy-hex type 5. Each lot of nuts must be proof load tested Replace the 2nd sentence of the 9th paragraph of section 56-3.02B(2)with: 07-15-16 During manufacturing, properly locate the position of the luminaire arm on the arm plate to avoid interference with the cap screw heads. Add to section 56-3.02B(3)(a): 07-15-16 Steel having a nominal thickness greater than 2 inches that is used for tube-to-transverse plate connections must have a minimum CVN impact value of 20 ft-lb at 20 degrees F when tested under ASTM E23. Add to section 56-3.02B(3)(c): 07-15-16 The length of telescopic slip-fit splices must be at least 1.5 times the inside diameter of the exposed end of the female section. For welds connecting reinforced handholes or box-type pole plate connections to a tubular member, the start and stop points must be at points located on a longitudinal axis of symmetry of the tube coinciding with the axis of symmetry of the hand hole or pole plate. Page 110 of 183 Replace the table in the 1st paragraph of section 56-3.02C with: 07-15-16 Slip Base Bolt Tightening Requirements Standard type Torque(ft-lb) 15-S B 150 15-SBF 150 30 150 31 200 Replace the 1st sentence of the 2nd paragraph of section 56-3.02C with: 07-15-16 Bolted connections attaching signal or luminaire arms to standards, poles, and posts are considered slip critical. Add to section 56-3.06B: 07-15-16 Manufacture the mast arm from standard pipe,free from burrs. Each mast arm must have an insulated wire inlet and wood pole mounting brackets for the mast arm and tie-rod cross arm. Manufacture tie rod from structural steel and pipe. 07-15-16 Delete the 2nd paragraph of section 56-3.06C. Replace the 1st sentence of the 3rd paragraph of section 56-3.06C with: 07-15-16 Mount the mast arm for luminaires to provide a 34-foot mounting height for a 165 W LED luminaire and a 40-foot mounting height for a 235 W LED luminaire. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 59 STRUCTURAL STEEL COATINGS 07-15-16 Replace Type S in the 2nd paragraph of section 59-1.02A with: 01-15-16 Type M or Type S Add to the list in the 2nd paragraph of section 59-1.0213: 07-15-16 5. Manufactured abrasives. Replace Mineral and slag in the 3rd paragraph of section 59-1.0213 with: 07-15-16 Mineral, manufactured, and slag Page 111 of 183 07-15-16 Delete the 4th paragraph of section 59-2.01 C(1). nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 60 EXISTING STRUCTURES 07-15-16 07-15-16 Delete the 2nd sentence in the 11th paragraph of section 60-3.04B(3)(c). nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 64 PLASTIC PIPE 07-15-16 Replace Reserved in section 64-3 with: 07-15-16 64-3.01 GENERAL 64-3.01A Summary Section 64-3 includes specifications for constructing slotted plastic pipe. Slotted plastic pipe includes structure excavation, concrete backfill, connecting new pipe to new or existing facilities, concrete collars, reinforcement, and other connecting devices. 64-3.0113 Definitions Reserved 64-3.01C Submittals If an or equal slotted plastic pipe is being considered, it must be submitted 30 days before installation for approval. If RSC is used for concrete backfill for slotted plastic pipe, submit the concrete mix design and test data from an authorized laboratory 10 days before excavating the pipe trench. The laboratory must specify the cure time required for the concrete mix to attain 2,000 psi compressive strength when tested under California Test 521. Heel-resistant grates if specified must be submitted 30 days before installation for approval. Anchorage details must be included in the submittal. 64-3.01 D Quality Assurance Reserved 64-3.02 MATERIALS 64-3.02A General Not Used 64-3.02B Slotted Plastic Pipes Slotted plastic pipe must be one of the following or equal: Slotted Plastic Pipe 12"diameter 18"diameter Zurn Z888-12 Zurn Z888-18 ACO Qmax 350 ACO Qmax 365 ADS Duraslot-12 ADS Duraslot-18 Page 112 of 183 64-3.02C Concrete Backfill Concrete for concrete backfill for slotted plastic pipe must comply with the specifications for minor concrete. You may use RSC instead of minor concrete for concrete backfill. If RSC is used for concrete backfill, the RSC must: 1. Contain at least 590 pounds of cementitious material per cubic yard 2. Comply with section 90-3.02A, except section 90-1 does not apply 3. Comply with section 90-2 64-3.02D Heel-Resistant Grates Heel-resistant grate must: 1. Be designed to carry traffic loadings 2. Comply with ADA requirements 3. Be constructed of steel or cast iron 4. Be provided by the same manufacturer of the slotted plastic pipe 5. Comply with the manufacturer's instructions 64-3.02E Bar Reinforcement Bar reinforcement must comply with ASTM A615/A615M, Grade 60 or ASTM A706/A706M, Grade 60. 64-3.02F Miscellaneous Metal Ductile iron, nuts, bolts, and washers must comply with section 75. 64-3.02G Grout Grout must be non-shrink grout complying with ASTM C1107/C1107M. 64-3.02H Curing Compound Non-pigmented curing compound must comply with ASTM C309, Type 1, Class B. 64-3.021 End Caps End cap must: 1. Be provided by the same manufacturer of the slotted plastic pipe 2. Prevent concrete backfill from entering the pipe 64-3.03 CONSTRUCTION 64-3.03A General Cover the grate slots with heavy-duty tape or other authorized covering during paving and concrete backfilling activities to prevent material from entering the slots. 64-3.03B Preparation Pave adjacent traffic lanes before installing slotted plastic pipes. Excavation must comply with section 19-3. 64-3.03C Installation Lay and join slotted plastic pipes under the pipe manufacturer's instructions. Lay pipes to line and grade with sections closelyjointed and adequately secured to prevent separation during placement of the concrete backfill. If the pipes do not have a positive interlocking mechanism like a slot and tongue connection, secure the sections together with nuts, bolts, and washers before backfilling. The top of slotted plastic pipes must not extend above the completed surface. Position the pipes so that the concrete backfill is flush with the surrounding grade and above the top of the grate from 1/8 to 1/4 inch. Place channels with the male and female ends facing each other. Page 113 of 183 Place lateral support bar reinforcement on both sides of the grate slots. The support bar reinforcement must run the full length of the slots. Anchor heel-resistant grates to the concrete backfill under the manufacturer's instructions. 64-3.03D Concrete Backfill Wherever minor concrete is used for concrete backfill for slotted plastic pipe, do not allow traffic on top of the backfill within 7 days of placement. Wherever RSC is used for concrete backfill for slotted plastic pipe, do not allow traffic on top of the backfill before the required cure time of 2,000 psi is achieved. Place concrete backfill where shown. Consolidate the concrete backfill with high-frequency internal vibrators. Texture the concrete backfill surface with a broom or burlap drag to produce a durable skid-resistant surface. Apply a non-pigmented curing compound to the exposed concrete backfill surface whenever the atmospheric temperature is 90 degrees F or greater after placement. 64-3.03E Transition Fittings Use transition fittings to connect slotted plastic pipes to drainage inlets.The transition fittings must be supplied by the same pipe manufacturer. Where welds are required in transition fittings, welds must comply with the pipe manufacturer's instructions.The completed welds must not have visible pinholes.Fill the gaps around the pipes in the inlet structure wall with non-shrink grout where the pipes connect to an existing drainage structure. Install the grout under the pipe manufacturer's instructions. Cut the pipes as shown after the grout used to seal the transition fitting has cured for at least 24 hours. 64-3.04 PAYMENT Slotted plastic pipe is measured along the centerline of the pipe and parallel with the slope line. If the pipe is cut to fit a structure or slope,the payment quantity is the length of pipe necessary to be placed before cutting, measured in 2-foot increments. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION VII DRAINAGE FACILITIES 71 EXISTING DRAINAGE FACILITIES 01-15-16 Replace items 5 and 6 in the list in the 1st paragraph of section 71-3.01D with: 01-15-16 5. Performing postrehabilitation inspection Add after the 4th paragraph of section 71-3.01 D: 01-15-16 Record the quantity of grout that is installed and submit this quantity.The Department does not pay for grout that leaks through to the inside of the culvert. The Department does not pay for grout material that is wasted, disposed of, or remaining on hand after the completion of the work. Page 114 of 183 Replace the 2nd heading in section 71-5.03 with: 01-15-16 71-5.0313 Frames, Covers, Grates,and Manholes nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION VIII MISCELLANEOUS CONSTRUCTION 72 SLOPE PROTECTION 07-15-16 Replace the 1st and 2nd paragraphs of section 72-2.0213 with: 07-15-16 For method A and B placement and the class of RSP described, comply with the rock gradation shown in the following table: Rock Gradation Nominal RSP class Nominal by median particle median d15°(inches) d50°(inches) dloo° Placement diameter particle (inches) Diameter weight Classy inches W 50 c,d Min Max Min Max Max Method 1 6 201b 3.7 5.2 5.7 6.9 12.0 B 11 9 601b 5.5 7.8 8.5 10.5 18.0 B 111 12 150 1 b 7.3 10.5 11.5 14.0 24.0 B IV 15 3001b 9.2 13.0 14.5 17.5 30.0 B V 18 1/4 ton 11.0 15.5 17.0 20.5 36.0 B VI 21 3/8 ton 13.0 18.5 20.0 24.0 42.0 A or B VII 24 1/2 ton 14.5 21.0 23.0 27.5 48.0 A or B Vill 30 1 ton 18.5 26.0 28.5 34.5 48.0 A or B IX 36 2 ton 22.0 31.5 34.0 41.5 52.8 A X 42 3 ton 25.5 36.5 40.0 48.5 60.5 A XI 46 4 ton 28.0 39.4 43.7 53.1 66.6 A a For RSP Classes I-VIII, use Class 8 RSP fabric. For RSP Classes IX-XI, use Class 10 RSP fabric. bIntermediate or B dimension (i.e., width) where A dimension is length and C dimension is thickness. 'd%,where % denotes the percentage of the total weight of the graded material. dValues shown are based on the minimum and maximum particle diameters shown and an average specific gravity of 2.65.Weight will vary based on specific gravity of rock available for the project. Replace the table in section 72-2.02C with: 07-15-16 Fabric Class Class Largest rock gradation class used in slope protection 8 Classes I-VIII 10 Classes IX-XI Page 115 of 183 Replace the table in the 1st paragraph of section 72-3.02C with: 07-15-16 Concreted-Rock Gradation Nominal RSP class by Nominal median particle median d15° d5o° dloo° diameter particle weight Class (inchze es)es) W50cd Min Max Min Max Max Wei hta 1 6 20lb 3.7 5.2 5.7 6.9 12.0 11 9 60lb 5.5 7.8 8.5 10.5 18.0 111 12 150lb 7.3 10.5 11.5 14.0 24.0 V 18 1/4 ton 11.0 15.5 17.0 20.5 36.0 VII 24 1/2 ton 14.5 21.0 23.0 27.5 48.0 Use Class 8 RSP fabric. bIntermediate or B dimension (i.e.,width)where A dimension is length and C dimension is thickness. °d%, where% denotes the percentage of the total weight of the graded material. dValues shown are based on the minimum and maximum particle diameters shown and an assumed specific gravity of 2.65.Weight will vary based on specific gravity of rock available for the project. Replace the table in section 72-3.03E with: 07-15-16 Minimum Concrete Penetration Rock class VII V 111 11 1 Penetration 18 14 10 8 6 inches AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 73 CONCRETE CURBS AND SIDEWALKS 07-15-16 Replace section 73-3.01 A with: 07-15-16 Section 73-3 includes specifications for constructing sidewalks, gutter depressions, island paving, curb ramps,and driveways. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 74 PUMPING EQUIPMENT AND CONTROLS 04-15-16 Replace 87-1.03K in the 4th paragraph of section 74-3.03B(2)with: 04-15-16 87 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn Page 116 of 183 80 FENCES 07-15-16 Replace section 80-4 with: 07-15-16 80-4 WILDLIFE EXCLUSION FENCES 80-4.01 GENERAL 80-4.01A General Section 80-4 includes specifications for constructing wildlife exclusion fences. Constructing a wildlife exclusion fence includes the installation of any signs specified in the special provisions. 80-4.01 B Materials Each T post must: 1. Comply with ASTM A702 2. Be metal and have an anchor plate 3. Be painted black or galvanized 80-4.01 C Construction Not Used 80-4.01 D Payment Not Used 80-4.02 DESERT TORTOISE FENCES 80-4.02A General Section 80-4.02 includes specifications for constructing desert tortoise fences. 80-4.0213 Materials 80-4.0213(1) Permanent Desert Tortoise Fences 80-4.0213(1)(a) General Each wire tie and hog ring for a permanent desert tortoise fence must comply with section 80-2.02F. Each hold down pin must: 1. Be U-shaped,with 2 minimum 6-inch long legs 2. Have pointed ends 3. Be at least 11-gauge wire 4 Be galvanized 5. Be commercial quality 80-4.0213(1)(b) Hardware Cloth The hardware cloth must: 1. Comply with ASTM A740 2. Be welded or woven galvanized steel wire fabric 3. Be made of at least 14-gauge wire 4. Be 36 inches wide 80-4.0213(1)(c) Barbless Wire The barbless wire must: 1. Comply with ASTM A641/A641 M 2. Be at least 14-gauge wire 3. Have a Class 1 zinc coating Page 117 of 183 80-4.02B(1)(d) Posts Each post must: 1. Comply with ASTM F1083 2. Be standard weight, schedule 40 steel pipe with a nominal pipe size of 1 inch 3. Be galvanized steel fence post conforming to ASTM A702 80-4.02B(2) Temporary Desert Tortoise Fences The materials for a temporary desert tortoise fence must comply with section 80-4.02B(1), except the hardware cloth must be made of at least 16-gauge wire. 80-4.02C Construction 80-4.02C(1) General Extend the hardware cloth a minimum of 24 inches above the ground. Plumb the posts and pull the hardware cloth taut. Correct any alignment issues. 80-4.02C(2) Permanent Desert Tortoise Fences Excavate the ground to form a trench before installing the posts and hardware cloth. Embed the posts at maximum 5-foot intervals into the ground. If T posts are used, use 5-foot lengths and embed the posts to match the above-ground height shown for the posts. Securely fasten the hardware cloth to the posts with wire ties and to barbless wire with hog rings as shown. Pass the wire ties through the hardware cloth. Encircle the posts and barbless wire with the ties and tie them by twisting a minimum of 3 complete turns. Bend the twisted ends of the ties down to prevent possible snagging. Close hog rings with their ends overlapping. Bury the hardware cloth a minimum of 12 inches into the ground. Install the cloth in 1 continuous piece. You may cut the cloth into shorter segments if authorized. Overlap the hardware cloth segments at posts,with a minimum overlap of 6 inches centered at a post. Wire tie the overlapped cloth to posts as shown. Prevent fraying by threading barbless wire along the vertical edges of the hardware cloth on either side of the post or use 3 equally spaced hog rings (6 hog rings per location)along each wire cloth edge. Where bedrock or caliche substrate is encountered, use the bent hardware cloth detail if authorized. Transitions from buried-to-bent or bent-to-buried configuration must occur at a post location with a minimum 6-inch overlap of the hardware cloth as shown. The maximum spacing for hold down pins is 24 inches on center.Anchor in place with hold down pins the beginning and end corners of the hardware cloth placed on the ground. Backfill the removed earth material into the trench created to install the hardware cloth and posts. Use an 8 lb or heavier hand tamper to compact the backfill around the posts and hardware cloth. Install a post at each corner of the cloth segments. If a gate must be installed, attach the hardware cloth to the gate frame such that there is contact along the entire length of the gate between the finished ground surface and the lower edge of the cloth. Install the gate under section 80-10. 80-4.02C(3) Temporary Desert Tortoise Fences Fold the horizontal edge of the hardware cloth at a 90° angle toward the tortoise habitat area. Ensure the clearance to the ground at the bend is from 0 to 2 inches. Where the hardware cloth overlaps, secure the bend piece with one of the following: 1. Barbless wire threaded along the width of the cloth 2. Minimum of 4 hog rings equally spaced along the edge Fasten the bent piece to the ground with hold down pins pushed completely into the ground. Page 118 of 183 When the temporary fence is no longer needed, compact soil into post holes with an 8 lb or heavier hand tamper. 80-4.02D Payment Not Used 80-4.03-80-4.09 RESERVED AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION IX TRAFFIC CONTROL DEVICES 83 RAILINGS AND BARRIERS 04-15-16 04-15-16 Delete to in the 4th paragraph of section 83-1.02B. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 84 MARKINGS 07-15-16 Add to the beginning of section 84-8.03A: 07-15-16 Select the method and equipment for constructing ground-in indentations. Replace the 1st paragraph of section 84-8.03Awith: 07-15-16 Do not construct rumble strips: 1. On structures, approach slabs, or concrete weigh-in-motion slabs 2. At intersections 3. Bordering two-way left turn lanes, driveways, or other high-volume turning areas 4. Within 6 inches of any concrete pavement joint Add between the 2nd and 3rd paragraphs of section 84-8.03A: 07-15-16 Modify rumble strip spacing to avoid locating a groove on a concrete pavement joint. Replace the 3rd paragraph of section 84-8.03A with: 07-15-16 Indentations must comply with the dimensions shown and not vary more than: 1. 10 percent in length 2. 0.06 inch in depth 3. 10 percent in width 4. 1 inch in center-to-center spacing between rumble strips Page 119 of 183 Add to the end of section 84-8.03A: 07-15-16 The noise level created by the combined grinding activities must not exceed 86 dBA when measured at a distance of 50 feet at right angles to the direction of travel. Break rumble strips before and after intersections, driveways, railroad crossings,freeway gore areas, and freeway ramps. Place breaks and break distances as shown. You may adjust breaks and the break distances as needed at low-volume driveways or other locations if authorized. 07-15-16 Delete new in the 1st paragraph of section 84-8.03B. 07-15-16 Add to the end of section 84-8.0313: Remove grinding residue under section 13-4.03E(7). Replace the 1st paragraph of section 84-8.03C with: 07-15-16 Construct rumble strips in the top layer of HMA and asphalt concrete surfacing by the ground-in method. Add between the 2nd and 3rd paragraphs of section 84-8.03C: 07-15-16 Dispose of the removed material. 07-15-16 Delete the 2nd paragraph of section 84-8.03C. Replace 37-2 in the 3rd paragraph of section 84-8.03C with: 07-15-16 37-4.02 Replace section 84-8.04 with: 07-15-16 The payment quantity for any type of rumble strip is the length measured by the station along the length of the rumble strip without deductions for gaps between indentations. Replace the 2nd paragraph of section 84-9.03B with: 04-15-16 Completely remove traffic stripes and pavement markings, including any paint in the gaps, by methods that do not remove pavement to a depth of more than 1/8 inch. Add between the 2nd and 3rd paragraphs of section 84-9.03B: 04-15-16 Submit your proposed method for removing traffic stripes and pavement markings at least 7 days before starting the removal work.Allow 2 business days for the review. Remove pavement marking such that the old message cannot be identified. Make any area removed by grinding rectangular.Water must not puddle in the ground areas. Fog seal ground areas on asphalt concrete pavement. Page 120 of 183 04-15-16 Delete materially in the 1st paragraph of section 84-9.03D. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION X ELECTRICAL WORK Replace section 86 with: 04-15-16 86 GENERAL 04-15-16 86-1.01 GENERAL 86-1.01A Summary Section 86 includes general specifications for furnishing electrical equipment and materials. Electrical equipment and materials must comply with part 4 of the California MUTCD and 8 CA Code of Regs,chapter 4, subchapter 5, "Electrical Safety Orders." Galvanized equipment and materials must comply with section 75-1.02B. 86-1.0113 Definitions accessible pedestrian signal: Accessible pedestrian signal as defined in the California MUTCD. accessible walk indication: Activated audible and vibrotactile action during the walk interval. actuation: Actuation as defined in the California MUTCD. ambient sound level: Background sound level in dB at a given location. ambient sound sensing microphone: Microphone that measures the ambient sound level in dB and automatically adjusts the accessible pedestrian signal speaker's volume. audible speech walk message: Audible prerecorded message that communicates to pedestrians which street has the walk interval. channel: Discrete information path. CALIPER: Commercially Available LED Product Evaluation and Reporting.A U.S. Department of Energy program that individually tests and provides unbiased information on the performance of commercially available LED luminaires and lights. controller assembly: Assembly for controlling a system's operations, consisting of a controller unit and auxiliary equipment housed in a waterproof cabinet. controller unit: Part of the controller assembly performing the basic timing and logic functions. correlated color temperature: Absolute temperature in kelvin of a blackbody whose chromaticity most nearly resembles that of the light source. detector: Detector as defined in the California MUTCD. electrolier: Assembly of a lighting standard and luminaire. flasher: Device for opening and closing signal circuits at a repetitive rate. flashing beacon control assembly: Assembly of switches, circuit breakers,terminal blocks,flasher, wiring, and other necessary electrical components housed in a single enclosure for operating a beacon. Page 121 of 183 house side lumens: Lumens from a luminaire directed to light up areas between the fixture and the pole, such as sidewalks at intersection or areas off the shoulders on freeways. illuminance gradient: Ratio of the minimum illuminance on a 1-foot square of sign panel to that on an adjacent 1-foot square of sign panel. inductive loop detector: Detector capable of being actuated by an inductance change caused by a vehicle passing or standing over the loop. An inductive loop detector includes a loop or group of loops installed in the roadway and a lead-in cable installed and connected inside a controller cabinet. junction temperature: Temperature of the electronic junction of the LED device. The junction temperature is critical in determining photometric performance, estimating operational life, and preventing catastrophic failure of the LED. L70: Extrapolated life in hours of the luminaire when the luminous output depreciates 30 percent from the initial values. lighting standard: Pole and mast arm supporting the luminaire. LM-79: Test method from the Illumination Engineering Society of North America specifying the test conditions, measurements, and report format for testing solid state lighting devices, including LED luminaires. LM-80: Test method from the Illumination Engineering Society of North America specifying the test conditions, measurements, and report format for testing and estimating the long-term performance of LEDs for general lighting purposes. luminaire:Assembly that houses the light source and controls the light emitted from the light source. National Voluntary Laboratory Accreditation Program: U.S. Department of Energy program that accredits independent testing laboratories. powder coating: Coating applied electrostatically using exterior-grade, UV-stable, polymer powder. power factor: Ratio of the real power component to the complex power component. pretimed controller assembly:Assembly operating traffic signals under a predetermined cycle length. programming mechanism: Device to program the accessible pedestrian signal operation. pull box: Box with a cover that is installed in an accessible place in a conduit run to facilitate the pulling in of wires or cables. push button information message: Push button information message as defined in the California MUTCD. push button locator tone: Push button locator tone as defined in the California MUTCD. signal face: Signal face as defined in the California MUTCD. signal head: Signal head as defined in the California MUTCD. signal indication: Signal indication as defined in the California MUTCD. signal section: Signal section as defined in the California MUTCD. signal standard: Pole with or without mast arms carrying 1 or more signal faces. street side lumens: Lumens from a luminaire directed to light up areas between the fixture and the roadway, such as traveled ways and freeway lanes. surge protection device: Subsystem or component that protects equipment against short-duration voltage transients in power line. total harmonic distortion: Ratio of the rms value of the sum of the squared individual harmonic amplitudes to the rms value of the fundamental frequency of a complex waveform. Page 122 of 183 traffic-actuated controller assembly: Assembly for operating traffic signals under the varying demands of traffic as registered by detector actuation. traffic phase: Traffic phase as defined in the California MUTCD. vehicle: Vehicle as defined in the California Vehicle Code. vibrotactile pedestrian device: Vibrotactile pedestrian device as defined in the California MUTCD. 86-1.01C Submittals 86-1.01C(1) General Within 15 days after Contract approval, submit a list of equipment and materials you propose to install. Submit the list before shipping equipment and materials to the job site. The list must include: 1. Manufacturer's name 2. Make and model number 3. Month and year of manufacture 4. Lot and serial numbers 5. Contract number 6. Your contact information Submit confirmation of the vendor's acceptance of the order for the electrical equipment and materials as an informational submittal. Submit 3 sets of computer-generated, schematic wiring diagrams for each cabinet. Diagrams, plans, and drawings must be prepared using graphic symbols in IEEE 315, "Graphic Symbols for Electrical and Electronic Diagrams." Submit a schedule of values within 15 days after Contract approval. Do not include costs for the traffic control system in the schedule of values. Submit a manufacturer's maintenance manual or combined maintenance and operation manual as an informational submittal. The manual must have a master item index that includes: 1. Specifications 2. Design characteristics 3. General operation theory 4. Function of all controls 5. Troubleshooting procedure 6. Parts list, descriptions, stock numbers, and settings 7. Block circuit diagram 8. Layout of components 9. Schematic diagrams 86-1.01C(2) Pull Boxes Submit the manufacturer's installation instructions for pull boxes, including: 1. Quantity and size of entries that can be made without degrading the strength of the pull box below the load rating 2. Locations where side entries can be made 3. Acceptable method for creating the entry Submit load-rating test reports for pull boxes from a NRTL. 86-1.01C(3) LED Luminaires Submit for an LED luminaire: 1. Maximum power in watts 2. Maximum designed junction temperature 3. Heat sink area in square inches Page 123 of 183 4. Designed junction-to-ambient thermal resistance calculation with thermal resistance components clearly defined 5. L70 in hours when extrapolated for the average nighttime operating temperature 6. Life expectancy based on the junction temperature 7. Manufacturer's data sheet for the power supply, including the rated life Submit the manufacturer's QC test data for LED luminaires as an informational submittal. 86-1.01C(4) Low-Pressure Sodium Luminaires Submit the manufacturer's QC test data for low-pressure sodium luminaires as an informational submittal. 86-1.01C(5) Service Equipment Enclosures Submit shop drawings for a service equipment enclosure to METS. 86-1.01C(6) Signal Heads Submit a certificate of compliance and the manufacturer's QC test data for signal heads as an informational submittal. 86-1.01C(7) LED Signal Modules Submit the manufacturer's QC test data for LED signal modules as an informational submittal. 86-1.01C(8) Visors Submit a certificate of compliance and the manufacturer's QC test data for visors as an informational submittal. 86-1.01C(9) LED Countdown Pedestrian Signal Face Modules Submit the manufacturer's QC test data for LED countdown pedestrian signal face modules as an informational submittal. 86-1.01C(10) Accessible Pedestrian Signals Submit the manufacturer's QC test data for accessible pedestrian signals as an informational submittal. 86-1.01D Quality Assurance 86-1.01D(1) General Electrical equipment must comply with one or more of the following standards: 1. ANSI 2. ASTM 3. EIA/ECIA 4. NEMA 5. NETA 6. UL/NRTL 7. TIA Materials must comply with: 1. FCC rules 2. ITE standards 3. NEC 4. California Electrical Code 86-1.01D(2) Source Quality Control Service equipment enclosures and cabinets must be inspected and tested at the source. 86-1.01 D(3) Department Acceptance Deliver material and equipment for testing to METS. Allow 30 days for testing. The Department notifies you when testing is complete. Page 124 of 183 If the Department accepts the material or equipment, you must pick it up from the test site and deliver it to the job site. If the Department rejects material or equipment, remove it within 5 business days after you are notified it is rejected. If it is not removed within that period,the Department may remove it and ship it to you and deduct the costs of labor, material and shipping. Resubmit a new sample and allow 30 days for retesting.The retesting period starts when the replacement material or equipment is delivered to METS. 86-1.02 MATERIALS 86-1.02A General Anchor bolts, anchor bars or studs, and nuts and washers must comply with section 75-1.02. Bolt threads must accept galvanized standard nuts without requiring tools or causing removal of protective coatings. 86-1.02B Conduit and Accessories 86-1.02B(1) General Conduit and fittings must comply with the requirements shown in the following table: Conduit and Fitting Requirements Type Requirement 1 Must be hot-dip galvanized rigid steel complying with UL 6 and ANSI C80.1. The zinc coating must comply with copper sulfate test requirements in UL 6. Fittings must be electrogalvanized and certified under UL 514B. 2 Must comply with requirements for Type 1 conduit and be coated with PVC or polyethylene. The exterior thermoplastic coating must have a minimum thickness of 35 mils. The internal coating must have a minimum thickness of 2 mils. Coated conduit must comply with NEMA RN 1, or NRTL PVC-001. 3 Must be Type A, extruded, rigid PVC conduit complying with UL 651 or must be HDPE conduit complying with U L 651 A. 4 Must have an inner,flexible metal core covered by a waterproof, nonmetallic, sunlight-resistant jacket, and must be UL listed for use as a grounding conductor. Fittings must be certified under UL 514B. 5 Must be intermediate steel complying with UL 1242 and ANSI C80.6. The zinc coating must comply with copper sulfate test requirements specified in UL 1242. Fittings must be electrog a Ivan ized and certified under UL 514B. Bonding bushings installed on metal conduit must be insulated and either a galvanized or zinc-alloy type. 86-1.02B(2) Structures Accessories Steel hangers, steel brackets, and other fittings used to support conduit in or on a wall or bridge superstructure must comply with section 75-3. Precast concrete cradles for conduit must be made of minor concrete and commercial-quality welded wire fabric. The minor concrete must contain a minimum of 590 lb of cementitious material per cubic yard. The cradles must be moist cured for a minimum of 3 days. 86-1.02C Pull Boxes 86-1.02C(1) General Pull box cover must have a marking on the top that is: 1. Clearly defined 2. Uniform in depth 3. Parallel to either side 4. 1 to 3 inches in height Cover marking must be: Page 125 of 183 1. SERVICE for service circuits between a service point and service disconnect 2. SERVICE IRRIGATION for circuits from a service equipment enclosure to an irrigation controller 3. SERVICE BOOSTER PUMP for circuits from a service equipment enclosure to the booster pump 4. TDC POWER for circuits from a service equipment enclosure to telephone demarcation cabinet 5. LIGHTING for a lighting system 6. SIGN ILLUMINATION for a sign illumination system 7. SIGNAL AND LIGHTING for a signal and lighting system 8. RAMP METER for a ramp metering system 9. TMS for a traffic monitoring station 10. FLASHING BEACON for a flashing beacon system 11. CMS for a changeable message sign system 12. INTERCONNECT for an interconnect conduit and cable system The load rating must be stenciled on the inside and outside of the pull box and the cover. If a transformer or other device must be placed in the pull box, include recesses for a hanger. The hardware must be stainless steel with 18 percent chromium and 8 percent nickel content. 86-1.02C(2) Nontraffic Pull Boxes A nontraffic pull box and cover must comply with ANSI/SCTE 77, "Specification for Underground Enclosure Integrity,"for Tier 22 load rating and must be gray or brown. Each new pull box must have a cover with an electronic marker cast inside. A pull box extension must be made of the same material as the pull box. The extension may be another pull box if the bottom edge of the pull box fits into the opening for the cover. The bolts, nuts, and washers must be a captive design and galvanized. Captive bolts for securing the cover of nontraffic pull boxes must be capable of withstanding a torque from 55 to 60 ft-lb and a minimum pull-out strength of 750 lb. 86-1.02C(3) Traffic Pull Boxes A traffic pull box and cover must comply with ASTM C857 for HS20-44 loading. The frame must be anchored to the box with 2-1/4-inch-long concrete anchors with a 1/4 inch diameter. A no. 3-1/2(T) pull box must have 4 concrete anchors, one placed in each corner. No. 5(T)and no. 6(T) pull boxes must have 6 concrete anchors, one placed in each corner and one near the middle of each of the longer sides. Nuts must be vibration-resistant, zinc-plated, carbon steel and have a wedge ramp at the root of the thread. Before galvanizing a steel or cast iron cover, the manufacturer must apply the cover marking by one of the following methods: 1. Use a cast iron strip at least 1/4 inch thick with letters raised a minimum of 1/16 inch. Fasten the strip to the cover with 1/4-inch,flathead, stainless steel machine bolts and nuts. Peen the bolts after tightening. 2. Use a sheet steel strip at least 0.027 inch thick with letters raised a minimum of 1/16 inch. Fasten the strip to the cover by spot welding, tack welding, or brazing with 1/4-inch stainless steel rivets or 1/4- inch, roundhead, stainless steel machine bolts and nuts. Peen the bolts after tightening. The steel cover must be countersunk approximately 1/4 inch to accommodate the bolt head.When tightened,the bolt head must be no more than 1/8 inch above the top of the cover. 86-1.02C(4) Reserved 86-1.02D Tapes 86-1.02D(1) General Reserved Page 126 of 183 86-1.02D(2) Pull Tape Pull tape must be a flat,woven, lubricated, soft-fiber, polyester tape with a minimum tensile strength of 1,800 lb. The tape must have sequential measurement markings every 3 feet. 86-1.02D(3) Reserved 86-1.02E Reserved 86-1.02F Conductors and Cables 86-1.02F(1) Conductors 86-1.02F(1)(a) General Reserved 86-1.02F(1)(b) Reserved 86-1.02F(1)(c) Copper Conductors 86-1.02F(1)(c)(i) General Copper wire must comply with ASTM B3 and B8. Conductor must be clearly and permanently marked the entire length of its outer surface with: 1. Manufacturer's name or trademark 2. Insulation-type letter designation 3. Conductor size 4. Voltage 5. Temperature rating 6. Number of conductors for a cable The minimum insulation thickness and color code requirements must comply with NEC. A conductor must be UL listed or NRTL certified and rated for 600 V(ac). Insulation for no. 14 to no. 4 conductors must be one of the following: 1. Type TW PVC under ASTM D2219 2. Type THW PVC 3. Type USE, RHH, or RHW cross-linked polyethylene The insulation for no. 2 and larger conductors must be one of the above or THWN. Conductors must be identified as shown in the following table: Page 127 of 183 Conductor Identification Identification Insulation color Circuit Signal phase or function Base Stripe Band symbols Size 2, 6 Red, yel, brn Blk 2, 6 14 4, 8 Red, yel, brn Ora 4, 8 14 Signals 1, 5 Red, yel, brn None 1, 5 14 (vehicle)a,b 3, 7 Red, yel, brn Pur 3, 7 14 Ramp meter 1 Red, yel, brn None NBR 14 Ramp meter 2 Red, yel, brn Blk NBR 14 2p, 6p Red, brn Blk 2p, 6p 14 Pedestrian 4p, 8p Red, brn Ora 4p, 8p 14 signals 1 p, 5p Red, brn None 1 p, 5p 14 3p, 7p Red, brn Pur 3p, 7p 14 2p, 6p Blu Blk P-2, P-6 14 Pedestrian 4p, 8p Blu Ora P-4, P-8 14 push buttons 1 p, 5p Blu None P-1, P-5 14 3p, 7p Blu Pur P-3, P-7 14 Traffic signal Ungrounded circuit controller conductor Blk None CON-1 6 cabinet Grounded circuit conductor Wht None CON-2 6 Highway Ungrounded- line 1 Blk None NBR 14 lighting pull box Ungrounded- line 2 Red None NBR 14 to luminaire Grounded Wht None NBR 14 Multiple Ungrounded- line 1 Blk None ML1 10 highway lighting Ungrounded- line 2 Red None ML2 10 Ungrounded-PEU Blk None C1 14 Lighting control Switching leg from PEU unit or SM transformer Red None C2 14 Ungrounded -line 1 Service (signals) Blk None NBR 6 Ungrounded -line 2 (lighting) Red None NBR 8 Sign lighting Ungrounded- line 1 Blk None SL-1 10 Ungrounded- line 2 Red None SL-2 10 Flashing Ungrounded between beacons flasher and beacons Red or yel None F-Loc.° 14 Pedestrian push buttons Wht Blk NBR 14 Signals and multiple Grounded lighting Wht None NBR 10 circuit Flashing beacons and conductor sign lighting Wht None NBR 12 Lighting control Wht None C-3 14 Service Wht None NBR 14 Railroad preemption Blk None R 14 Spares Blk None NBR 14 NBR= No band required PEU=Photoelectric unit aOn overlaps,the insulation is striped for the 1 st phase in the designation, e.g., phase (2+3)conductor is striped as for phase 2. bBand for overlap and special phases as required °Flashing beacons having separate service do not require banding. dColor Code:Yel-Yellow, Brn-Brown, Blu-Blue, Blk-Black,Wht-White, Ora-Orange, Pur-Purple Page 128 of 183 The insulation color must be homogeneous throughout the full depth of the insulation.The identification stripe must be continuous throughout the length of the conductor. 86-1.02F(1)(c)(ii) Bonding Jumpers and Equipment Grounding Conductors A bonding jumper must be copper wire or copper braid of the same cross-sectional area as a no. 8 conductor or larger. An equipment grounding conductor may be bare or insulated. 86-1.02F(1)(c)(iii) Inductive Loop Conductors Inductive loop conductor must comply with the requirements shown in the following table: Conductor Requirements for Inductive Loop Detectors Loop wire Requirement Type 1 Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene, insulated, no. 12 stranded copper wire with a minimum 40-mils insulation thickness at anV point. Type THWN or Type XHHW, no. 14, stranded copper wire in a plastic tubing.The plastic Type 2 tubing must be polyethylene or vinyl rated for use at 105 °C and resistant to oil and gasoline.The outside diameter of the tubing must be at most 0.27 inch with a wall thickness of at least 0.028 inch. 86-1.02F(1)(d) Reserved Reserved 86-1.02F(2) Cables 86-1.02F(2)(a) General Reserved 86-1.02F(2)(b) Reserved Reserved 86-1.02F(2)(c) Reserved 86-1.02F(2)(d) Copper Cables 86-1.02F(2)(d)(i) General The conductor wire size for a detector lead-in cable must comply with the requirements of ASTM 13286. Cable, except a detector lead-in cable, must be clearly and permanently marked the entire length of its outer surface with: 1. Manufacturer's name or trademark 2. Insulation-type letter designation 3. Conductorsize 4. Voltage 5. Temperature rating 6. Number of conductors for a cable 86-1.02F(2)(d)(ii) Conductors Signal Cables A conductors signal cable must have a black polyethylene jacket with an inner polyester binder sheath. The cable jacket must be rated for 600 V(ac)and 75 degrees C. Filler material, if used, must be polyethylene. The individual conductors in the cable must be solid copper complying with ASTM B286 with Type THWN insulation.The minimum thickness of insulation must comply with NEC for conductor sizes no. 14 to no.10. The minimum thickness of the nylon jacket must be 4 mils. Cable must comply with the requirements shown in the following table: Page 129 of 183 Cable Conductor Cable jacket thickness Maximum Conductor color code type' quantity and mils nominal type Average Minimum outside diameter (inch) 3CSC 3 no. 14 44 36 0.40 Blue/black,blue/orange, white/black stripe 5CSC 5 no. 14 44 36 0.50 Red, yellow, brown, black, white 9CSC 8 no. 14 60 48 0.65 No. 12-white, 1 no. 12 no. 14- red, yellow, brown, black, and red/black,yellow/black, brown/black,white/black stripe 12CSC 11 no. 14 60 48 0.80 No. 12-white, 1 no. 12 no. 14- red, yellow, brown, red/black stripe, yellow/black stripe, brown/black stripe, black/red stripe, black/white stripe, black, red/white stripe, brown/white stripe 28CSC 27 no. 14 80 64 0.90 No. 10-white 1 no. 10 no. 14-red/black stripe, yellow/black stripe, brown/black stripe, red/orange stripe, yellow/orange stripe, brown/orange stripe, red/silver stripe, yellow/silver stripe, brown/silver stripe, red/purple stripe, yellow/purple stripe, brown/purple stripe, red/2 black stripes, brown/2 black stripes, red/2 orange stripes, brown/2 orange stripes, red/2 silver stripes, brown/2 silver stripes, red/2 purple stripes, brown/2 purple stripes, blue/black stripe, blue/orange stripe, blue/silver stripe, blue/purple stripe, white/black stripe, black/red stripe, black 86-1.02F(2)(d)(iii) Detector Lead-in Cables Conductors for a loop detector lead-in cable must be two no. 16, 19-by-29, stranded,tinned copper wires with calculated cross-sectional areas complying with ASTM B286, table 1 and must comply with the requirements shown in the following table: Page 130 of 183 Conductor Requirements for Loop Detector Lead-In Cables Lead-in cable Requirement Type B Insulated with 20 mils of high-density polyethylene. Conductors must be twisted together with at least 2 turns per foot, and the twisted pair must be protected with a copper or aluminum polyester shield. A minimum no. 20 copper drain wire must be connected to the equipment ground within the cabinet. Cable must have a high-density polyethylene or high-density polypropylene outer jacket with a nominal thickness of 32 mils. Include an amorphous, interior, moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers. Type C Comply with International Municipal Signal Association Specification no. 50-2.A minimum no. 20 copper drain wire must be connected to the equipment ground within the cabinet. 86-1.02F(2)(d)(iv) Reserved 86-1.02F(2)(d)(v) Signal Interconnect Cables A signal interconnect cable must be a 6-pair type with stranded,tinned, copper no. 20 conductors.The insulation for each conductor must be color-coded polypropylene with a minimum 13-mils nominal thickness. The conductors must be in color-coded,twisted pairs. Each pair must be wrapped with an aluminum polyester shield and have a no. 22 or larger, stranded, tinned, copper drain wire inside the shielded pair. The cable jacket must be black HDPE rated for a minimum of 300 V(ac)and 60 degrees C. The jacket must have a minimum nominal wall thickness of 40 mils. 86-1.02F(2)(e) Reserved 86-1.02G Equipment Identification Characters Equipment identification characters must be 2-1/2 inch, series D lettering, except on wood poles,they must be 3-inch lettering. The characters must be self-adhesive reflective labels or paint, except on wood poles,they must be embossed on aluminum. 86-1.02H Splicing Materials Splicing materials include: 1. Connectors 2. Electrical insulating coating 3. PVC electrical tape 4. Butyl rubber stretchable tape 5. PVC pressure-sensitive adhesive tape 6. Heat shrink tubing Connectors must be C-shaped compression or butt type. Electrical insulating coating must be a fast drying sealant with low nontoxic fumes. PVC electrical tape must have a minimum thickness of 80 mils. Butyl rubber stretchable tape with liner must have a minimum thickness of 120 mils. PVC pressure-sensitive adhesive electrical tape must have a minimum thickness of 6 mils. Electrical tapes must be self-fusing, oil-and flame-resistant, synthetic rubber and be UL listed or NRTL certified. Heat-shrink tubing must be made of irradiated polyolefin tubing with a minimum wall thickness of 40 mils before contraction and an adhesive mastic inner wall. When heated, the inner wall must melt and fill the crevices and interstices of the covered splice area and the outer wall must shrink to form a waterproof insulation. Page 131 of 183 Heat-shrink tubing must comply with the requirements for extruded, insulating tubing at 600 V(ac) specified in UL Standard 468D and ANSI C119.1 and the requirements shown in the following table: Heat-Shrink Tubing Requirements Quality characteristic Requirement Shrinkage ratio of supplied diameters(max, %) 33 Dielectric strength (min, kV/in) 350 Resistivity(min, 0/in) 25 x 1013 Tensile strength min, psi 2,000 Operating temperature °C -40-90 135 °C in emergency) Water absorption (max, %) 0.5 aWhen heated to 125°C and allowed to cool to 25 °C 86-1.021 Connectors and Terminals A connector and terminal must comply with SAE-AS7928 and be a crimp type, rated for 600 V(ac)and either UL listed or NRTL certified. 86-1.02J Standards, Poles, Pedestals,and Posts Standards for signals, lighting, and flashing beacons, poles for closed circuit television, pedestals for cabinets, posts for extinguishable message sign and posts for pedestrian push button assemblies must comply with section 56-3. 86-1.02K Luminaires 86-1.02K(1) General Luminaire must be either LED or low-pressure-sodium type. 86-1.02K(2) LED Luminaires LED luminaire must be on the Authorized Material List for LED luminaires and must: 1. Be self-contained, not requiring assembly. 2. Comply with UL 1598 for luminaires in wet locations. 3. Have a power supply with: 3.1. ANSI/IEC rating of at least IP65. 3.2. 2 leads to accept standard 0-10 V(dc). 3.3. Dimming control compatible with IEC 60929,Annex E. If the control leads are open or the analog control signal is lost, the circuit must default to 100-percent power. 3.4. Case temperature self rise of 77 degrees F or less above ambient temperature in free air with no additional heat sinks. 4. Weigh no more than 35 lb. 5. Have a minimum operating life of 63,000 hours when operated for an average time of 11.5 hours at an average temperature of 70 degrees F. 6. Be designed to operate over a temperature range from -40 to 130 degrees F. 7. Be operationally compatible with photoelectric controls. 8. Have a correlated color temperature range from 3,500 to 6,500 K and a color rendering index of 65 or greater. 9. Have a maximum-effective projected area of 1.4 sq ft when viewed from either side or end. 10. Have a housing color that matches a color no. 26152 to 26440, 36231 to 36375, or 36440 of FED- STD-595. 11. Have an ANSI C1 36.41-compliant, locking-type, photocontrol receptacle with dimming connections and a watertight shorting cap. 12. Comply with LM-79, LM-80 and California Test 611. The individual LEDs must be connected such that a catastrophic loss or a failure of 1 LED does not result in the loss of more than 20 percent of the luminous output of the luminaire. The luminaire must be permanently marked inside the unit and outside of its packaging box. Marking consists of: 1. Manufacturer's name or trademark Page 132 of 183 2. Month and year of manufacture 3. Model, serial, and lot numbers 4. Rated voltage,wattage, and power in VA An LED luminaire's onboard circuitry must include a surge protection device to withstand high-repetition noise transients caused by utility line switching, nearby lightning strikes, and other interferences.The device must protect the luminaire from damage and failure due to transient voltages and currents as defined in Tables 1 and 4 of ANSI/IEEE C64.41.2 for location category C-High. The surge protection device must comply with UL 1449 and ANSI/IEEE C62.45 based on ANSI/IEEE C62.41.2 definitions for standard and optional waveforms for location category C-High. An LED luminaire and its associated onboard circuitry must comply with the Class A emission limits under 47 CFR 15(B)for the emission of electronic noise. The fluctuations of line voltage must have no visible effect on the luminous output. The operating voltage may range from 120 to 480 V(ac), 60±3 Hz. Luminaire must operate over the entire voltage range or the voltage range must be selected from one of the following: 1. Luminaire must operate over a voltage range from 95 to 277 V(ac).The operating voltages for this option are 120 V(ac)and 240 V(ac). 2. Luminaire must operate over a voltage range from 347 to 480 V(ac).The operating voltage for this option is 480 V(ac). LED luminaire must have a power factor of 0.90 or greater.The total harmonic distortion, current, and voltage induced into a power line by a luminaire must not exceed 20 percent. The L70 of the luminaire must be the minimum operating life or greater. Illuminance measurements must be calibrated to standard photopic calibrations. The maximum power consumption and maintained illuminance of the LED luminaires must comply with the isofootcandle curves as shown. LED luminaire must not allow more than 10 percent of the rated lumens to project above 80 degrees from vertical and 2.5 percent of the rated lumens to project above 90 degrees from vertical. Luminaire must have passive thermal management with enough capacity to ensure proper heat dissipation and functioning of the luminaire over its minimum operating life. The maximum junction temperature for the minimum operating life must not exceed 221 degrees F. The junction-to-ambient thermal resistance must be 95 degrees F per watt or less. The use of fans or other mechanical devices is not allowed for cooling the luminaire. The heat sink must be made of aluminum or other material of equal or lower thermal resistance.The luminaire must contain circuitry that automatically reduces the power to the LEDs so the maximum junction temperature is not exceeded when the ambient temperature is 100 degrees F or greater. The luminaire's housing must be fabricated from materials designed to withstand a 3,000-hour salt spray test under ASTM B117.All aluminum used in housings and brackets must be made of a marine-grade alloy with less than 0.2 percent copper.All exposed aluminum must be anodized. A chromate conversion undercoating must be used underneath a thermoplastic polyester powder coat. The housing must be designed to prevent the buildup of water on its top surface. Exposed heat sink fins must be oriented to allow water to run off the luminaire and carry dust and other accumulated debris away from the unit.The optical assembly of the luminaire must be protected against dust and moisture intrusion to at least an UL 60529 rating of IP66. The power supply enclosure must be protected to at least an UL 60529 rating of IP43. The housing must have a slip fitter capable of being mounted on a 2-inch-diameter pipe tenon. Slip fitter must: 1. Fit on mast arms with outside diameters from 1-5/8 to 2-3/8 inches 2. Be adjustable to a minimum of±5 degrees from the axis of the tenon in a minimum of 5 steps: +5, +2.5, 0, -2.5, -5 3. Have clamping brackets that: Page 133 of 183 3.1. Are made of corrosion-resistant materials or treated to prevent galvanic reactions 3.2. Do not bottom out on the housing bosses when adjusted within the designed angular range 3.3. Do not permanently set in excess of 1/32 inch when tightened Each refractor or lens must be made of UV-inhibiting high-impact plastic, such as acrylic or polycarbonate, or heat-and impact-resistant glass.The refractor or lens must be resistant to scratching. Polymeric materials, except for the lenses of enclosures containing either the power supply or electronic components of the luminaire, must be made of UL94 V-0 flame-retardant materials. An LED luminaire and its internal components must be able to withstand mechanical shock and vibration. If the components are mounted on a down-opening door, the door must be hinged and secured to the luminaire's housing separately from the refractor or flat lens frame.The door must be secured to the housing to prevent accidental opening. A safety cable must mechanically connect the door to the housing. An LED luminaire must have a barrier-type terminal block secured to the housing to connect field wires. The terminal screws must be captive and equipped with wire grips for conductors up to no. 6. The conductors and terminals must be identified and marked. 86-1.02K(3) Low-Pressure Sodium Luminaires A low-pressure sodium luminaire must be an enclosed cutoff or semi-cutoff type and be self-contained, not requiring assembly. The housing must be either(1)a minimum 1/1 6-inch-thick, corrosion-resistant, die-cast aluminum sheet and plate with concealed continuous welds or(2)a minimum 3/32-inch-thick, acrylonitrile-butadiene- styrene sheet material on a cast aluminum frame. The housing must provide mounting for all electrical components and a slip fitter. The housing must be divided into optical and power compartments that are individually accessible for service and maintenance. The painted exterior surface of the luminaire must be finished with a fused coating of electrostatically applied polyester powder paint or other UV-inhibiting film.The color must be aluminum gray. A sealing ring must be installed in the pipe tenon opening to prevent the entry of water and insects into the power and optical compartments. The ring must be made of high-temperature neoprene or equal material. The power unit assembly must be accessible through a weather-tight, hinged cover secured to the housing with spring latches or captive screws. The luminaire's hardware must be stainless steel or cadmium plated. Removable components must be secured with machine screws or bolts instead of sheet metal screws. A semi-cutoff luminaire or a molded refractor-style cutoff luminaire must include a refractor. Other cutoff luminaires must include a flat lens. The refractor assembly and flat lens assembly must be designed to rigidly maintain their shape and be hinged and secured to the housing with spring latches. The refractor must be either a 1-piece injection-molded polycarbonate with a minimum thickness of 3/32 inch or a 1-piece injection-molded acrylic with a minimum thickness of 1/8 inch. Alternate methods of manufacturing the refractor may be authorized provided minimum specified thicknesses are maintained. The flat lens must be a 1-piece polycarbonate with a minimum thickness of 3/32 inch, mounted to a metal frame. The lamp socket must be made of high-temperature,flame-retardant, thermoset material with self-wiping contacts or an equal. The socket must be rated for 660 W and 1,000 V(ac). The position of the socket and support must maintain the lamp in the correct relationship with the reflector and refractor for the designed light distribution pattern.The reflector may be an integral part of the housing. The luminaire must comply with the isofootcandle curves as shown. Low-pressure sodium lamp must: 1. Bea 180 W, single-ended, bayonet-base,tubular, gas-discharge lamp Page 134 of 183 2. Maintain a minimum of 93 percent of its initial lumens over its rated life 3. Reach 80 percent of its light output within 10 minutes 4. Restrike within 1 minute after a power outage or voltage drop at the lamp socket 5. Have ANSI L74/E designation The lamp operating position must be at±20 degrees from the horizontal. Lamp must comply with the minimum performance requirements shown in the following table: Minimum Performance Requirements Quality characteristic Requirement Initial lumens Im 33,000 Rated average life at 10 h/start(h) 18,000 The low-pressure sodium lamp ballast must be an autotransformer or high-reactance type.The power factor must be not less than 90 percent when the ballast is operated at the nominal line voltage with a nominally-rated reference lamp.The lamp wattage regulation spread must not vary by more than ±6 percent for±10 percent input voltage variation from nominal through life. At the line voltage, the ballast must have a lamp current crest factor not exceeding 1.8 and ballast loss not exceeding 24 percent for a 180 W ballast. The ballast must include a multi-circuit connector for quick disconnection. 86-1.02K(4) Reserved 86-1.021L Reserved 86-1.02M Photoelectric Controls Photoelectric control types are as shown in the following table: Photoelectric Control Types Control type Description I Pole-mounted photoelectric unit.Test switch housed in an enclosure. II Pole-mounted photoelectric unit. Contactor and test switch located in a service equipment enclosure. III Pole-mounted photoelectric unit. Contactor and a test switch housed in an enclosure. IV A photoelectric unit that plugs into a NEMA twist-lock receptacle, integral with the luminaire. V A photoelectric unit, contactor, and test switch located in a service equipment enclosure. The pole-mounted adaptor for Type I, II, and III photoelectric controls must include a terminal block and cable supports or clamps to support the wires. The enclosure for Type I and III photoelectric controls must be a NEMA 3R type. The enclosure must have a factory-applied, rust-resistant prime coat and finish coat. The enclosure must be hot-dip galvanized or painted to match the color of the lighting standard. Photoelectric unit must: 1. Have a screen to prevent artificial light from causing cycling. 2. Have a rating of 60 Hz, 105-130 V(ac), 210-240 V(ac), or 105-240 V(ac). 3. Operate at a temperature range from -20 to 55 degrees C. 4. Consume less than 10 W. 5. Be a 3-prong,twist-lock type with a NEMA IP 65 rating,ANSI C1 36.1 0-compliant 6. Have a fail-on state 7. Fit into a NEMA-type receptacle 8. Turn on from 1 to 5 footcandles and turn off from 1.5 to 5 times the turn-on level. Measurements must be made by procedures in EEI-NEMA Standards for Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of Roadway Lighting. Page 135 of 183 Type I, II, III, and V photoelectric controls must have a test switch to allow manual operation of the lighting circuit. Switch must be: 1. Single-hole mounting,toggle type 2. Single pole and single throw 3. Labeled Auto-Test on a nameplate Photoelectric control's contactor must be: 1. Normallyopen 2. Mechanical-armature type with contacts of fine silver, silver alloy, or equal or better material 3. Installed to provide a minimum space of 2-1/2 inches between the contactor terminals and the enclosure's sides The terminal blocks must be rated at 25 A, 600 V(ac), molded from phenolic or nylon material, and be the barrier type with plated-brass screw terminals and integral marking strips. 86-1.02N Fused Splice Connectors The fused splice connector for 240 and 480 V(ac)circuits must simultaneously disconnect both ungrounded conductors. The connector must not have exposed metal parts except for the head of the stainless steel assembly screw. The head of the assembly screw must be recessed a minimum of 1/32 inch below the top of the plastic boss that surrounds the head. The connector must protect the fuse from water or weather damage. Contact between the fuse and fuse holder must be spring loaded. Fuses must: 1. Be standard, midget,ferrule type 2. Have a nontime-delay feature 3. Be 3/32 by 1-1/2 inches 86-1.020 Grounding Electrodes Grounding electrode must be: 1. 1 piece 2. Minimum 10-foot length of one of the following: 2.1. Galvanized steel rod or pipe not less than 3/4 inch in diameter 2.2. Copper clad steel rod not less than 5/8 inch in diameter 86-1.02P Enclosures 86-1.02P(1) General The enclosures must be rated NEMA 3R and include a dead front panel and a hasp with a 7/16-inch- diameter hole for a padlock. The enclosure's machine screws and bolts must not protrude outside the cabinet wall. The fasteners on the exterior of an enclosure must be vandal resistant and not be removable. The exterior screws, nuts, bolts, and washers must be stainless steel. 86-1.02P(2) Service Equipment Enclosures A service equipment enclosure must be factory wired and manufactured from steel and galvanized or have factory-applied, rust-resistant prime and finish coats, except Types 11 and III. Type II and III service equipment enclosures must: 1. Be made of 0.125-inch minimum thickness 5052-H32 aluminum sheet complying with ASTM B209. 2. Be manufactured using gas metal arc welding with bare aluminum welding electrodes. The electrodes must comply with AWS A5.10 Class ER5356. Page 136 of 183 3. Be manufactured using welding procedures, welders, and welding operators that comply with the requirements for welding procedures,welders, and welding operators in in AWS B2.1, "Specification for Welding Procedure and Performance Qualification." 4. Have full-seal weld exterior seams. 5. Exterior welds must be ground smooth and edges filed to a radius of at least 0.03 inch. 6. Have a surface finish that complies with MIL-A-8625 for a Type 11, Class I coating, except the anodic coating must have a minimum thickness of 0.0007 inch and a minimum coating weight of 0.001 oz/sq in. If a Type III enclosure houses a transformer of more than 1 kVA, the enclosure must have effective screened ventilation louvers of no less than 50 sq. in for each louver.The framed screen must be stainless no. 304 with a no. 10 size mesh and secured with at least 4 bolts. The dead front panel on a Type III service equipment enclosure must have a continuous stainless steel or aluminum piano hinge. The panel must be secured with a latch or captive screws. No live part must be mounted on the panel. The enclosure must be watertight and marked as specified in NEC to warn of potential electric-arc flash hazards. Internal conductors for the photoelectric control unit must be 600 V(ac), 14 AWG (THHN)stranded machine tool wire.Where subject to flexing, 19 stranded wire must be used. The meter area must be have a sealable, lockable, weather-tight cover that can be removed without the use of tools. For Type III-A, III-B, and III-C enclosures,the meter socket must be a 5-clip type, and the landing lug must be suitable for multiple conductors. For a Type III-D enclosure, the meter socket must be a 7-clip type, and the landing lug must be suitable for multiple conductors. The pedestal must comply with the Electric Utility Service Equipment Requirements Committee drawing no. 308 or 309. Landing lugs must be(1)sized for the incoming service utility conductors, (2)compatible with either copper or aluminum conductors, and (3)made of copper or tin-plated aluminum. Live parts of the electrical equipment must be guarded against accidental contact. The main and neutral busses of the enclosure must be made of tin-plated copper, be rated for 125 A, and be suitable for copper or aluminum conductors. Each service equipment enclosure must have up to 2 main circuit breakers that will simultaneously disconnect ungrounded service-entrance conductors. Circuit breaker for a service equipment enclosure must: 1. Be quick-break on either automatic or manual operation 2. Be trip indicating 3. Be internal-trip type 4. Be UL listed or NRTL certified and comply with UL 489 or equal 5. Be clearly marked with the frame size 6. Have an operating mechanism that is enclosed and trip-free from the operating handle on overload 7. Have the trip rating clearly marked on the operating handle 8. Have an interior made of copper Circuit breakers used as disconnects must have a minimum interrupting capacity of 10,000 A, rms. The interior of the enclosure must accept plug-in circuit breakers.A minimum of 6 standard single-pole circuit breakers, 3/4" nominal, must be provided for branch circuits. Identify each circuit breaker and component by description using an engraved phenolic nameplate attached with stainless steel rivets or screws. Nameplate must be installed: Page 137 of 183 1. Adjacent to the breaker on the dead front panel. The characters must be a minimum of 1/8 inch high. 2. Adjacent to the component on the back panel.The characters must be a minimum of 1/8 inch high. 3. At the top exterior of the door panel. The nameplate must include the system number, voltage, and number of phases engraved in minimum 3/16-inch-high characters. A plastic-laminated wiring diagram must be attached inside the enclosure with brass eyelets by a UL- listed or NRTL-certified method. 86-1.02P(3) Lighting and Sign Illumination Enclosures A lighting and sign illumination enclosure must be manufactured from steel and either galvanized, cadmium plated, or powder coated. 86-1.02Q Cabinets 86-1.02Q(1) General Cabinets must be factory wired except for battery backup system cabinets. The fasteners on the exterior of a cabinet, except for battery backup system cabinets, must be removable and vandal resistant.The exterior screws, nuts, bolts, and washers must be stainless steel. Terminal blocks, circuit breakers, and a power supply must be UL approved. 86-1.02Q(2) Department-Furnished Controller Cabinets A Department-furnished controller assembly consists of a Model 170E or 2070E controller unit, a wired controller cabinet, and all auxiliary equipment required to operate the system. The Department does not furnish anchor bolts. 86-1.02Q(3) Controller Cabinets The controller cabinet must be a Model 334L, comply with TEES, and be on the Authorized Material List for traffic signal control equipment. The cabinet must have 3 drawer shelves. Each shelf must be attached to the tops of 2 supporting angles with 4 screws. 86-1.02Q(4) Telephone Demarcation Cabinets 86-1.02Q(4)(a) General The doors of a telephone demarcation cabinet must be attached using continuous stainless steel piano hinges. 86-1.02Q(4)(b) Type ATelephone Demarcation Cabinets Reserved 86-1.02Q(4)(c) Type B Telephone Demarcation Cabinets A Type B telephone demarcation cabinet consists of a mounting panel, outlets, circuit breaker,fan, dead front plates, and fuse. The mounting panel must be made of 3/4-inch-thick ACX-grade plywood. The mounting panel must be fastened to the cabinet with nuts, lock washers, and flat washers to 10 welded studs. The cabinet must be made of 0.125-inch-thick anodized aluminum. The cabinet door must be hung and secured with drawn latches, lockable with a padlock.The padlock latches must each have a minimum 7/16-inch-diameter hole. Ventilation louvers must be located on the door. The fan must be located in a ventilator housing and be controlled thermostatically. The thermostat control must have a range from 80 to 130 degrees F. The thermostat and fan circuit must be protected with a fuse rated for 175 percent of the motor capacity. The fan capacity must be a minimum 25 cfm. Page 138 of 183 86-1.02Q(4)(d) Type C Telephone Demarcation Cabinets Reserved 86-1.02Q(5) Battery Backup System Cabinets The cabinet for a battery backup system must comply with TEES and be on the Authorized Material List for traffic signal control equipment. 86-1.02R Signal Heads 86-1.02R(1) General A signal head consists of a signal mounting assembly, backplate, and signal face. The head must have a terminal block attached to the back of one housing. The terminal block must have enough positions to accommodate all indications. Each position must be permanently labeled for the indications used. The metal signal heads must not fracture or deflect more than half the lens diameter when tested under California Test 666. The plastic signal heads must not fracture or deflect when tested under California Test 605. The deflection must not be more than 10 degrees in either the vertical or horizontal plane after the wind load has been removed from the front of the signal face or more than 6 degrees in either the vertical or horizontal plane after the wind load has been removed from the back of the signal face. 86-1.02R(2) Signal Mounting Assemblies Signal mounting assembly must include: 1. 1-1/2-inch-diameter steel pipe or galvanized conduit 2. Pipe fitting made of ductile iron, galvanized steel, bronze, or aluminum alloy,Type AC-8413, no. 380 3. Mast arm and post-top slip fitters and terminal compartments made of cast bronze or hot-dip galvanized ductile iron The horizontal distance between the vertical centerlines of the terminal compartment or slip fitter and of each signal face must not exceed 11 inches except where required for proper signal face alignment or to allow programming of programmed visibility signal sections. The mounting assembly must be watertight and free of sharp edges or protrusions that might damage conductor insulation.The assembly must have positive-locking serrated fittings that prevent signal faces from rotating when the fittings are mated with similar fittings on the faces. Each terminal compartment must be fitted with a terminal block having a minimum of 12 positions, each with 2 screw-type terminals. Each terminal must accommodate at least five no. 14 conductors.The terminal compartment must have a cover for easy access to the terminal block. 86-1.02R(3) Backplates The backplate material must be a homogeneous black color with a lusterless finish. A metal backplate must be made of a minimum 1/16-inch-thick 3001-14 aluminum. A plastic backplate must have a minimum thickness of 1/16 inch and be formed from sheet plastic or assembled from extruded, molded, or cast plastic sections. Sections must be factory joined using one of the following: 1. Appropriate solvent cement. 2. Aluminum rivets and washers painted or permanently colored to match the backplate. 3. No. 10 machine screws with flat washers, lock washers, and nuts painted to match the backplate. Each plastic backplate must be secured to the plastic signal face such that it resists removal or permanent deformation. 86-1.02R(4) Signal Faces Signal face consists of signal sections with signal housings, LED modules, and visors. Page 139 of 183 Signal face must: 1. Be adjustable and allow for 360-degree rotation about the vertical axis 2. Comply with ITE publications ST-052-E, Vehicle Traffic Control Signal Heads: Light Emitting Diode (LED) Circular Signal Supplement and ST-054, Vehicle Traffic Control Signal Heads:Light Emitting Diode(LED) Vehicle Arrow Traffic Signal Supplement 3. Be sealed with a neoprene gasket at the top opening A metal signal face must have a metal backplate and visor. A plastic signal face must have a plastic backplate and visor. If a signal face is supported by a Type MAS slip fitter, spacers are required between the 2 sections. The spacers must be made of the same material as the housing. The vertical dimension of the spacers must allow proper seating of the serrations between the slip fitter and the 2 sections.The 2 sections must be joined with at least two no. 10 minimum machine screws through holes near the front of the housing and the spacers and matching holes in a reinforcing plate installed in the housing. 86-1.02R(4)(a) Signal Sections 86-1.02R(4)(a)(i) General Signal section must have: 1 Opening at the top and bottom for a 1-1/2-inch pipe 2. Maximum height of 10-1/4 inches for an 8-inch section and 14-3/4 inches for a 12-inch section 3. Hinge pins, door-latching devices, and other exposed hardware manufactured of Type 304/304L or 305 stainless steel 4. Interior screws and fittings manufactured of stainless steel or steel with a corrosion-resistant plating or coating 5. Gaskets made of a material that is not degraded if installed in a section with metal or plastic housing Sections must be capable of being joined together to form a signal face in any combination.This interchangeability is not required between metal and plastic sections. Each section must be joined to an adjacent section by one of the following: 1. Minimum of 3 machine screws for 8-inch sections and 4 machine screws for 12-inch sections, installed through holes near the front and back of the housing. Each screw must be a no. 10 and have a nut,flat washer, and lock washer. 2. 2 machine screws, each with a nut, flat washer, and lock washer, installed through holes near the front of the housing and a fastener through the 1-1/2-inch pipe opening.The fastener must have 2 large,flat washers to distribute the load around the pipe's opening and 3 carriage bolts, each with a nut and lock washer. The minimum screw size must be no. 10, and the carriage bolt size must be 1/4 inch. The holes for the machine screws must be either cast or drilled during signal section fabrication. Each hole must be surrounded by a minimum 1/8-inch-wide boss to allow contact between signal sections about the axis of the hole. A serrated nylon washer must be inserted between each plastic signal section and the metal mounting assembly. Each serrated nylon washer must be from 3/16 to 1/4 inch thick. The serrations must match those on the signal section and the mounting assembly. 86-1.02R(4)(a)(ii) Programmed Visibility Signal Sections Programmed visibility signal section must have: 1. Nominal 12-inch-diameter circular or arrow indication 2. Cap visor 3. Adjustable connection that: 3.1. Provides incremental tilting from 0 to 10 degrees above or below the horizontal 3.2. Maintains a common vertical axis through couplers and mountings Page 140 of 183 The terminal connection must allow external adjustment about the mounting axis in 5-degree increments. The visibility of each signal section must be capable of adjustment or programming within the section. The adjustment for the section must be preset at 4 degrees below the horizontal. 86-1.02R(4)(a)(iii) Signal Housings The signal housing must: 1. Be die-cast aluminum, permanent mold-cast aluminum, or if specified, structural plastic 2. Comply with ITE publications ST-052-E, Vehicle Traffic Control Signal Heads:Light Emitting Diode (LED) Circular Signal Supplement and ST-054, Vehicle Traffic Control Signal Heads:Light Emitting Diode (LED) Vehicle Arrow Traffic Signal Supplement if made of die-cast or permanent mold-cast aluminum 3. Have a 1-piece, hinged, square-shaped door that is: 3.1. Designed to allow access for replacement of modules without the use of tools 3.2. Secured such that it remains closed during loading tests 4. Have a watertight module or lens mounted in the door 5. Have a terminal block attached to the back,with the terminals permanently labeled for conductors to facilitate field wiring Each housing must have reinforcement plates. Reinforcement plates must be either sheet aluminum, galvanized steel, or cast aluminum. Each plate must have a minimum thickness of 0.11 inch and a hole concentric with a 1-1/2-inch pipe-mounting hole in the housing. Reinforcement plates must be placed as specified in the following table: Reinforcement Plate Placement Material Placement Sheet aluminum Inside and outside of housing Galvanized steel Inside of housing Cast aluminum Outside of housing Reinforcement plates placed outside of the housing must be finished to match the signal housing color and be designed to allow a proper serrated coupling between the signal face and the mounting hardware. A minimum of three no. 10 machine screws must be installed through holes in each plate and matching holes in the housing. Each screw must have a round or binder head, a nut, and a lock washer. A metal housing must have a metal visor. Plastic housing must: 1. Be molded in a single piece or fabricated from 2 or more pieces joined into a single piece 2. Be a black color throughout, including the door, matching color no. 17038, 27038, or 37038 of FED- STD-595 3. Have UV stability 4. Be self-extinguishing If reinforcing webs are used to connect the back of the housing to the top, bottom, and sides of the adjacent housing, reinforcement plates are not required. The exterior of the housing must be painted as specified in sections 78-4.08 and 59. 86-1.02R(4)(b) LED Signal Modules An LED signal module must be on the Authorized Material List for LED traffic signal modules. An LED signal module must comply with ITE publications ST-052-E, Vehicle Traffic Control Signal Heads: Light Emitting Diode (LED) Circular Signal Supplement and ST-054, Vehicle Traffic Control Signal Heads: Light Emitting Diode (LED) Vehicle Arrow Traffic Signal Supplement, except: 1. Maximum module weight must be 4 lb 2. Module must be a sealed unit with: Page 141 of 183 2.1. 2 color-coded conductors for the power connection except lane control modules must use 3 color-coded conductors 2.2. Printed circuit board that complies with TEES, chapter 1, section 6 2.3. Lens that is: 2.3.1. Convex or flat with a smooth outer surface 2.3.2. Made of UV-stabilized plastic or glass 2.4. 1-piece EPDM gasket 3. Module must include 3-foot-long conductors with attached quick-disconnect terminals 4. Identification must include: 4.1. Month and year of manufacture 4.2. 1-inch-diameter symbol of the module type with the module color written adjacent to the symbol in 0.50-inch-high letters 5 LED must be the ultra-bright type rated for 100,000 hours of continuous operation 6. Module must have an integral power supply Individual LEDs must be wired such that a loss or failure of 1 LED will not result in a loss of more than 5 percent of the module's light output. Failure of an individual LED in a string must not result in a loss of an entire string or other indication. The symbol for a 12-inch U-turn section must be a 15/16-inch-wide inverted U with an arrow on the left end. A lane control section must be a combination module with a red Xand green arrow. The conductor function and color code must be as shown in the following table: Conductor Function and Color Code Function Color Neutral White Red X Red Green arrow Brown The minimum power consumption for an LED signal module must be 5 W. The maximum power consumption for an LED signal module must be as shown in the following table: Maximum Power Consumption LED signal module Power consumption W Red Yellow Green type 25°C 74 °C 25 °C 74 °C 25°C 74 °C 8-inch circular 8 13 13 16 12 12 12-inch circular 11 17 22 25 15 15 12-inch arrow 9 12 10 12 11 11 12-inch U-turn 9 12 10 12 11 11 Bicycle 11 17 22 25 15 15 Programmed visibility 11 17 22 25 15 15 Lane control (X) 9 12 -- -- -- -- Lane control (Arrow) -- -- -- -- 11 11 Red and green LED signal modules operating over a temperature range from -40 to 74 degrees C and yellow LED signal modules operating at 25 degrees C must maintain the minimum illumination values for 48 months as shown in the following tables: Page 142 of 183 Minimum Maintained Intensities for Circular Indications Intensities cd 8-inch 12-inch Angle(v,h) Red Yellow Green Red Yellow Green 2.5 ±2.5 133 267 267 339 678 678 2.5, ±7.5 97 194 194 251 501 501 2.5, ±12.5 57 113 113 141 283 283 2.5, ±17.5 25 48 48 77 154 154 7.5, ±2.5 101 202 202 226 452 452 7.5, ±7.5 89 178 178 202 404 404 7.5, ±12.5 65 129 129 145 291 291 7.5, ±17.5 41 81 81 89 178 178 7.5, ±22.5 18 37 37 38 77 77 7.5, ±27.5 10 20 20 16 32 32 12.5, ±2.5 37 73 73 50 101 101 12.5, ±7.5 32 65 65 48 97 97 12.5, ±12.5 28 57 57 44 89 89 12.5, ±17.5 20 41 41 34 69 69 12.5, ±22.5 12 25 25 22 44 44 12.5, ±27.5 9 16 16 16 32 32 17.5, ±2.5 16 32 32 22 44 44 17.5, ±7.5 14 28 28 22 44 44 17.5, ±12.5 10 20 20 22 44 44 17.5, ±17.5 9 16 16 22 44 44 17.5, ±22.5 6 12 12 20 41 41 17.5, ±27.5 4 9 9 16 32 32 Minimum Maintained Luminance for Indications Indication type Luminance(fL) Red Yellow Green Arrow 1,610 3,210 3,210 U-turn 1,610 3,210 3,210 Bicycle 1,610 1,610 1,610 Lane control (X) 1,610 -- -- Lane control (Arrow) -- -- 1,610 Minimum Maintained Luminance for Programmed Visibility Indications Luminance cd Indication type Red Yellow Green PV at angle v=2.5, h=±2.5 314 314 314 Conductors must be prewired to the terminal block. 86-1.02R(4)(c) Visors and Directional Louvers The visor must be a tunnel type. The visor must have a downward tilt from 3 to 7 degrees with a minimum length of 9-1/2 inches for nominal 12-inch round lenses and 7 inches for nominal 8-inch round lenses. A metal visor must be formed from minimum 0.050-inch-thick aluminum alloy sheet. A plastic visor must be either formed from sheet plastic or blow-molded. The plastic must be a black homogeneous color with a lusterless finish. A visor must withstand a wind load applied to its side for 24 Page 143 of 183 hours without permanent deformation or removal from its door when tested under California Test 605 for plastic visors and California Test 666 for metal visors. If directional louvers are used, the louvers must fit into full-circular signal visors. Louvers must consist of one of the following: 1. Outside cylinder constructed of sheet steel with a minimum nominal thickness of 0.030 inch and vanes constructed of sheet steel with a minimum nominal thickness of 0.016 inch. 2. Outside cylinder and vanes constructed of 5052-1-132 aluminum alloy of equal thickness. 86-1.02S Pedestrian Signal Heads 86-1.02S(1) General A pedestrian signal head consists of a pedestrian signal mounting assembly and a pedestrian signal face comprising of a pedestrian signal housing, an LED countdown pedestrian signal face module, and a front screen. 86-1.02S(2) Pedestrian Signal Mounting Assemblies A pedestrian signal mounting assembly must comply with the specifications for a signal mounting assembly in section 86-1.02R, except mast arm slip fitters are not required. 86-1.02S(3) Pedestrian Signal Faces 86-1.02S(3)(a) General Each pedestrian signal face must include a light-duty terminal block rated at 5 A and have 12 positions with no. 6-by-1/8-inch binder head screws. Each position must have 1 screw-type terminal. The wiring and terminal block must comply with ITE publication ST-055-E, Pedestrian Traffic Control Signal Indicators:Light Emitting Diode (LED) Signal Modules. 86-1.02S(3)(b) Pedestrian Signal Housings Pedestrian signal housing must comply with the specifications for a signal housing in 86-1.02R(4)(a)(iii), except the maximum overall dimensions must be 18-1/2 inches wide, 19 inches high, and 11-1/2 inches deep and without: 1. Visor 2. Watertight module or lens mounted in the door 3. Reinforcement plates The housing must have a terminal block attached to the back. The terminal block must have enough positions to accommodate all indications. Each position must be permanently labeled for the indications used. 86-1.02S(3)(c) LED Countdown Pedestrian Signal Face Modules An LED countdown PSF module must comply with ITE publication ST-055-E, Pedestrian Traffic Control Signal Indicators:Light Emitting Diode (LED) Signal Modules, except the material must comply with ASTM D3935 and the module must have: 1. Ultra-bright-type LED rated for 100,000 hours of continuous operation. 2. Lot number and month and year of manufacture permanently marked on the back of the module 3. Prominent and permanent vertical markings for accurate indexing and orientation within the pedestrian signal housing if a specific mounting orientation is required. Markings must be a minimum of 1 inch in height and include an up arrow and the word up or top. 4. Circuit board complying with TEES, chapter 1, section 6. Individual LEDs must be wired such that a loss or failure of 1 LED will not result in a loss of more than 5 percent of the module's light output. Failure of an individual LED in a string must not result in a loss of an entire string or other indication. Each symbol must be at least 9 inches high and 5-1/4 inches wide. The 2-digit countdown timer, Upraised Hand, and Walking Person indications must be electronically isolated from each other.The 3 indications must not share a power supply or interconnect circuitry. Page 144 of 183 The module must operate over the specified ambient temperature and voltage range and be readable both day and night at distances up to the full width of the area to be crossed. Upon initial testing at 25 degrees C,the module must have at least the luminance values shown in the following table: Luminance Values PSF module symbol Luminance Upraised hand and 2- 1,094 digit countdown timer fL Walking person fL 1,547 The module must not exceed the power consumption requirements shown in the following table: Maximum Power Consumption Requirements PSF module display At 24°C At 74°C Upraised Hand 10.0 W 12.0 W Walking Person 9.0 W 12.0 W 2-digit countdown timer 6.0 W 8.0 W 86-1.02S(3)(d) Front Screen Pedestrian signal face must have a front screen that is one of the following types: 1. 3/8-inch-thick aluminum honeycomb screen with 0.2-inch-wide cells or a 1/2-inch-thick plastic screen with 3/8-inch-wide squares with 1/1 6-inch wall thickness that: 1.1. Is installed so it tilts downward at an angle of 15±2 degrees from the top and completely covers the message plate. 1.2. Includes a clear front cover made of either a minimum 1/8-inch-thick acrylic plastic sheet or a minimum 1/1 6-inch-thick polycarbonate plastic. 1.3. Is held firmly in place, including the cover, with stainless steel or aluminum clips or stainless steel metal screws. 2. Polycarbonate screen that: 2.1. Has a nominal thickness of 1/32 inch. 2.2. Is a 1-1/2-inch-deep eggcrate or Z-crate type. 2.3. Is mounted in a frame constructed of aluminum alloy or polycarbonate with a minimum thickness of 0.040 inch. 2.4. Is held in place with stainless steel screws. The screen and frame of a pedestrian signal face must be made of either(1) plastic that is a flat black color or(2)anodized aluminum that is a flat black color or finished with lusterless, black, exterior-grade latex paint formulated for application to metal surfaces. 86-1.02T Accessible Pedestrian Signals Accessible pedestrian signal must comply with the California MUTCD, chapter 4E, and have: 1. Audible speech message that plays when the push button is actuated. The message must include the name of the street to be crossed. The accessible pedestrian signal must have at least 5 audible message options. 2. Push button locator tone that clicks or beeps. 3. Feature that activates the pedestrian phase during a failure of the audible message, locator tone, or vibrotactile device. An accessible pedestrian signal must function with the Department-furnished Model 170E/2070E controller assembly. No part of the accessible pedestrian signal must be installed inside the controller cabinet. Power for the accessible pedestrian signal must be from the pedestrian signal housing terminal block. The housing for the signal assembly must be made of corrosion-resistant material. Theft-proof bolts used for mounting the housing to the standard must be stainless steel with a content of 17 percent chromium and 8 percent nickel.The housing must be shaped to fit the pole's curvature. Page 145 of 183 The color of a metallic housing must match color no. 33538 of FED-STD-595. The color of a plastic housing must match color no. 17038, 27038, or 37038 of FED-STD-595. Accessible pedestrian signal must: 1. Have electronic switches, a potentiometer, or an access port for a device for controlling and programming the volume level and messaging 2. Be weatherproof and shockproof Enclosure for the accessible pedestrian signal must: 1. Weigh less than 7 lb 2. Measure less than 16 by 6 by 5 inches 3. Have a wiring hole with a diameter not exceeding 1-1/8 inches 5. Have a switch for a push button 6. Have a vibrotactile device on the push button or on the arrow 7. Have an internal weatherproof speaker and microphone that senses the ambient sound level The separation between adjacent holes used for conductors and mounting must be at least twice the diameter of the larger hole. The speaker grills must be located on the surface of the enclosure. The speakers must not interfere with the housing or its mounting hardware. The conductor cable between the accessible pedestrian signal assembly and the pedestrian signal head must be a 9 no. 20 conductor cable complying with MIL-W-16878D. 86-1.02U Push Button Assemblies The housing for a push button assembly must be made of die-cast aluminum, permanent mold-cast aluminum, or UV-stabilized self-extinguishing structural plastic.The plastic housing must have a color throughout that matches color no. 17038, 27038, or 37038 of FED-STD-595. If the push button is to be attached to a pole,the housing must be shaped to fit the pole's curvature. The assembly must be waterproof and shockproof. The push button's switch must be a single-pole, double-throw switching unit with screw-type terminals rated 15 A at 125 V(ac). Switch for the push button must have: 1. Plunger actuator and a U frame to allow recessed mounting in the push button housing 2. Operating force of 3.5 lb 3. Maximum pretravel of 5/64 inch 4. Minimum overtravel of 1/32 inch 5. Differential travel from 0.002 to 0.04 inch 6. Minimum 2-inch diameter actuator 86-1.02V Reserved 86-1.02W Loop Detector Sealants 86-1.02W(1) General Sealant for filling loop detector slots must be one of the following: 1. Asphaltic emulsion 2. Elastomeric sealant 3. Epoxy sealant for inductive loops 4. Hot-melt rubberized asphalt 86-1.02W(2) Asphaltic Emulsion Sealant Asphaltic emulsion sealant must comply with the State Specification 8040-41A-15. Page 146 of 183 86-1.02W(3) Elastomeric Sealant Elastomeric sealant must be a polyurethane material that cures only in the presence of moisture if used within the stated shelf life. The sealant must be suitable for use in both asphalt concrete and concrete pavement. The cured elastomeric sealant must comply with the requirements shown in the following table: Cured Elastomeric Sealant Requirements Quality characteristic Test method Requirement Hardness ASTM D22403 65-85 Tensile strength (min, MPa) ASTM D412b 3.45 Elongation (min, %) 400 Flex at-40 °C° -- No cracks Weathering resistance ASTM D822 Slight chalking Salt spray resistance: Tensile strength (min, MPa) ASTM B117e 3.45 Elongation (min, %) 400 Dielectric constant(%) ASTM D150 <25 Indentation at 25°C and 50% relative humidity(Rex. Type A, Model 1700 only) bDie C pulled at 508 mm/minute °0.6-mm free film bend (180°)over 13-mm mandrel dWeatherometer 350 h, cured 7 days at 25 °C and 50% relative humidity e28 days at 38 °C with 5% NaCl, Die C, and pulled at 508 mm/minute) (Change over a temperature range from -30 to 50 °C 86-1.02W(4) Hot-Melt Rubberized Asphalt Sealant Hot-melt rubberized asphalt sealant must: 1. Be in solid form at room temperature and fluid at an application temperature range from 190 to 205 degrees C 2. Not produce toxic fumes 3. Be suitable for use in both asphalt concrete and concrete pavement 4. Be packaged in containers clearly marked Detector Loop Sealant with the manufacturer's batch and lot number. The cured hot-melt rubberized asphalt sealant must comply with the requirements shown in the following table: Cured Hot-Melt Rubberized Asphalt Sealant Requirements Quality characteristic Test method Requirement Cone penetration (max, 1/10 mm) ASTM D5329, sec. 6a 35 Flow(max, mm) ASTM D5329, sec. 8b 5 Resilience (min, %) ASTM D5329, sec. 12° 25 Softening point(min, °C) ASTM D36 82 Ductility(min, cm) ASTM D113d 30 Flash point, Cleveland Open Cup (min, °C) ASTM D92 288 Viscosity(Pa-s) ASTM D4402e 2.5-3.5 aAt 25 °C, 150 g, 5 s ')At 60 °C °At 25 °C dAt 25°C, 5 cm/minute eBrookfield Thermosel, no. 27 spindle, 20 rpm, 190°C 86-1.02X Reserved 86-1.02Y Transformers A transformer must be single-phase and may be a nonsubmersible or submersible type. Page 147 of 183 A transformer must be a dry type designed for operation on a 60 Hz supply. The transformer must have a decal showing a connection diagram. The diagram must show either color coding or wire tagging with primary(H 1, H2)or secondary(X1,X2)markers and the primary and secondary voltage and volt-ampere rating.A transformer must comply with the electrical requirements shown in the following table: Transformer Electrical Requirements Quality characteristic Requirement Rating(V(ac)) 120/480, 120/240,240/480, or 480/120 Efficiency % >95 Secondary voltage regulation and tolerance from half load to full ±3 load Secondary 240 and 480 V(ac)windings must be center tapped. The transformer must withstand the application of 2,200 V(ac)from core to coils and from coil to coil for a 1-minute period when tested immediately after operation of the transformer at full load for 24 hours. The external leads for the secondary connections must be no. 10 Type USE rated for 600 V(ac). The transformer's leads must extend a minimum of 12 inches from the case. The transformer's insulation must be NEMA 185 C or better. Each transformer must: 1. Include metal half-shell coil protection. 2. Have moisture-resistant,synthetic-varnish-impregnated windings. 3. Be waterproof and suitable for outdoor operation. Each submersible transformer must: 1. Include a handle and a hanger. 2. Be securely encased in a rugged, corrosion-resistant,watertight case. 3. Have leads that extend out through 1 or more sealed hubs. 4. Be manufactured to withstand a 5-day test with 12-hour on and off periods submerged in 2 feet of salt water that is 2 percent salt by weight. The operating periods must be at full load. 86-1.02Z Batteries Battery must: 1. Be deep-cycle,sealed, prismatic, lead-calcium-based,absorbed-glass-mat,valve-regulated, lead- acid type 2. Be rated for 12 V 3. Be rated for a temperature range from -25 to 60 degrees C 4. Be group size 24 5. Be commercially available and stocked locally 6. Be marked with a date code, maximum recharge data, and recharge cycles 7. Be new and fully charged when furnished 8. Be free from damage or deformities 9. Have a carrying handle 10. Have 2 top-mounted, threaded-stud posts that include all washers and nuts 11. Include insulating rubber covers for protecting the lugs, posts, and wiring: red for the positive terminal and black for the negative terminal If a battery is used for a battery backup system, it must accommodate 3/8-inch ring lugs of a Department- furnished battery harness. 86-1.03 CONSTRUCTION Not Used Page 148 of 183 86-1.04 PAYMENT Not Used Replace section 87 with: 04-15-16 87 ELECTRICAL SYSTEMS 04-15-16 87-1 GENERAL 87-1.01 GENERAL 87-1.01A Summary Section 87 includes general specifications for constructing and installing electrical systems. The Department deducts the cost for maintenance performed by the Department on new or portions of existing systems modified under the Contract. 87-1.0113 Definitions Reserved 87-1.01C Submittals Reserved 87-1.01 D Quality Assurance 87-1.01D(1) General Reserved 87-1.01 D(2) Quality Control Before shipping the material to the job site, submit to METS test samples of: 1. Accessible pedestrian signals 2. LED countdown pedestrian signal face modules 3. LED signal modules 4. LED luminaires Submit a sample size as shown in the following table: Electrical Material Sampling Contract quantity Test sample size 1-8 1 9-15 2 16-25 3 26-90 5 91-150 8 151-280 13 281-500 20 501-1200 32 Before starting operation of an electrical system, perform a conductor test in the presence of the Engineer. Conductor test consists of testing each conductor and the conductors in cables for: Page 149 of 183 1. Continuity. 2. Grounds. 3. Insulation resistance at 500 V(dc) between the circuit and ground. The insulation resistance must be a minimum of 10 M0 on circuits, except it must be a minimum of 100 Mn for inductive loop detector circuits. Start the operational test of the system on any day except Friday or the day before a holiday. The operational test for signals must start from 9:00 a.m.to 2:00 p.m. Notify the Engineer 48 hours before starting the test. An operational test consists of a minimum of 5 business days of continuous, satisfactory operation of the system. If the system fails, correct the problem and retest the system.A shutdown of the system caused by traffic, a power interruption, or unsatisfactory performance of Department-furnished materials does not constitute discontinuity of the test. 87-1.02 MATERIALS Not Used 87-1.03 CONSTRUCTION 87-1.03A General The Engineer determines the final locations of electrical systems. Verify the locations of electrical systems and the depths of existing detectors, conduits, and pull boxes. Notify the Engineer before performing work on the existing system. You may shut down the system for alteration or removal. Where an existing Department underground facility is shown within 10 feet of any excavation, locate and field mark the facility before performing work that could damage or interfere with the existing facility. If an existing facility is within 2 feet of an excavation, determine the exact location of the facility by excavating with hand tools before using any power-operated or power-driven excavating or boring equipment.A vacuum excavator may be used if authorized. Notify the Engineer immediately if an existing facility is damaged by your activities. If existing underground conduit is to be incorporated into a new system, clean it with a mandrel or cylindrical wire brush and blow it clean with compressed air. Limit the shutdown of traffic signal systems to normal working hours. Notify the local traffic enforcement agency before shutting down the signal. Place temporary W3-1 and R1-1 signs in each direction to direct traffic through the intersection during shutdown of the signal. Place two R1-1 signs for 2-lane approaches.The signs must comply with part 2 of the California MUTCD. Cover signal faces when the system is shut down overnight. Cover temporary W3-1 and R1-1 signs when the system is turned on. If you work on an existing lighting system and the roadway is to remain open to traffic, ensure the system is in operation by nightfall. Replace detectors you damage within 72 hours, or the Department replaces them and deducts the cost. Work performed on an existing system not described is change order work. Do not use electrical power from existing highway facilities unless authorized. Maintain a minimum 48-inch clearance for a pedestrian pathway when placing equipment. Except for service installation or work on service equipment enclosures, do not work above ground until all materials are on hand to complete the electrical work at each location. Page 150 of 183 Bond all metal components to form a continuous grounded system as specified in NEC. Ground metallic equipment mounted less than 8 feet above the ground surface on a wood pole. If you damage any portion of a concrete curb, sidewalk, curb ramp, driveway, or gutter depression, replace the entire section between contraction or expansion joints under section 73. Apply equipment identification characters. Orient louvers, visors, and signal faces such that they are clearly visible to approaching traffic from the direction being controlled. Test loops and the detector lead-in cable circuit for continuity, ground, and insulation resistance at the controller cabinet before connecting detector lead-in cable to the terminal block. Perform an operational test of the systems. Before starting the operational test for systems that impact traffic,the system must be ready for operation, and all signs, pavement delineation, and pavement markings must be in place at that location. 87-1.03113 Conduit Installation 87-1.0313(1) General The installation of conduit includes installing caps, bushings, and pull tape and terminating the conduit in pull boxes,foundations, poles, or a structure. Limit the number of bends in a conduit run to no more than 360 degrees between pull points. Use conduit to enclose conductors except where they are installed overhead or inside standards or posts. You may use a larger size conduit than specified for the entire length between termination points. Do not use a reducing coupling. Extend an existing conduit using the same material.Terminate conduits of different materials in a pull box. Install 2 conduits between a controller cabinet and the adjacent pull box. Use a minimum trade size of conduit of: 1. 1-1/2 inches from an electrolier to the adjacent pull box 2. 1 inch from a pedestrian push button post to the adjacent pull box 3. 2 inches from a signal standard to the adjacent pull box 4. 3 inches from a controller cabinet to the adjacent pull box 5. 2 inches from an overhead sign to the adjacent pull box 6. 2 inches from a service equipment enclosure to the adjacent pull box 7. 1-1/2 inches if unspecified Use Type 1 conduit: 1. On all exposed surfaces 2. In concrete structures 3. Between a structure and the nearest pull box Ream the ends of shop-cut and field-cut conduit to remove burrs and rough edges. Make the cuts square and true. Do not use slip joints and running threads to couple conduit. If a standard coupling cannot be used for metal-type conduit, use a threaded union coupling.Tighten the couplings for metal conduit to maintain a good electrical connection. Cap the ends of conduit to prevent debris from entering before installing the conductors or cables. Use a plastic cap for Type 1, 2, and 5 conduits and a standard pipe cap for all other types of conduit. For Type 1, 2, and 5 conduits, use threaded bushings and bond them using a jumper. For other types of conduit, use nonmetallic bushings. Page 151 of 183 Do not install new conduit through foundations. Cut Type 2 conduit with pipe cutters; do not use hacksaws. Use standard conduit-threading dies for threading conduit. Tighten conduit into couplings or fittings using strap wrenches or approved groove joint pliers. Cut Type 3 conduit with tools that do not deform the conduit. Use a solvent weld for connections. Protect shop-cut threads from corrosion under the standards shown in the following table: Shop-Cut Thread Corrosion Protection Conduit Standard Types 1 and 2 ANSI C80.1 Type 5 ANSI C80.6 Apply 2 coats of unthinned, organic zinc-rich primer to metal conduit before painting. Use a primer on the Authorized Material List for organic zinc-rich primers. Do not use aerosol cans. Do not remove shop- installed conduit couplings. For conduits, paint: 1. All exposed threads 2. Field-cut threads, before installing conduit couplings to metal conduit 3. Damaged surfaces on metal conduit If a Type 2 conduit or conduit coupling coating is damaged: 1. Clean the conduit or fitting and paint it with 1 coat of rubber-resin-based adhesive under the manufacturer's instructions 2. Wrap the damaged coating with at least 1 layer of 2-inch-wide, 20 mils-minimum-thickness, PVC tape under ASTM D1000 with a minimum tape overlap of 1/2 inch You may repair damaged spots of 1/4 inch or less in diameter in the thermoplastic coating by painting with a brushing-type compound supplied by the conduit manufacturer. If factory bends are not used, bend the conduit to a radius no less than 6 times its inside diameter without crimping or flattening it. Comply with the bending requirements shown in the following table: Conduit-Bending Requirements Type Requirement 1 Use equipment and methods under the conduit manufacturer's instructions. 2 Use a standard bending tool designed for use on thermoplastic-coated conduit.The conduit must be free of burrs and pits. 3 Use equipment and methods under the conduit manufacturer's instructions. Do not expose the conduit to a direct flame. 5 Use equipment and methods under the conduit manufacturer's instructions. Install pull tape with at least 2 feet of slack in each end of the conduit that will remain empty. Attach the tape's ends to the conduit. Install conduit terminating in a standard or pedestal from 2 to 3 inches above the foundation. Slope the conduit toward the handhole opening. Terminate conduit installed through the bottom of a nonmetallic pull box 2 inches above the bottom and 2 inches from the wall closest to the direction of the run. 87-1.03B(2) Conduit Installation for Structures 87-1.03B(2)(a) General Paint exposed Type 1 conduit the same color as the structure. Page 152 of 183 Install galvanized steel hangers, steel brackets, and other fittings to support conduit in or on a wall or bridge. 87-1.03B(2)(b) New Structures Seal and make watertight the conduits which lead to soffits,wall-mounted luminaires, other lights, and fixtures located below the pull box grade. If you place a conduit through the side of a nonmetallic pull box, terminate the conduit 2 inches from the wall and 2 inches above the bottom. Slope the conduit toward the top of the box to facilitate pulling conductors. For ease of installation and if authorized, you may use Type 4 conduit instead of Type 1 conduit for the final 2 feet of conduit entering a pull box in a reinforced concrete structure. Install an expansion fitting where a conduit crosses an expansion joint in a structure. Each expansion fitting for metal conduit must include a copper bonding jumper having the ampacity as specified in NEC. Install an expansion-deflection fitting for an expansion joint with a 1-1/2-inch movement rating.The fitting must be watertight and include a molded neoprene sleeve, a bonding jumper, and 2 silicon bronze or zinc-plated iron hubs. For an expansion joint with a movement rating greater than 1-1/2 inches, install the expansion-deflection fitting as shown. For conduit installed inside of bridge structures, you must: 1. Install precast concrete cradles made of minor concrete and commercial-quality welded wire fabric. The minor concrete must contain a minimum of 590 lb of cementitious material per cubic yard. The cradles must be moist cured for a minimum of 3 days. 2. Bond precast concrete cradles to a wall or bridge superstructure with one of the following: 2.1. Epoxy adhesive for bonding freshly-mixed concrete to hardened concrete. 2.2. Rapid-set epoxy adhesive for pavement markers. 2.3. Standard-set epoxy adhesive for pavement markers. 3. Use a pipe sleeve or form an opening for a conduit through a bridge superstructure.The sleeve or opening through a prestressed member or conventionally reinforced precast member must be: 3.1. Oriented transverse to the member. 3.2. Located through the web. 3.3. No more than 4 inches in size. 4. Wrap the conduit with 2 layers of asphalt felt building paper and securely tape or wire the paper in place for a conduit passing through a bridge abutment wall. Fill the space around the conduit with mortar under section 51-1, except the proportion of cementitious material to sand must be 1 to 3. Fill the space around the conduits after prestressing is completed. Thread and cap a conduit installed for future use in structures. Mark the location of the conduit's end in a structure, curb, or wall directly above the conduit with a Ythat is 3 inches tall. 87-1.03B(2)(c) Existing Structures Run surface-mounted conduit straight and true, horizontal or vertical on the wall, and parallel to walls on ceilings or similar surfaces. Support the conduit at a maximum of 5-foot intervals where needed to prevent vibration or deflection. Support the conduit using galvanized, malleable-iron, conduit clamps, and clamp backs secured with expansion anchorage devices complying with section 75-3.02C. Use the largest diameter of galvanized,threaded studs that will pass through the mounting hole in the conduit clamp. 87-1.03B(3) Conduit Installation Underground 87-1.03B(3)(a) General Install conduit to a depth of: 1. 14 inches for the trench-in-pavement method 2. 18 inches, minimum, under sidewalk and curbed paved median areas 3. 42 inches, minimum, below the bottom of the rail of railroad tracks Page 153 of 183 4. 30 inches, minimum, everywhere else below grade Place conduit couplings at a minimum of 6 inches from the face of a foundation. Place a minimum of 2 inches of sand bedding in a trench before installing Type 2 or Type 3 conduit and 4 inches of sand bedding over the conduit before placing additional backfill material. If installing conduit within the limits of hazardous locations as specified in NEC for Class I, division 1, install and seal Type 1 or Type 2 conduit with explosion-proof sealing fittings. 87-1.03B(3)(b) Conduit Installation under Paved Surfaces You may lay conduit on existing pavement within a new curbed median constructed on top. Install conduit under existing pavement by the jacking or drilling methods. You may use the trench-in- pavement method for either of the following conditions: 1. If conduit is to be installed behind the curb under the sidewalk 2. If the delay to vehicles will be less than 5 minutes Do not use the trench-in-pavement method for conduit installations under freeway lanes or freeway-to- freeway connector ramps. 87-1.03B(3)(c) Reserved 87-1.03B(3)(d) Conduit Installation under Railroad Tracks Install Type 1 or Type 2 conduit with a minimum diameter of 1-1/2 inches under railroad tracks. If you use the jacking or drilling method to install the conduit, construct the jacking pit a minimum of 13 feet from the tracks'centerline at the near side of the pit. Cover the jacking pit with planking if left overnight. 87-1.03B(4) Reserved 87-1.03B(5) Conduit Installation by the Jacking or Drilling Method Keep the jacking or drilling pit 2 feet away from the pavement's edge. Do not weaken the pavement or soften the subgrade with excessive use of water. If an obstruction is encountered, obtain authorization to cut small holes in the pavement to locate or remove the obstruction. You may install Type 2 or Type 3 conduit under the pavement if a hole larger than the conduit's diameter is predrilled.The predrilled hole must be less than one and half the conduit's diameter. Remove the conduit used for drilling or jacking and install new conduit for the completed work. 87-1.03B(6) Conduit Installation by the Trenching-In-Pavement Method Install conduit by the trenching-in-pavement method using a trench approximately 2 inches wider than the conduit's outside diameter but not exceeding 6 inches in width. Where additional pavement is to be placed, you must complete the trenching before the final pavement layer is applied. If the conduit shown is to be installed under the sidewalk, you may install it in the street within 3 feet of and parallel to the face of the curb. Install pull boxes behind the curb. Cut the trench using a rock-cutting excavator. Minimize the shatter outside the removal area of the trench. Dig the trench by hand to the required depth at pull boxes. Place conduit in the trench. Backfill the trench with minor concrete to the pavement's surface by the end of each work day. If the trench is in asphalt concrete pavement and no additional pavement is to be placed, backfill the top 0.10 foot of the trench with minor HMA within 3 days after trenching. Page 154 of 183 87-1.03C Installation of Pull Boxes 87-1.03C(1) General Install pull boxes no more than 200 feet apart. You may install larger pull boxes than specified or shown and additional pull boxes to facilitate the work except in structures. Install a pull box on a bed of crushed rock and grout it before installing conductors. The grout must be from 0.5 to 1 inch thick and sloped toward the drain hole. Place a layer of roofing paper between the grout and the crushed rock sump. Make a 1-inch drain hole through the grout at the center of the pull box. Set the pull box such that the top is 1-1/4 inches above the surrounding grade in unpaved areas and leveled with the finished grade in sidewalks and other paved areas. Place the cover on the box when not working in it. Grout around conduits that are installed through the sides of the pull box. Bond and ground the metallic conduit before installing conductors and cables in the conduit. Bond metallic conduits in a nonmetallic pull box using bonding bushings and bonding jumpers. Do not install pull boxes in concrete pads, curb ramps, or driveways. Reconstruct the sump of a pull box if disturbed by your activities. If the sump was grouted, remove and replace the grout. 87-1.03C(2) Nontraffic Pull Boxes If you bury a nontraffic pull box, set the box such that the top is 6 to 8 inches below the surrounding grade. Place a 20-mil-thick plastic sheet made of HDPE or PVC virgin compounds to prevent water from entering the box. Place mortar between a nontraffic pull box and a pull box extension. Where a nontraffic pull box is in the vicinity of curb in an unpaved area, place the box adjacent to the back of the curb if practical. Where a nontraffic pull box is adjacent to a post or standard, place the box within 5 feet upstream from traffic if practical. If you replace the cover on a nontraffic pull box, anchor it to the box. 87-1.03C(3) Traffic Pull Boxes Place minor concrete around and under a traffic pull box. Bolt the steel cover to the box when not working in it. Bond the steel cover to the conduit with a jumper and bolt it down after installing the conductors and cables. 87-1.03C(4) Structure Pull Boxes Bond metallic conduit in a metal pull box in a structure using locknuts, inside and outside of the box, bonding bushings, and bonding jumpers connected to bonding wire running in the conduit system. 87-1.03D Reserved 87-1.03E Excavating and Backfilling for Electrical Systems 87-1.03E(1) General Notify the Engineer at least 72 hours before starting excavation activities. Dispose of surplus excavated material. Restrict closures for excavation on a street or highway to 1 lane at a time unless otherwise specified. Page 155 of 183 87-1.03E(2) Trenching Dig a trench for the electrical conduits or direct burial cables. Do not excavate until the conduit or direct burial cable will be installed. Place excavated material in a location that will not interfere with traffic or surface drainage. After placing the conduit or direct burial cable, backfill the trench with the excavated material. Compact the backfill placed outside the hinge point of slopes and not under pavement to a minimum relative compaction of 90 percent. Compact the backfill placed within the hinge points and in areas where pavement is to be constructed to a minimum relative compaction of 95 percent. Restore the sidewalks, pavement, and landscaping at a location before starting excavation at another location. 87-1.03E(3) Concrete Pads, Foundations,and Pedestals Construct foundations for standards, poles, metal pedestals, and posts under section 56-3. Construct concrete pads,foundations,and pedestals for controller cabinets,telephone demarcation cabinets, and service equipment enclosures on firm ground. Install anchor bolts using a template to provide proper spacing and alignment. Moisten the forms and ground before placing the concrete. Keep the forms in place until the concrete sets for at least 24 hours to prevent damage to the surface. Use minor concrete for pads,foundations, and pedestals. In unpaved areas, place the top of the foundation 6 inches above the surrounding grade, except place the top: 1. 1 foot 6 inches above the grade for Type M and 336L cabinets 2. 1 foot 8 inches above the grade for Type C telephone demarcation cabinets 3. 2 inches above the grade for Type G and Type A cabinets and Type III service equipment enclosures The pad must be 2 inches above the surrounding grade. In and adjacent to the sidewalk and other paved areas, place the top of the foundation 4 inches above the surrounding grade, except place the top: 1. 1 foot 6 inches above the grade for Type M and 336L cabinets 2. 1 foot 8 inches above the grade for Type C telephone demarcation cabinets 3. Level with the finished grade for Type G and Type A cabinets and Type III service equipment enclosures The pad must be level with the finished grade. Apply an ordinary surface finish under section 51-1.03F. Allow the foundation to cure for at least 7 days before installing any equipment. 87-1.03F Conductors and Cable Installations 87-1.03F(1) General The installation of conductors and cables includes splicing conductors and attaching the terminals and connectors to the conductors. Clean the conduit and pull all conductors and cables as a unit. If new conductors or cables are to be added in an existing conduit: 1 Remove the content 2. Clean the conduit 3. Pull both old and new conductors and cables as a unit Page 156 of 183 Wrap conductors and secure cables to the end of the conduit in a pull box. Seal the ends of conduits with a sealing compound after installing conductors or cables. Neatly arrange conductors and cables inside pull boxes and cabinets. Tie the conductors and cables together with self-clinching nylon cable ties or enclose them in a plastic tubing or raceway. Identify conductors and cables by direct labeling, tags, or bands fastened in such a way that they will not move. Use mechanical methods for labeling. Provide band symbol identification on each conductor or each group of conductors comprising a signal phase in each pull box and near the end of terminated conductors. Tape the ends of unused conductors and cables in pull boxes to form a watertight seal. Do not connect the push-button or accessible pedestrian signal neutral conductor to the signal neutral conductor. 87-1.03F(2) Cables 87-1.03F(2)(a) General Reserved 87-1.03F(2)(b) Reserved 87-1.03F(2)(c) Copper Cables 87-1.03F(2)(c)(i) General Reserved 87-1.03F(2)(c)(11) Detector Lead-in Cables Install a Type B or C detector lead-in cable in conduit. Waterproof the ends of the lead-in cable before installing it in the conduit to prevent moisture from entering the cable. Splice loop conductors for each direction of travel for the same phase, terminating in the same pull box, to a separate lead-in cable running from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. Install the lead-in cable without splices except at the pull box. Verify in the presence of the Engineer that the loops are operational before making the final splices between loop conductors and the lead-in cable. Identify and tag each lead-in cable with the detector designation at the cabinet and pull box adjacent to the loops. 87-1.03F(2)(c)(iii) Conductors Signal Cables Do not splice signal cables except for a 28-conductor cable. Provide identification at the ends of terminated conductors in a cable as shown. Provide identification for each cable in each pull box showing the signal standard to which it is connected except for the 28-conductor cable. Connect conductors in a 12-conductor cable as shown in the following table: Page 157 of 183 12CSC Color Code and Functional Connection Color code Termination Phase Red Red signal 2 4 6 or 8 Yellow Yellow signal 2, 4, 6, or 8 Brown Green signal 2, 4, 6, or 8 Red/black stripe Red signal 1, 3, 5, or 7 Yellow/black stripe Yellow signal 1, 3, 5, or 7 Brown/black stripe Green signal 1, 3, 5, or 7 Black/red stripe Spare or as required for red or DONT -- WALK Black/white stripe Spare or as required for yellow -- Black Spare or as required for green or WALK -- Red/white stripe Pedestrian signal DONT WALK -- Brown/white stripe Pedestrian signal WALK -- White Terminal block I Neutral Provide identification for each 28-conductor cable C1 or C2 in each pull box. The cable labeled C1 must be used for signal phases 1, 2, 3, and 4. The cable labeled C2 must be used for signal phases 5, 6, 7, and 8. Connect conductors in a 28-conductor cable as shown in the following table: Page 158 of 183 28CSC Color Code and Functional Connection Color code Termination Phase Red/black stripe Red signal 2 or 6 Yellow/black stripe Yellow signal 2 or 6 Brown/black stripe Green signal 2 or 6 Red/orange stripe Red signal 4 or 8 Yellow/orange stripe Yellow signal 4 or 8 Brown/orange stripe Green signal 4 or 8 Red/silver stripe Red signal 1 or 5 Yellow/silver stripe Yellow signal 1 or 5 Brown/silver stripe Green signal 1 or 5 Red/purple stripe Red signal 3 or 7 Yellow/purple stripe Yellow signal 3 or 7 Brown/purple stripe Green signal 3 or 7 Red/2 black stripes Pedestrian signal DONT WALK 2 or 6 Brown/2 black stripes Pedestrian signal WALK 2 or 6 Red/2 orange stripes Pedestrian signal DONT WALK 4 or 8 Brown/2 orange stripes Pedestrian signal WALK 4 or 8 Red/2 silver stripes Overlap A, C OLAa, OLCa Brown/2 silver stripes Overlap A, C OLA°, OLC° Red/2 purple stripes Overlap B, D OLBa, OLD Brown/2 purple stripes Overlap B, D OLB°, OLD° Blue/black stripe Pedestrian push button 2 or 6 Blue/orange stripe Pedestrian push button 4 or 8 Blue/silver stripe Overlap A, C OLAb, OLCb Blue/purple stripe Overlap B, D OLBb, OLDb White/black stripe Pedestrian push button common -- Black/red stripe Railroad preemption -- Black Spare -- White Terminal block Neutral OL= Overlap;A, B, C, and D =Overlapping phase designation a For red phase designation bFor yellow phase designation °For green phase designation Use the neutral conductor only with the phases associated with that cable. Do not intermix neutral conductors from different cables except at the signal controller. 87-1.03F(2)(c)(iv) Signal Interconnect Cable For a signal interconnect cable, provide a minimum of 6 feet of slack inside each controller cabinet. Do not splice the cable unless authorized. If splices are authorized, insulate the conductor splices with heat-shrink tubing and overlap the insulation at least 0.6 inch. Cover the splice area of the cable with heat-shrink tubing and overlap the cable jacket at least 1-1/2 inches. Provide a minimum of 3 feet of slack at each splice. 87-1.03F(3) Conductors 87-1.03F(3)(a) General Do not run conductors to a terminal block on a standard unless they are to be connected to a signal head mounted on that standard. Provide 3 spare conductors in all conduits containing ramp metering and traffic signal conductors. Page 159 of 183 Install a separate conductor for each terminal of a push button assembly and accessible pedestrian signal. Provide conductor slack to comply with the requirements shown in the following table: Conductor Slack Requirements Location Slack(feet) Signal standard 1 Lighting standard 1 Signal and lighting standard 1 Pull box 3 Splice 3 Standards with slip base 0 87-1.03F(3)(b) Reserved 87-1.03F(3)(c) Copper Conductors 87-1.03F(3)(c)(i) General Install a minimum no. 8, insulated, grounding copper conductor in conduit and connect it to all-metal components. Where conductors from different service points occupy the same conduit or standard, enclose the conductors from one of the services in flexible or rigid metal conduit. 87-1.03F(3)(c)(ii) Inductive Loop Conductors Install a Type 1 or 2 inductive loop conductor except use Type 2 for Type E loop detectors. Install the conductor without splices except at the pull box. 87-1.03F(4) Manual Installation Method Use an inert lubricant for placing conductors and cables in conduit. Pull the conductors and cables into the conduit by hand using pull tape. 87-1.03G Equipment Identification Characters The Engineer provides you with a list of the equipment identification characters. Stencil the characters or apply the reflective self-adhesive labels to a clean surface. Treat the edges of self-adhesive characters with an edge sealant. Place the characters on the side facing traffic on: 1. Front doors of cabinets and service equipment enclosures. 2. Wood poles,fastened with 1-1/4-inch aluminum nails,for pole mounted enclosures 3. Adjacent bent or abutment at approximately the same station as an illuminated sign or soffit luminaire 4. Underside of the structure adjacent to the illuminated sign or soffit luminaire if no bent or abutment exists nearby 5. Posts of overhead signs 6. Standards Before placing new characters on existing or relocated equipment, remove the existing characters. 87-1.03H Conductor and Cables Splices 87-1.03H(1) General You may splice: 1. Grounded conductors in a pull box 2. Accessible pedestrian signal and push bottom conductors in a pull box 3. Ungrounded signal conductors in a pull box if signals are modified Page 160 of 183 4. Ungrounded signal conductors to a terminal compartment or a signal head on a standard with conductors of the same phase in the pull box adjacent to the standard 5. Ungrounded lighting circuit conductors in a pull box if lighting circuits are modified Solder all splices using the hot iron, pouring, or dipping method. Do not perform open-flame soldering. 87-1.03H(2) Splice Insulation Methods Insulate splices in a multiconductor cable to form a watertight joint and to prevent moisture absorption by the cable. Use heat-shrink tubing or Method B to insulate a splice. Use heat-shrink tubing as follows: 1. Cover the splice area completely with an electrical insulating coating and allow it to dry. 2. Place mastic around each conductor before placing them inside the tubing. Use the type of mastic specified in the tubing manufacturer's instructions. 3. Heat the area under the manufacturer's instructions. Do not perform open-flame heating.After contraction, each end of the heat-shrink tubing or the open end of the tubing's end cap must overlap the conductor insulation at least 1-1/2 inches. 4. Cover the entire splice with an electrical insulating coating and allow it to dry. Use Method B as follows: 1. Cover the splice area completely with an electrical insulating coating and allow it to dry. 2. Apply 3 layers of half-lapped, 80-mils, PVC tape. 3. Apply 2 layers of 120-mils, butyl-rubber, stretchable tape with liner. 4. Apply 3 layers of half-lapped, 6-mils, PVC, pressure-sensitive, adhesive tape. 5. Cover the entire splice with an electrical insulating coating and allow it to dry. 87-1.031 Connectors and Terminals Apply connectors and terminals to cables and conductors using a crimping compression tool under the manufacturer's instructions.The tool must prevent opening of the handles until the crimp is completed. Install crimp-style terminal lugs on stranded conductors smaller than no. 14. Solder no. 8 and smaller conductors to connectors and terminal lugs. 87-1.03J Standards, Poles, Pedestals,and Posts Install standards, poles, pedestals, and posts under section 56-3. Ground standards with a handhole by attaching a bonding jumper from the bolt or lug inside the standard to a metal conduit or to the grounding wire in the adjacent pull box. The bonding jumper must be visible when the handhole cover is removed. Ground standards without a handhole or standards with a slip base by attaching a bonding jumper to all anchor bolts using ground clamps and connecting it to a metal conduit or to the grounding wire in the adjacent pull box. The bonding jumper must be visible after mortar has been placed on the foundation. 87-1.03K Reserved 87-1.03L Utility Service 87-1.03L(1) General Install the service equipment early enough to allow the utility to complete its work before completion of the electrical work. At least 15 days before permanent electrical and telecommunication service is required, request the service connections for permanent installations.The Department arranges with the utilities for completion of the connections and pays all costs and fees required by the utilities. Page 161 of 183 87-1.03L(2) Electric Service 87-1.03L(2)(a) General If service equipment is to be installed on a utility-owned pole,furnish and install the conduit, conductors, pull boxes, and other necessary material to complete the service installation.The service utility decides the position of the riser and equipment on the pole. 87-1.03L(2)(b) Electric Service for Irrigation Establishing electric service for irrigation includes installing conduit, conductors, and pull boxes and making connections from the service point to the irrigation controllers. 87-1.03L(2)(c) Electric Service for Booster Pumps Establishing electric service for a booster pump includes installing conduit, conductors, and pull boxes and making connections from the service point to the booster pump enclosure. 87-1.03L(3) Telecommunications Service Establishing telecommunication service includes installing conduit, conductors, and pull boxes and making connections from the service point to the telephone demarcation cabinet. 87-1.03M Photoelectric Controls Mount the photoelectric unit on the top of the pole for Type I, II, and III photoelectric controls. Use mounting brackets where pole-top mounting is not possible. Orient the photoelectric unit to face north. Mount the enclosure at a height of 6 feet above finished grade on the same standard as the photoelectric unit. Install a minimum 100 VA, 480/120 V(ac)transformer in the contactor enclosure to provide 120 V(ac)for the photoelectric control unit when switching 480 V(ac), 60 Hz circuits. 87-1.03N Fused Splice Connectors Install a fuse splice connector in each ungrounded conductor for luminaires mounted on standards.The connector must be located in the pull box adjacent to the standard. Crimp the connector terminals onto the ungrounded conductors using a tool under the manufacturer's instructions. Insulate the terminals and make them watertight. 87-1.030 Grounding Electrodes Install a grounding electrode for each cabinet, service equipment enclosure, and transformer. Attach a grounding conductor from the electrode using either a ground clamp or exothermic weld. Connect the other end of the conductor to the cabinet, service equipment enclosure, and transformer. 87-1.03P Service Equipment Enclosures Installing a service equipment enclosure includes constructing the foundation and pad and installing conduit, adjacent pull boxes, and grounding electrode. Locate the foundation such that the minimum clearance around the front and back of the enclosure complies with NEC, article 110.26, "Spaces About Electrical Equipment, (600 V, nominal or less)." Bond and ground metal conduit as specified in NEC and by the service utility except the grounding electrode conductor must be no. 6 or larger. If circuit breakers and components do not have a description on engraved phenolic nameplates, install them using stainless steel rivets or screws under section 86-1.02P(2). 87-1.03Q Cabinets 87-1.03Q(1) General Installing a cabinet includes constructing the foundation and pad and installing conduit, adjacent pull boxes, and grounding electrode. Apply a mastic or caulking compound before installing the cabinet on the foundation to seal the openings. Page 162 of 183 Connect the field wiring to the terminal blocks in the cabinet. Neatly arrange and lace or enclose the conductors in plastic tubing or raceway. Terminate the conductors with properly sized captive or spring spade terminals.Apply a crimp-style connector and solder them. Install and solder a spade-type terminal on no. 12 and smaller field conductors and a spade-type or ring- type terminal on conductors larger than no. 12. 87-1.03Q(2) Department-Furnished Controller Cabinets Arrange for the delivery of Department-furnished controller cabinets. 87-1.03Q(3) Reserved 87-1.03Q(4) Telephone Demarcation Cabinets Installing a telephone demarcation cabinet includes installing conduit, cable, and pull boxes to the controller cabinet. Install the cabinet with the back toward the nearest lane of traffic. 87-1.03R Signal Heads 87-1.03R(1) General Installing a signal head includes mounting the heads on standards and mast arms, installing backplates and visors, and wiring conductors to the terminal blocks. Keep the heads covered or direct them away from traffic until the system is ready for operation. 87-1.03R(2) Signal Faces Use the same brand and material for the signal faces at each location. Program the programmable visibility signal faces under the manufacturer's instructions.The indication must be visible only in those areas or lanes to be controlled. 87-1.03R(3) Backplates Install backplates using at least six 10-24 or 10-32 self-tapping and locking stainless steel machine screws and flat washers. If a plastic backplate requires field assembly, attach each joint using at least four no.10 machine screws. Each machine screw must have an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either a locking nut with an integral or captive flat washer or a nut,flat washer, and lock washer. Machine screws, nuts, and washers must be stainless steel or steel with a zinc or black oxide finish. If a metal backplate has 2 or more sections,fasten the sections with rivets or aluminum bolts peened after assembly to avoid loosening. Install the backplate such that the background light is not visible between the backplate and the signal face or between sections. 87-1.03R(4) Signal Mounting Assemblies Install a signal mounting assembly such that its members are arranged symmetrically and plumb or level. Orient each mounting assembly to allow maximum horizontal clearance to the adjacent roadway. For a bracket-mounted assembly, bolt the terminal compartment or pole plate to the pole or standard. In addition to the terminal compartment mounting, attach the upper pipe fitting of Type SV-1-T with 5 sections or a SV-2-TD to the standard or pole using the mounting detail for signal heads without a terminal compartment. Use a 4-1/2-inch slip fitter and set screws to mount an assembly on a post top. After installing the assembly, clean and paint the exposed threads of the galvanized conduit brackets and bracket areas damaged by the wrench or vise jaws. Use a wire brush to clean and apply 2 coats of unthinned, organic zinc-rich primer. Do not use an aerosol can to apply the primer. Page 163 of 183 Install the conductors in the terminal compartment and secure the cover. 87-1.03S Pedestrian Signal Heads Installing a pedestrian signal head includes mounting the heads on standards and wiring conductors to the terminal blocks. Install the pedestrian signal mounting assembly under section 87-1.03R(4). Use the same brand and material for the pedestrian signal faces at each location. Install a pedestrian signal face such that its members are arranged symmetrically and plumb or level. 87-1.03T Accessible Pedestrian Signals Use the same brand for the accessible pedestrian signals at each location. Install an accessible pedestrian signal and the R10 series sign on the crosswalk side of the standard. Attach the accessible pedestrian signal to the standard with self-tapping screws. Attach the sign to the standard using 2 straps and saddle brackets. Point the arrow on the accessible pedestrian signal in the same direction as the corresponding crosswalk. Furnish the equipment and hardware to set up and calibrate the accessible pedestrian signal. Arrange to have a manufacturer's representative at the job site to program the accessible pedestrian signal with an audible message or tone. 87-1.03U Push Button Assemblies Install the push button assembly and the R10 series sign on the crosswalk side of the standard. Attach the sign to the assembly for Type B assemblies. Attach the sign to the standard using 2 straps and saddle brackets for Type C assemblies. You may use straps and saddle brackets to secure the push button to the standard. Use a slip fitter to secure the assembly on top of a 2-1/2-inch-diameter post. 87-1.03V Detectors 87-1.03V(1) General Installing a detector includes installing inductive loop conductors, sealant, conduit, and pull boxes. Center the detectors in the traffic lanes. Do not splice the detector conductor. 87-1.03V(2) Inductive Loop Detectors Mark the location of the inductive loop detectors such that the distance between the side of the loop and a lead-in saw cut from an adjacent detector is at least 2 feet.The distance between lead-in saw cuts must be at least 6 inches. Saw cut the slots under section 13-4.03E(7).The bottoms of the slots must be smooth with no sharp edges. For Type E detector loops, saw the slots such that the sides are vertical. Wash the slots clean using water and blow dry them with compressed air to remove all moisture and debris. Identify the start of the conductor. Waterproof the ends of a Type 2 loop conductor before installing it in the conduit to prevent moisture from entering the cable. Install the loop conductor in the slots and lead-in saw cuts using a 3/16-to 1/4-inch-thick wood paddle. Hold the conductors in place at the bottom of the slot with wood paddles during placement of the sealant. Page 164 of 183 Wind adjacent loops on the same sensor unit channel in opposite directions. Twist the conductors for each loop into a pair consisting of a minimum of 2 turns per foot before placing them in the lead-in saw cut and the conduit leading to the pull box. Do not install more than 2 twisted pairs of conductors per lead-in saw cut. Provide 5 feet of slack in the pull box. Test each loop for continuity, circuit resistance, and insulation resistance before filling the slots with sealant. Remove excess sealant from the adjacent road surface before it sets. Do not use solvents to remove the excess. Identify the loop conductor pair in the pull box, marking the start with the letter S and the end with the letter F. Band conductors in pairs by lane in the pull box adjacent to the loops and in the cabinet. Identify each pair with the detector designation and loop number. Install the conductors in a compacted layer of HMA immediately below the uppermost layer if more than one layer will be placed. Install the loop conductors before placing the uppermost layer of HMA. Fill the slot with a sealant flush to the surface. Install the conductors in the existing pavement if one layer of HMA is to be placed. Install the loop conductors before placing the layer of HMA. Fill the slot with a sealant flush to the surface. 87-1.03V(3) Preformed Inductive Loop Detectors Construct a preformed inductive loop detector consisting of 4 turns in the loop and a lead-in conductor pair twisted at least 2 turns per foot all encased in conduit and sealed to prevent water penetration. The detector must be 6-foot square unless shown otherwise. Construct the loop detector using a minimum 3/8-inch Schedule 40 or Schedule 80 PVC or polypropylene conduit and no. 16 or larger conductor with Type THWN or TFFN insulation. In new roadways, place the detector in the base course with the top of the conduit flush with the top of the base. Cover with HMA or concrete pavement. Protect the detector from damage before and during pavement placement. In new reinforced concrete bridge decks, secure the detector to the top of the uppermost layer of reinforcing steel using nylon wire ties. Hold the detector parallel to the bridge deck using PVC or polypropylene spacers where necessary. Place conduit for lead-in conductors between the uppermost 2 layers of reinforcing steel. Do not install detectors in existing bridge decks unless authorized. Install a detector in existing pavement before placement of concrete or HMA as follows: 1. Saw cut slots at least 1-1/4 inches wide into the existing pavement. 2. Place the detector in the slots. The top of the conduit must be at least 2 inches below the top of the pavement. 3. Test each loop circuit for continuity, circuit resistance, and insulation resistance. 4. Fill saw cuts with elastomeric or hot melt rubberized asphalt sealant for asphalt concrete pavement and with epoxy sealant or hot melt rubberized asphalt sealant for concrete pavement. 87-1.03W Sealants 87-1.03W(1) General Reserved 87-1.03W(2) Elastomeric Sealant Apply an elastomeric sealant with a pressure feed applicator. 87-1.03W(3) Asphaltic Emulsion Sealant Asphaltic emulsion sealant must: Page 165 of 183 1. Be used for filling slots in asphalt concrete pavement of a maximum width of 5/8 inch 2. Not be used on concrete pavement or where the slope causes the material to run from the slot 3. Be thinned under the manufacturer's instructions 4. Be placed when the air temperature is at least 45 degrees F 87-1.03W(4) Hot-Melt Rubberized Asphalt Sealant Melt the sealant in a jacketed, double-boiler-type, melting unit. The temperature of the heat transfer medium must not exceed 475 degrees F. Apply the sealant with a pressure feed applicator or a pour pot when the surface temperature of the pavement is greater than 40 degrees F. 87-1.03X Reserved 87-1.03Y Transformers Installing a transformer includes placing the transformer inside a pull box, a cabinet, or an enclosure. Wire the transformer for the appropriate voltage. Ground the secondary circuit of the transformer as specified in the NEC. 87-1.03Z Reserved 87-1.04 PAYMENT Not Used 87-2 LIGHTING SYSTEMS 87-2.01 GENERAL 87-2.01A Summary Section 87-2 includes specifications for constructing lighting systems. Lighting system includes: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Standards 6. Luminaires 7. Service equipment enclosure 8. Photoelectric control 9. Fuse splice connectors 10. High mast lighting assemblies The components of a lighting system are shown on the project plans. 87-2.0113 Definitions Reserved 87-2.01C Submittals Submit a certificate of compliance and test data for the high mast lighting luminaires. 87-2.01D Quality Assurance Reserved 87-2.02 MATERIALS 87-2.02A General Reserved Page 166 of 183 87-2.0213 High Mast Lighting Assemblies A high mast lighting assembly includes the foundation, pole, lowering device system, luminaires, and control pedestal. Each luminaire in a high mast lighting assembly must include a housing, an optical system, and a ballast. The housing must be made of aluminum. A painted or powder-coated housing for a high mast lighting luminaire must be able to withstand a 1,000- hour salt spray test as specified in ASTM B117. The optical system, consisting of the reflector, refractor or lens, lamp socket, and lamp, must be in a sealed chamber. The chamber must be sealed by a gasket between the reflector and refractor or lens and a gasket between the reflector and lamp socket. The chamber must have a separate filter or filtering gasket for flow of air. An asymmetrical luminaire must have a refractor or reflector that is rotatable 360 degrees around a vertical axis to orient the distribution of light. The luminaire must have a slip fitter for mounting on a 2-inch horizontal pipe tenon and must be adjustable±3 degrees from the axis of the tenon. The reflector must have a specular surface made of silvered glass or aluminum protected by either an anodized finish or a silicate film.The reflector must be shaped such that a minimum of light is reflected through the arc tube of the lamp. The refractor and lens must be made of heat-resistant glass. The lamp socket must be a porcelain-enclosed, mogul-multiple type. The shell must contain integral lamp grips to ensure electrical contact under conditions of normal vibrations.The socket must be rated for 1,500 W, 600 V(ac)and 4,000 V(ac)pulse for a 400 W lamp and 5,000 V(ac) pulse for a 1,000 W lamp. The luminaire must have a dual fuse holder for 2 fuses rated at 5 A, 480 V(ac).The fuses must be 13/32 inch by 1-1/2 inches, standard midget ferrule type with a nontime-delay feature. The lamps must be vertical burning, protected from undue vibration, and prevented from backing out of the socket by a stainless steel clamp attached to the luminaire. A 1,000 W metal halide lamp must have an initial output of 100,000 lumens and an average rated life of 12,000 hours based on 10 hours per start. A 400 W high-pressure sodium lamp must have an initial output of 50,000 lumens.A 1,000 W high- pressure sodium lamp must have an initial output of 140,000 lumens. The ballast for the luminaire must be a regulator type and have a core and coils, capacitors, and starting aid. Ballast must be: 1. Mounted within a weatherproof housing that integrally attaches to the top of a luminaire support bracket and lamp support assembly 2. Readily removable without removing the luminaire from the bracket arm 3. Electrically connected to the optical assembly by a prewired quick disconnect The ballast for a metal halide luminaire must comply with luminaire manufacturer's specifications. The wattage regulation spread at any lamp voltage,from nominal through the life of the lamp, must vary no more than 22 percent for a 1,000 W lamp and a±10 percent input voltage variation. The ballast's starting line current must be less than its operating current. 87-2.02C Soffit and Wall-Mounted Luminaires 87-2.02C(1) General Soffit and wall-mounted luminaires must be weatherproof and corrosion resistant. Page 167 of 183 Each luminaire must include a 70 W high-pressure sodium lamp with a minimum average rated life of 24,000 hours. The lamp socket must be positioned such that the light center of the lamp is located within 1/2 inch of the designed light center of the luminaire. Luminaire wiring must be SFF-2. Flush-mounted soffit luminaire must have: 1. Metal body with two 1-inch-minimum conduit hubs and a means of anchoring the body into the concrete 2. Prismatic refractor made of heat-resistant polycarbonate: 2.1. Mounted in a door frame 2.2. With the street side identified 3. Aluminum reflector with a specular anodized finish 4. Ballast located either within the housing or in a ceiling pull box if shown 5. Lamp socket The door frame assembly must be hinged, gasketed, and secured to the luminaire body with at least 3 machine screws. A pendant soffit luminaire must be enclosed and gasketed and have an aluminum finish. Luminaire must have: 1. Aluminum reflector with a specular anodized finish 2. Refractor made of heat-resistant polycarbonate 3. Optical assembly that is hinged and latched for lamp access and a device to prevent dropping 4. Ballast designed for operation in a raintight enclosure 5. Galvanized metal box with a gasketed cover, 2 captive screws, and 2 chains to prevent dropping and for luminaire mounting Wall-mounted luminaire must have: 1. Cast metal body 2. Prismatic refractor: 2.1. Made of glass 2.2. Mounted in a door frame 3. Aluminum reflector with a specular anodized finish 4. Integral ballast 5. Lamp socket 6. Gasket between the refractor and the body 7. At least 2 mounting bolts of minimum 5/16-inch diameter A cast aluminum body of a luminaire to be cast into or mounted against concrete must have a thick coat of alkali-resistant bituminous paint on all surfaces to be in contact with the concrete. 87-2.02C(2) High-Pressure Sodium Lamp Ballasts 87-2.02C(2)(a) General A high-pressure sodium lamp ballast must operate the lamp for its rated wattage. Starting aids for a ballast must be interchangeable between ballasts of the same wattage and manufacturer without adjustment. The ballast must be provided with a heat-generating component to serve as a heat sink.The capacitor must be placed at the maximum practicable distance from the heat-generating components or thermally shielded to limit the case temperature to 75 degrees C. The transformer and inductor must be resin impregnated for protection against moisture. Capacitors, except for those in starting aids, must be metal cased and hermetically sealed. The ballast must have a power factor of 90 percent or greater. Page 168 of 183 For the nominal input voltage and lamp voltage,the ballast design center must not vary more than 7.5 percent from the rated lamp wattage. 87-2.02C(2)(b) Regulator-Type Ballasts A regulator-type ballast must be designed such that a capacitance variance of±6 percent does not cause more than±8 percent variation in the lamp wattage regulation. The ballast must have a current crest factor not exceeding 1.8 for an input voltage variation of±10 percent. The lamp wattage regulation spread for a lag-type ballast must not vary by more than 18 percent for±10 percent input voltage variations.The primary and secondary windings must be electrically isolated. The lamp wattage regulation spread for a constant-wattage, autoregulator, lead-type ballast must not vary by more than 30 percent for±10 percent input voltage variations. 87-2.02C(2)(c) Nonregulator-Type Ballasts A nonregulator-type ballast must have a current crest factor not exceeding 1.8 for an input voltage variation of±5 percent. The lamp wattage regulation spread for an autotransformer or high reactance type ballast must not vary by more than 25 percent for±5 percent input voltage variations. 87-2.03 CONSTRUCTION 87-2.03A General Set the foundations for standards such that the mast arm is perpendicular to the centerline of the roadway. Tighten the cap screws of the luminaire's clamping bracket to 10 ft-lb for LED and low-pressure luminaires. Label the month and year of the installation inside the luminaire housing's door. Perform the conductor and operational tests for the system. 87-2.03B High Mast Lighting Assemblies Mount and connect the luminaires to the accessory support ring. Aim the asymmetrical luminaire to orient the distribution of light. 87-2.03C Soffit and Wall-Mounted Luminaires For a flush-mounted soffit luminaire: 1. Prevent concrete from getting into the housing during pouring of the concrete for the structure 2. Install the luminaire with the axis vertical and the street side of the refractor oriented as indicated 3. Locate the luminaire to provide a minimum 2-foot clearance from the inside surface of the girders and 1-foot clearance from the near face of the diaphragm 4. Install the bridge soffit and ceiling pull box over the same lane For a pendant soffit luminaire: 1. Cast in place the inserts for the no. 8 pull box during concrete placement for a new structure 2. Drill holes for expansion anchors to support the no. 8 pull box on existing structures 3. Bond the suspension conduit and luminaire to the pull box For a wall-mounted luminaire, provide: 1. Extension junction box or ring on a new structure 2. 4 external mounting taps on an existing structure Place the soffits or wall-mounted luminaires in operation as soon as practicable after the falsework has been removed from the structure. Page 169 of 183 If the Engineer orders soffit or wall-mounted luminaires to be activated before permanent power service is available, installing and removing the temporary power service is change order work. 87-2.04 PAYMENT Not Used 87-3 SIGN ILLUMINATION SYSTEMS 87-3.01 GENERAL 87-3.01A Summary Section 87-3 includes specifications for constructing sign illumination systems. Sign illumination system includes: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Sign lighting fixtures 6. Enclosure for the disconnect circuit breaker 7. Service equipment enclosure 8. Photoelectric control The components of a sign illumination system are shown on the project plans. 87-3.0113 Definitions Reserved 87-3.01C Submittals Submit the manufacturer's test data for the induction sign-lighting fixtures. 87-3.01D Quality Assurance Reserved 87-3.02 MATERIALS An induction sign-lighting fixture must include a housing with a door, reflector, refractor or lens, lamp, socket assembly, power coupler, high-frequency generator,fuse block, and fuses. The fixture must comply with the isofootcandle curves as shown. Fixture must weigh no more than 44 lb, be rated for 87 W at 120/240 V(ac), and have a mounting assembly made of one of the following materials: 1. Cast aluminum 2. Hot-dip galvanized steel plate 3. Galvanized steel plate finished with one of the following: 3.1. Polymeric coating 3.2. Same finish used for the housing Housing must: 1. Be corrosion resistant and suitable for wet locations 2. Be above the top of the mounting rails at a maximum height of 12 inches 3. Have weep holes Door must: 1. Hold a refractor or lens 2. Open without the use of special tools 3. Have a locking position at 50 degrees minimum from the plane of the door opening 4. Be hinged to the housing on the side of the fixture away from the sign panel 5. Have 2 captive latch bolts or other latching device Page 170 of 183 When the door is opened, it must lock in the 50 degrees position when an 85 mph, 3-second wind-gust load strikes the door from either side. The housing and door must be manufactured of sheet or cast aluminum and have a gray powder coat or polyester paint finish. The sheet aluminum must comply with ASTM B209 or B209M for 5052-H32 aluminum sheet. External bolts, screws, hinges, hinge pins, and door closure devices must be corrosion resistant. The housing and door must be gasketed. The thickness of the gasket must be a minimum of 1/4 inch. Reflector must not be attached to the outside of the housing and must be: 1. Made of a single piece of aluminum with a specular finish 2. Protected with an electrochemically applied anodized finish or a chemically applied silicate film 3. Designed to drain condensation away from it 4. Secured to the housing with a minimum of 2 screws 5. Removable without removing any fixture parts Refractor or lens must have a smooth exterior and must be manufactured from the materials shown in the following table: Refractor and Lens Material Requirements Component Material Flat lens Heat-resistant glass Convex lens Heat-resistant,high-impact-resistant tempered glass Refractor Borosilicate heat-resistant glass The refractor and convex lens must be designed or shielded such that no luminance is visible if the fixture is approached directly from the rear and viewed from below. If a shield is used, it must be an integral part of the door casting. Lamp must: 1. Be an 85 W induction type with a fluorescent, phosphor-coated, interior wall 2. Have a minimum 70 percent light output of its original lumen output after 60,000 hours of operation 3. Have a minimum color-rendering index of 80 4. Be rated at a color temperature of 4,000K 5. Be removable with common hand tools The lamp socket must be rated for 1,500 W and 600 V(ac)and be a porcelain-enclosed mogul type with a shell that contains integral lamp grips to ensure electrical contact under normal vibration conditions. The shell and center contact must be made of nickel-plated brass.The center contact must be spring loaded. The power coupler must be removable with common hand tools. High-frequency generator must: 1. Start and operate lamps at an ambient temperature of-25 degrees C or greater for the rated life of the lamp 2. Operate continuously at ambient air temperatures from -25 to 55 degrees C without a reduction in the generator life 3. Have a design life of at least 100,000 hours at 55 degrees C 4. Have an output frequency of 2.65 MHz± 10 percent 5. Have radio frequency interference that complies with 47 CFR 18 regulations regarding harmful interference 6. Have a power factor greater than 90 percent and total harmonic distortion less than 10 percent The high frequency generator must be mounted such that the fixture can be used as a heat sink and be replaceable with common hand tools. Page 171 of 183 Each fixture must include a barrier-type fuse block for terminating field connections. Fuse block must: 1. Be rated 600 V(ac) 2. Have box terminals 3. Be secured to the housing and accessible without removal of any fixture parts 4. Be mounted to leave a minimum of 1/2 inch of air space from the sidewalls of the housing 5. Be designed for easy removal of fuses with a fuse puller The fixture's fuses must be 13/32-inch-diameter, 1-1/2-inch-long ferrule type and UL listed or NRTL certified. For a 120 V(ac)fixture, only the ungrounded conductor must be fused and a solid connection must be provided between the grounded conductor and the high frequency generator. The fixture must be permanently marked with the manufacturer's brand name,trademark, model number, serial number, and date of manufacture on the inside and outside on the housing. The same information must be marked on the package. If a wire guard is used, it must be made of a minimum 1/4-inch-diameter galvanized steel wire. The wires must be spaced to prevent rocks larger than 1-1/2-inch diameter from passing through the guard.The guard must be either hot-dip galvanized or electroplated zinc-coated as specified in ASTM B633, service condition SC4, with a clear chromate dip treatment. 87-3.03 CONSTRUCTION Perform the conductor and operational tests for the system. 87-3.04 PAYMENT Not Used 87-4 SIGNAL AND LIGHTING SYSTEMS 87-4.01 GENERAL 87-4.01A Summary Section 87-4 includes specifications for constructing signal and lighting systems. Signal and lighting system includes: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Cables 6. Standards 7. Signal heads 8. Internally illuminated street name signs 9. Service equipment enclosure 10. Department-furnished controller assembly 11. Detectors 12. Telephone demarcation cabinet 13. Accessible pedestrian signals 14. Push button assemblies 15. Pedestrian signal heads 16. Luminaires 17. Photoelectric control 18. Fuse splice connectors 19. Battery backup system 20. Flashing beacons 21. Flashing beacon control assembly The components of a signal and lighting system are shown on the project plans. 87-4.01 B Definitions Reserved Page 172 of 183 87-4.01C Submittals Submit shop drawings showing the message for each internally illuminated street sign, including the size of letters, symbols, and arrows. 87-4.01 D Quality Assurance 87-4.011)(1) General Reserved 87-4.01 D(2) Quality Control 87-4.01 D(2)(a) General Reserved 87-4.011)(2)(b) Battery Backup System Notify the Engineer 48 hours before testing the battery backup system. Test the system in the presence of the Engineer by turning off the power to the signal system at the service equipment enclosure.The signal system must run continuously for 30 minutes. If the battery backup system fails, correct the problem and retest the system for another 30 minutes.After successful completion of the test,turn the power on for the signal system. 87-4.02 MATERIALS 87-4.02A General Reserved 87-4.02B Battery Backup System A battery backup system includes the cabinet, batteries, and the Department-furnished electronics assembly. The electronics assembly includes the inverter/charger unit, power transfer relay, and the battery harness. 87-4.02C Internally Illuminated Street Name Signs An internally illuminated street name sign includes housing, brackets, sign panels, gaskets, ballast, Iampholder,terminal blocks,conductors, and fuses. An internally illuminated street sign must be designed and constructed to prevent deformation or failure when subjected to an 85 mph, 3-second wind-gust load as specified in the AASHTO publication, "Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals." Sign must: 1. Be Types A or B 2. Have galvanized or cadmium-plated ferrous parts 3. Have screened weep holes 4. Have fasteners, screws, and hardware made of passive stainless steel,Type 302 or 304, or aluminum Type 6060-T6 5. Operate at a temperature from -20 to 74 degrees C Photoelectric unit sockets are not allowed. The housing must be constructed to resist torsional twist and warp. The housing must be designed such that opening or removing the panels provides access to the interior of the sign for lamp, ballast, and fuse replacement. The top and bottom of the sign must be manufactured from formed or extruded aluminum and attached to formed or cast aluminum end fittings.The top, bottom, and end fittings must form a sealed housing. For a Type A sign, both sides of the sign must be hinged at the top to allow installation or removal of the sign panel. For a Type B sign,the sign panel must be slide mounted into the housing. Page 173 of 183 The top of the housing must have 2 free-swinging mounting brackets. Each bracket must be vertically adjustable for leveling the sign to either a straight or curved mast arm.The bracket assembly must allow the lighting fixture to swing perpendicular to the sign panel. The reflectors must be formed aluminum and have an acrylic, baked-white-enamel surface with a minimum reflectance of 0.85. Sign panel must be translucent, high-impact-resistant, and made of one of the following plastic materials: 1. Glass-fiber-reinforced,acrylated resin 2. Polycarbonate resin 3. Cellulose acetate butyrate The sign panel must be designed not to crack or shatter if a 1-inch-diameter steel ball weighing 2.4 ounces is dropped from a height of 8.5 feet above the sign panel to any point on the panel. For this test, the sign panel must be lying in a horizontal position and supported within its frame. The sign panel's surface must be evenly illuminated.The brightness measurements for the letters must be a minimum of 150 foot-lamberts, average.The letter-to-background brightness ratio must be from 10:1 to 20:1. The background luminance must not vary by more than 40 percent from the average background brightness measurement. The luminance of letters, symbols, and arrows must not vary by more than 20 percent from their average brightness measurement. The sign panel's white or green color must not fade or darken if exposed to an accelerated test of UV light equivalent to 2 years of outdoor exposure. The sign panel's legend, symbols, arrows, and border on each face must be white on a green background.The background must comply with color no. 14109 of FED-STD-595. The message must appear on both sides of the sign and be protected from UV radiation. The letters must be 8-inch upper case and 6-inch lower case, series E. A Type A sign must have a closed-cell, sponge-neoprene gasket installed between the sign panel frame to prevent the entry of water. The gasket must be uniform and even textured. The sign ballast must be a high-power-factor type for outdoor operation from 110 to 125 V(ac)and 60 Hz and must comply with ANSI C82.1 and C82.2. The ballast for a Type A sign must be rated at 200 mA. The ballast for a Type B sign must be rated at 430 mA. Sign lampholder must: 1. Be the spring-loaded type 2. Have silver-coated contacts and waterproofed entrance leads 3. Have a heat-resistant, circular cross section with a partially recessed neoprene ring Removal of the lamp from the socket must de-energize the primary of the ballast. The springs for the lampholders must not be a part of the current-carrying circuit. The sign's wiring connections must terminate on a molded, phenolic, barrier-type, terminal block rated at 15 A, 1,000 V(ac). The connections must have a white, integral, waterproof marking strip. The terminal screws must not be smaller than a no. 10. The terminal block must be insulated from the fixture to provide protection from the line-to-ground flashover voltage. A sectionalized terminal block must have an integral barrier on each side and must allow rigid mounting and alignment. Fixture's conductors must: 1. Be stranded copper wire with a minimum thermoplastic insulation of 28 mils Page 174 of 183 2. Be rated at 1,000 V(ac)and for use up to 90 degrees C 3. Be a minimum of no. 16 4. Match the color coding of the ballast leads 5. Be secured with spring cross straps, installed 12 inches apart or less in the chassis or fixture Stranded copper conductors connected to screw-type terminals must terminate in crimp-type ring connectors. No splicing is allowed within the fixture. The sign's fuse must be the Type 3AG, miniature, slow-blow type. The fuse holder must be a panel-mounting type with a threaded or bayonet knob that grips the fuse tightly for extraction. Each ballast must have a separate fuse. 87-4.03 CONSTRUCTION 87-4.03A General Set the foundations for standards such that the mast arm is perpendicular to the centerline of the roadway. Tighten the cap screws of the luminaire's clamping bracket to 10 ft-lb for LED and low-pressure luminaires. Label the month and year of the installation inside the luminaire housing's door. Perform the conductor and operational tests for the system. 87-4.0313 Battery Backup System Cabinets Install the battery backup system cabinet to the right of the Model 332L cabinet. If installation on the right side is not feasible, obtain authorization for installation on the left side. Provide access for power conductors between the cabinets using: 1. 2"nylon-insulated, steel chase nipple 2. 2"steel sealing locknut 3. 2"nylon-insulated, steel bushing Remove the jumper between the terminals labeled BBS-1 and BBS-2 in the 5 position terminal block in the controller cabinet before connecting the Department-furnished electronics assembly. 87-4.03C Internally Illuminated Street Name Signs Mount the internally illuminated street name sign to the signal mast arm using the adjustable brackets. Connect the conductors to the terminal blocks in the signal head mounting terminal block. 87-4.04 PAYMENT Not Used 87-5 RAMP METERING SYSTEMS 87-5.01 GENERAL Section 87-5 includes specifications for constructing ramp metering systems. Ramp metering system includes: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Standards 6. Signal heads 7. Service equipment enclosure 8. Department-furnished controller assembly Page 175 of 183 9. Detectors 10. Telephone demarcation cabinet The components of a ramp metering system are shown on the project plans. 87-5.02 MATERIALS Not Used 87-5.03 CONSTRUCTION Connect the field wiring to the terminal blocks in the controller cabinet.The Engineer provides you a list of field conductor terminations for each controller cabinet. Perform the conductor and operational tests for the system. 87-5.04 PAYMENT Not Used 87-6 TRAFFIC MONITORING STATION SYSTEMS 87-6.01 GENERAL Section 87-6 includes specifications for constructing traffic monitoring station systems. Traffic monitoring station system includes: 1. Foundations 2. Pull boxes 3. Conduit 4. Cables 5. Conductors 6. Service equipment enclosure 7. Controller cabinet 8. Detectors 9. Telephone demarcation cabinet The components of a traffic monitoring station system are shown on the project plans. 87-6.02 MATERIALS Not Used 87-6.03 CONSTRUCTION Connect the field wiring to the terminal blocks in the controller cabinet.The Engineer provides you a list of field conductor terminations for the controller cabinet. Perform the conductor and operational tests for the system. 87-6.04 PAYMENT Not Used 87-7 FLASHING BEACON SYSTEMS 87-7.01 GENERAL Section 87-7 includes specifications for constructing flashing beacon systems. Flashing beacon system includes: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Standards 6. Service equipment enclosure 7. Signal heads 8. Flashing beacon control assembly Page 176 of 183 The components of a flashing beacon system are shown on the project plans. The flash rate for the flashing beacon must comply with chapter 4L, "Flashing Beacons,"of the California MUTCD. The flashing beacon must allow alternating flashing wig-wag operation. The flashing beacon must have a separate flasher unit installed in the flashing beacon control assembly. 87-7.02 MATERIALS Flashing beacon control assembly must: 1. Have a NEMA 3R enclosure with a dead front panel and a hasp with a 7/16-inch hole for a padlock. The enclosure must have one of the following finishes: 1.1. Powder coating. 1.2. Hot-dip galvanized coating. 1.3. Factory-applied, rust-resistant prime coat and finish coat. 2. Have barrier-type terminal blocks rated for 25 A, 600 V(ac), made of molded phenolic or nylon material and have plated-brass screw terminals and integral marking strips. 3. Include a solid state flasher complying with section 8 of NEMA standards publication no. TS 1 for 10 A, dual circuits. 87-7.03 CONSTRUCTION Perform the conductor and operational tests for the system. 87-7.04 PAYMENT Not Used 87-8-87-11 RESERVED 87-12 CHANGEABLE MESSAGE SIGN SYSTEMS 87-12.01 GENERAL Section 87-12 includes specifications for constructing changeable message sign systems. Changeable message sign system includes: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Service equipment enclosure 6. Department-furnished controller cabinet 7. Department-furnished changeable message sign 8. Department-furnished wiring harness 9. Service equipment enclosure 10. Sign disconnect The components of a changeable message sign system are shown on the project plans. 87-12.02 MATERIALS Not Used 87-12.03 CONSTRUCTION Install the changeable message sign. Connect the field wiring to the terminal blocks in the sign assembly and controller cabinet. The Engineer provides you a list of field conductor terminations for each sign cabinet and controller cabinet. The Department maintains the sign assemblies. Page 177 of 183 87-12.04 PAYMENT Not Used 87-13-87-17 RESERVED 87-18 INTERCONNECTION CONDUIT AND CABLE 87-18.01 GENERAL Section 87-18 includes specifications for constructing interconnection conduit and cable. Interconnection conduit and cable includes: 1. Pull boxes 2. Conduit 3. Signal interconnect cables The components of an interconnection conduit and cable are shown. 87-18.02 MATERIALS Not Used 87-18.03 CONSTRUCTION Test the signal interconnect cable. Connect the signal interconnect cable to the terminal block in the controller cabinets.The Engineer provides you a list of terminations for each controller cabinet. 87-18.04 PAYMENT Not Used 87-19 RESERVED 87-20 TEMPORARY ELECTRICAL SYSTEMS 87-20.01 GENERAL Section 87-20 includes specifications for providing temporary electrical systems. Obtain the Department's authorization for the type of temporary electrical system and its installation method. A temporary system must operate on a continuous, 24-hour basis. 87-20.02 MATERIALS 87-20.02A General Material and equipment may be new or used. The components of a temporary system are shown on the project plans. If you use Type OF-B cable, the minimum conductor size must be no. 12. 87-20.0213 Temporary Flashing Beacon Systems A temporary flashing beacon system consists of a flashing beacon system,wood post, generator, and photovoltaic system. The system must comply with the specifications for a flashing beacon system in section 87-7, except it may be mounted on a wood post or a trailer. 87-20.02C Temporary Lighting Systems A temporary lighting system consists of a lighting system, generator, and wood poles. The system must comply with the specifications for a lighting system in section 87-2, except it may be mounted on a wood pole or a trailer. Page 178 of 183 87-20.02D Temporary Signal Systems A temporary signal system consists of a signal and lighting system,wood poles and posts, and a generator. System must comply with the specifications for a signal and lighting system in section 87-4, except: 1. Signal heads may be mounted on a wood pole, mast arm,tether wire, or a trailer 2. Flashing beacons may be mounted on a wood post, or a trailer 87-20.03 CONSTRUCTION 87-20.03A General Provide electrical and telecommunication services for temporary systems. Do not use existing services unless authorized. Provide power for the temporary electrical systems under section 12-3.33, except you may use a photovoltaic system for the temporary flashing beacon system. Install conductors and cables in a conduit, suspended from wood poles at least 25 feet above the roadway, or use direct burial conductors and cables. You may saw slots across paved areas for burial conductors and cables. Install conduit outside the paved area at a minimum of 12 inches below grade for Type 1 and 2 conduit and at a minimum of 18 inches below grade for Type 3 conduit. Install direct burial conductors and cables outside the paved area at a minimum depth of 24 inches below grade. Place the portions of the conductors installed on the face of wood poles in either Type 1, 2, or 3 conduit between the point 10 feet above grade at the pole and the pull box. The conduit between the pole and the pull box must be buried at a depth of at least 18 inches below grade. Place conductors across structures in a Type 1, 2, or 3 conduit. Attach the conduit to the outside face of the railing. Mount the photoelectric unit at the top of the standard or wood post. You may abandon in place conductors and cables in sawed slots or in conduit installed below the ground surface. 87-20.03B Temporary Flashing Beacon Systems Install a fused-splice connector in the pull box adjacent to each flashing beacon. Wherever conductors are run overhead, install the splice connector in the line side outside of the control assembly. 87-20.03C Temporary Lighting Systems Wherever conductors are run overhead, install the fuse splice connectors in the line side before entering the mast arm. 87-20.031) Temporary Signal Systems You may splice conductors that run to a terminal compartment or a signal head on a pole to the through conductors of the same phase in a pull box adjacent to the pole. Do not splice conductors or cables except in a pull box or in a NEMA 3R enclosure. The Department provides the timing for the temporary signal. Maintain the temporary signal except for the Department-furnished controller assembly. 87-20.04 PAYMENT Not Used Page 179 of 183 87-21 EXISTING ELECTRICAL SYSTEMS 87-21.01 GENERAL Section 87-21 includes general specifications for performing work on existing electrical systems. 87-21.02 MATERIALS Not Used 87-21.03 CONSTRUCTION 87-21.03A General You may abandon unused underground conduit after pulling out all conductors and removing conduit terminations from the pull boxes. If standards are to be salvaged, remove: 1. All components 2. Mast arms from the standards 3. Luminaires, signal heads, and signal mounting assemblies from the standards and mast arms If the existing material is unsatisfactory for reuse and the Engineer orders you to replace it with new material, replacing the existing material with new material is change order work. If the removed electrical equipment is to be reinstalled, supply all materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers, and concrete, needed to complete the new installation. 87-21.0313 Maintaining Existing Electrical Systems 87-21.03B(1) General Maintain the existing electrical system in working order during the progress of the work. Conduct your operations to avoid damage to the elements of the systems. 87-21.03B(2) Maintaining Existing Traffic Management System Elements During Construction Section 87-21.02B(2)applies if a bid item for maintaining existing traffic management system elements during construction is shown on the Bid Item List. Traffic management system elements include: 1. Ramp metering system 2. Traffic monitoring stations 3. Microwave vehicle detection system 4. Changeable message sign system 5. Extinguishable message sign system 6. Highway advisory radio system 7. Closed circuit television camera system 8. Roadway weather information system Obtain authorization at least 72 hours before interrupting communication between an existing system and the traffic management center. If the Engineer notifies you that an existing system is not fully operational due to your activities, repair or replace the system within 72 hours. If the system cannot be fixed within 72 hours or it is located on a structure, provide a temporary system within 24 hours until the system can be fixed. Perform a functional test of the system in the presence of the Engineer. If you fail to perform the necessary repair or replacement work,the Department may perform the repair or replacement work and deduct the cost. If you damage an existing fiber optic cable, install a new cable such that the length of cable slack is the same as before the damage, measured from an original splice point or termination. All splices must be made using the fusion method. You may interrupt the operation of traffic monitoring stations: 1. For 60 days if another operational traffic monitoring station is located within 3 miles Page 180 of 183 2. For 15 days if another operational traffic monitoring station is located more than 3 miles away If a traffic monitoring station must be interrupted for longer periods than specified, provide a temporary detection system. Obtain the Department's authorization for the type of temporary system and its installation method. 87-21.03C Modifying Existing Electrical Systems Modify electrical systems as shown. 87-21.03D Removing Existing Electrical Systems The components to be removed are shown on the project plans. 87-21.04 PAYMENT Not Used AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION XI MATERIALS 90 CONCRETE 07-15-16 Replace Method 1 in the 4th paragraph of section 90-1.01 D(5)(a)with: 07-15-16 Method 2 Replace section 90-9 with: 07-15-16 90-9 RETURNED PLASTIC CONCRETE 90-9.01 GENERAL 90-9.01A Summary Section 90-9 includes specifications for incorporating returned plastic concrete(RPC) into concrete. RPC must be used only where the specifications allow its use. Do not use RPC in pavement or structural concrete. 90-9.01 B Definitions returned plastic concrete(RPC): Excess concrete that is returned to a concrete plant in a plastic state and that has not attained initial set. hydration stabilizing admixture(HSA): Extended set retarding admixture that controls and predictably reduces the hydration rate of the cementitious material. 90-9.01C Submittals Submit the following with the weighmaster certificate: 1. Weight or volume of RPC 2. Type, brand, and dosage of HSA 3. Time of adding HSA 4. Copy of the original weighmaster certificate for the RPC 5. Temperature of RPC When requested, submit the HSA manufacturer's instructions, including dosage tables. 90-9.01D Quality Assurance The material plant producing concrete containing RPC must be authorized under the MPQP. Page 181 of 183 For volumetric proportioning of RPC: 1. The volumetric container must be imprinted with manufacturer's name, model number, serial number, the as-calibrated volume and date of the last calibration. Cross sectional dimensions of the container must remain the same as those during its calibration. 2. The device must be re-calibrated monthly and at any time when the container shape has been deformed from its original condition or there is evidence of material build-up on the inside of the device. 3. The device must be held in a level condition during filling. Fill the device to the measure or strike-off line. Each measurement must be filled to within 1.0% of the device as-calibrated volume. 4. The device interior must be cleaned after each measurement to maintain a zero condition. For weight proportioning, proportion RPC with a weigh hopper attached to the plant at a position which allows the addition of the RPC to the mixer truck with the conventional PCC ingredients. The plant process controller must control the proportioning of RPC to within 1.0% of its target weight. 90-9.02 MATERIALS 90-9.02A General The quantity of RPC added to the concrete must not exceed 15 percent. The cementitious material content of the RPC must be at least that specified for the concrete that allows the use of RPC. Water must not be added to the RPC after batching, including in the truck mixer. Use HSA for controlling and reducing the hydration rate of RPC. Incorporate RPC by mixing into the concrete before arriving at the jobsite. 90-9.0213 Returned Plastic Concrete The RPC must not exceed 100 degrees F at anytime. If HSA is not used, RPC must be incorporated into the concrete before attaining initial set or within 4 hours after batching of RPC,whichever is earlier. If HSA is used: 1. Add HSA to RPC within 4 hours after original batching. 2. Measure and record the time, dosage of HSA, and temperature of RPC when HSA is added. 3. Mix the RPC under the HSA manufacturer's instructions after adding HSA or at least 30 revolutions, whichever is greater. 4. Incorporate RPC into the concrete within 4 hours after adding HSA. RPC must not contain: 1. Accelerating admixture 2. Fiber 3. Pigment 4. Lightweight aggregate 5. Previously returned RPC 6. Any ingredient incompatible with the resultant concrete 90-9.02C Hydration Stabilizing Admixture HSA must comply with ASTM C494 admixture Type B or Type D. HSA must have a proven history of specifically maintaining and extending both plasticity and set. HSA dosage must comply with the manufacturer's instructions. 90-9.02D Production Proportion concrete containing RPC under section 90-2.02E. Page 182 of 183 Proportion RPC by weight or by volume. 90-9.03 CONSTRUCTION Not Used 90-9.04 PAYMENT Not Used AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 92 ASPHALT BINDERS 04-15-16 04-15-16 Replace the 4th paragraph of section 92-1.0213 with: Crumb rubber modifier used must be on the Authorized Materials List for crumb rubber modifier. Production equipment for PG modified asphalt binder with crumb rubber modifier must be authorized under the Department's MPQP. Crumb rubber must be derived from waste tires described in Pub Res Code§42703 and must be free from contaminants including fabric, metal, minerals, and other nonrubber substances. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 96 GEOSYNTHETICS 01-15-16 Replace product name,manufacturing source, and date of manufacture in the 2nd sentence of the 1 st paragraph of section 96-1.01 D with: 01-15-16 manufacturing source code Page 183 of 183 ID OOK FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL FEDERAL PROJECT NUMBER: CML-5942(293) BUDGET /ACCOUNT: 4510 / 7370 $.� co FRS, Department of Public Works and Planning CONTRACT NUMBER 23-18-C BID BOOK TABLE OF CONTENTS FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL CONTRACT NUMBER 23-18-C PROPOSAL TITLE NUMBER NOT APPLICABLE INSTRUCTIONS FOR COMPLETING THE BID BOOK 1 PROPOSAL TO THE THE COUNTY OF FRESNO 2 BID ITEM LIST/BID SHEET 3 EVALUATION OF BID ITEM LIST 4 BID SIGNATURE 5 NONCOLLUSION DECLARATION 6 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT 7 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE AND PUBLIC CONTRACT CODE 10232 STATEMENT 8 SUBCONTRACTORS 9 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS 10 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION 11 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS 12(A)-12(B) DISCLOSURE OF LOBBYING ACTIVITIES 13(A)-13(B) EXHIBIT 15-G LOCAL AGENCY BIDDER DBE COMMITMENT(CONSTRUCTION CONTRACTS) 14(A)-14(C) EXHIBIT 15-H DBE INFORMATION-GOOD FAITH EFFORTS 15(A)-15(B) EXHIBIT 12-B BIDDER'S LIST OF SUBCONTRACTORS 16 NOT USED 17 GUARANTY INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR FEDERAL AID PROJECTS General Complete forms in the Bid book. Submit an electronic bid via e-mail to Des ign Services(a)-fresnocountyca.gov (Section 2-1.33D)or submit a hardcopy bid: 1. Under sealed cover addressed to the Department and labeled with the name of the bidder, the name of the project and the statement'Do Not Open Until The Time Of Bid Opening.' 2. Marked as a bid 3. Identifying the contract number and the bid opening date Certain bid forms must be submitted with the bid and properly executed. Certain other forms and information must be submitted either with the bid or within the prescribed period after bid opening as specified elsewhere in these special provisions. Failure to submit the forms and information as specified results in a nonresponsive bid. If an agent other than the authorized corporation officer or a partnership member signs the bid, file a Power of Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may be nonresponsive. Bid Item List and Bid Comparison Submit a bid based on the bid item quantities the Department shows on the Bid Item List. Bids will be evaluated and the low bidder determined as indicated in the Notice to Bidders. Bid Document Completion Proposal items are identified by title and by the word "Proposal"followed by the number assigned to the proposal item in question. Proposal items are included in the Bid Book. Proposal to the County of Fresno— Proposal 1 Provided for information. Bid Proposal Sheet— Proposal 2 One or more sheet(s) or list(s) upon which the bidder completes the bid. Fill out completely including a unit price and total for each unit price-based item and a total for each lump sum item. Do not make any additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid by 15th". Use ink or typewriter for paper bids. Evaluation of Bid Proposal Sheet— Proposal 3 Describes how inconsistences and irregularities are evaluated and corrected when Design Services reviews the Bid Item List. Bid Submit one of the following forms of bidder's security equal to at least 10 percent of the bid: • Cash • Cashier's check • Certified check • Signed bidder's bond by an admitted surety insurer Indicate type of bid security provided. • Cash—Acceptable but not recommended. Cash is deposited in a clearing account and is returned to bidders by County warrant. This process may take several weeks. • Cashier's or Certified Checks. This type of security is held until the bid is no longer under consideration. If submitted by a potential awardee, they will be returned when the contract is fully executed by the bidder and bonds and insurance have been approved. • Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company. Provide notarized signature of attorney-in-fact accompanied by bonding company's affidavit authorizing attorney- in-fact to execute bonds. An unsigned bid bond will be cause for rejection. Acknowledge Addenda Provide contractor's license information. State business name and if business is a: • Corporation - list officers • Partnership- list partners • Joint Venture- list members; if members are corporations or partnerships, list their officers or partners. • Individual - list Owner's name and firm name style Signature of Bidder-the following lists types of companies and corresponding authorized signers. • Corporation - by an officer • Partnership- by a partner • Joint Venture- by a member • Individual - by the Owner If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be rejected. • Business Address - Firm's Street Address • Mailing Address - P.O. Box or Street Address • Complete, sign, and return with bid. INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR FEDERAL AID PROJECTS:Page 2 of 4 Noncollusion Declaration —Proposal 5 Must be completed, signed, and returned with bid. Public Contract Code Section 10285.1 Statement— Proposal 6 Select"has"or"has not" in accordance with instructions on form, return with completed for with bid. Note that signing the bid constitutes signing this statement. Public Contract Code Section 10162 Questionnaire And Public Contract Code 10232 Statement— Proposal 7 Select"yes"or"no" accordance with instructions on form, include explanation if"yes" is selected. Return completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement. Subcontractors— Proposal 8 Sheet(s) or spaces where upon which bidders list subcontractors. List each subcontractor to perform work in an amount in excess of 1/2 of 1 percent of the total bid or$10,000, whichever is greater(Pub Cont Code §4100 et seq.). The Subcontractor List submitted with the bid must show the name, location of business, work portions to be performed, and the contractor's license number for each subcontractor listed. • Use subcontractor's business name style as registered with the License Board. • Specify the city in which the subcontractor's business is located and the state if other than California. • Description of the work to be performed by the subcontractor. Indicate with bid item numbers from the bid item list and/or work descriptions similar to those on bid item list. • List license number for each subcontractor. Upon request from Design Services, provide the following additional information within 24 hours of bid opening if not included on the Subcontractor List submitted with the bid: • Complete physical address for each subcontractor listed. • Percentage of the total bid or dollar amount associated with each subcontractor listed. • Department of Industrial Relations registration number Certification With Regard To The Performance Of Previous Contracts Or Subcontracts Subject To The Equal Opportunity Clause And The Filing Of Required Reports — Proposal 9 For a Federal-aid contract, complete, sign, and return with bid. Certification of proposed subcontractors is the responsibility of the Bidder and must be provided to the County upon request. Title 49, Code of Federal Regulations, Part 29 Debarment And Suspension Certification — Proposal 10 For a Federal-aid contract, complete, sign, and return with bid. Certification of proposed subcontractors is the responsibility of the Bidder and must be provided to the County upon request. Non-lobbying Certification for Federal-Aid Contracts— Proposal 11 For a Federal-aid contract, complete, sign, and return with bid. Disclosure of Lobbying Activities — Proposal 12(a) through Proposal 12(b) For a Federal-aid contract, complete, sign, and return with bid. Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts)—Proposal 13(a)through Proposal 13(b) For a Federal-aid contract, bidders must complete and submit so that it is received by Design Services, no later than 4:00 PM on the fifth (5t") calendar day after the bid opening if not submitted with the bid. INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR FEDERAL AID PROJECTS:Page 3 of 4 Exhibit 15-H DBE Information —Good Faith Efforts —Proposal 14(a)through Proposal 14(c) - For a Federal-aid contract, if you did not meet the DBE goal, bidders must complete and submit so that it is received by Design Services no later than 4:00 PM on the fifth (5th) calendar day after the bid opening if not submitted with the bid. Exhibit 12-B Bidder's List of Subcontractor(DBE and Non-DBE)— Proposal 15(a) through Proposal 15(b) For a Federal-aid contract, bidders must submit so that it is received by Design Services, no later than 4:00 PM on the fifth (51h) calendar day after the bid opening if not submitted with the bid. Fill out as completely as possible. Opt out of payment adjustments for price index fluctuations — Proposal 16 Not used. Guaranty— Proposal 17 Does not need to be signed with the bid. Part of the contract which must be signed by the contractor when contract is executed. INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR FEDERAL AID PROJECTS:Page 4 of 4 PROPOSAL TO THE COUNTY OF FRESNO hereinafter called the Owner FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL FEDERAL PROJECT NUMBER: CML-5942(293) The work embraced herein shall be done in accordance with the 2015 Standard Specifications and with the 2015 Standard Plans, of the State of California, Department of Transportation insofar as the same may apply and in accordance with these special provisions. Except to the extent that they may conflict with these special provisions, revised Standard Specifications apply to the extent included in the section entitled "Project Details" of the book entitled "Specifications." The undersigned, as bidder, declares that the only persons, 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 they have carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and they propose and agrees if this proposal is accepted, that they will contract with the Owner 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 they will take in full payment therefor the following unit prices, to-wit: Proposal 1 Contract Number 23-18-C PROPOSAL TO THE COUNTY OF FRESNO hereinafter called the Owner FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL FEDERAL PROJECT NUMBER: CML-5942(293) The work embraced herein shall be done in accordance with the 2015 Standard Specifications and with the 2015 Standard Plans, of the State of California, Department of Transportation insofar as the same may apply and in accordance with these special provisions. Except to the extent that they may conflict with these special provisions, revised Standard Specifications apply to the extent included in the section entitled "Project Details" of the book entitled "Specifications." The undersigned, as bidder, declares that the only persons, 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 they have carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and they propose and agrees if this proposal is accepted, that they will contract with the Owner 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 they will take in full payment therefor the following unit prices, to-wit: Proposal 1 Contract Number 23-18-C Fresno County Department of Public Works and Planning Bid Item List - Proposal 2 Contract# 23-18-C Contract Name Fowler and Olive Traffic Signal Tree Removal Bid Items Item ID Quantity Unit Unit Price Total Description 1 1 LS $ 3,000 1 $ 3,000 Traffic Control System 2 1 LS $ 5,000 1$5,000 Job Site Management 3 1 LS $ 3,500 1 $ 3,500 Prepare and Implement Water Pollution Control Program 4 1 LS $ 2,500 $ 2,500 1 Clearing and Grubbing (Oleanders and Miscellaneous Bushes) 5 1 LS $ 1,000 $ 1,000 Clearing and Grubbing (Miscellaneous Abandoned Irrigation System/Tubing By Orange Trees) 6 180 LF $ 10 $ 1,800 Remove Fence 7 126 EA $ 82.50 $ 10,395 Remove Orange Trees- North East Corner Lot 8 9 EA $ 900 is 8,100 Remove Trees-South West Corner Lot 9 1 LS $ 3,500 $ 3,500 Post Operation Clearing 10 1 LS $ 3,500 1 $ 3,500 Mobilization Bid Items Total: $ 42,295. 00� Bid Item List 12/7/2023 23-18-C Page 1 of 1 EVALUATION OF BID PROPOSAL ITEM LIST Abbreviations used in the bid proposal sheet are identified in Section 1-1.06, "Abbreviations," of these special provisions. Bids are required for the entire work. Bids will be compared on the basis indicated in the Notice to Bidders. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the Owner's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise, if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Owner, and that discretion will be exercised in the manner deemed by the Owner to best protect the public interest in the prompt and economical completion of the work. The decision of the Owner 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 contract, as aforesaid, and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Owner, within eight (8) days not including Saturdays, Sundays and legal holidays, after the bidder has received notice of award of the contract, the Owner, at its option, may 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 Owner. Proposal 3 Contract Number 23-18-C Bid Security Accompanying this proposal is security (check one only) in amount equal to at least ten percent (10%) of the total amount of the bid: Bid Bond (x); Certified Check ( ); Cashier's Check ( ); Cash ($ ) Addenda Acknowledgement Bidder has and acknowledges the following addenda: 1 Bidder Signature Business Name Kroeker Inc. Note: If bidder or other interested person is a corporation, state legal name of corporation. If bidder is a co-partnership, state true name of firm. Business Owners and Officers Names Joyce Kroeker(President) , Jeff Kroeker(Secretary/Treasurer) Note: If bidder or other interested person is: • a corporation, list names of the president, secretary, treasurer and manager thereof • a partnership, list names of all individual co-partners composing firm. • an individual, state first and last name in full. Names of Owners and Key Employees Joyce Kroeker, Jeff Kroeker, Bryce Jones Note. List majority owners of your firm. If multiple owners, list all. Also include anyone, including key employees, who are actively promoting the contract. (SB 1439) Licensed in accordance with an act providing for the registration of Contractors: Class A Contractor License No. 621866 Expires 06/30/2025 DIR Registration Number 1000006246 Business Address: 4627 S. Chestnut Avenue Fresno CA 93725 Zip Code Mailing Address: 4627 S. Chestnut Avenue Fresno CA 93725 Zip Code Business Phone: ( 559 ) 237-3764 Fax Number: 559 ) 268-3366 Email Address DoPA@kroekerinc.com Y Signature of Bidder: Dated: December 19 2023 NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the co-partnership; and if bidder is an individual, his or her signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the Owner prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Proposal 4 Contract Number 23-18-C Federal Project Number: CML-5942(293) To the County of Fresno: NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID* The undersigned declares: I am the General Manager of (Owner, Partner, Corporate Officer (list title), Co-Venturer) foregoing bid. Kroeker Inc , the party making the 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 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, and has not paid, and will not pay, any person or entity for that 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 d that this declaration is executed on December 19, 2023, at r n CA " y] [state] (Signat (See Title 23 ited States Code Section 112; Calif Public Contract Code Section 7106) *NOTE: Completing, signing, and returning the Non-Collusion Declaration is a required part of the Proposal. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Proposal 5 Contract Number 23-18-C PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not x been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Proposal 6 Contract Number 23-18-C Public Contract Code Section 10162 Questionnaire In conformance 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 x If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Proposal 7 Contract Number 23-18-C BIDDER: Kroeker Inc SUBCONTRACTORS: The following named subcontractor(s) will perform with labor, or otherwise render services to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half of one percent of the total bid presented herewith or$10,000, whichever is greater. Each listed subcontractor's name, location of business and description of work, and both their contractor's license number and public works contractor registration number, issued pursuant to Section 1725.5 of the Labor Code, are REQUIRED, by Section 4104 of the California Public Contract Code, to be submitted prior to bid opening. (The "location of business" must specify the city in which the subcontractor's business is located, and the state if other than California.) All other requested information shall be submitted, either with the bid or within 24 hours after bid opening. Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as registered with the License Board. FAILURE TO LIST SUBCONTRACTORS AS DIRECTED MAY RENDER THE BID NOW RESPONSIVE, OR MAY RESULT IN ASSESSMENT OF A PENALTY AGAINST THE BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA PUBLIC CONTRACT CODE. SUBCONTRACTOR: Business Address: Class License No. DIR Registration No. Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: SUBCONTRACTOR: Business Address: Class License No. DIR Registration No Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: Proposal 8(a) Contract Number 23-18-C SUBCONTRACTOR: Business Address: Class License No. DIR Registration No Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: SUBCONTRACTOR: Business Address: Class License No. DIR Registration No. Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: SUBCONTRACTOR: Business Address: Class License No. DIR Registration No Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: SUBCONTRACTOR: Business Address: Class License No. DIR Registration No. Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: SUBCONTRACTOR: Business Address: Class License No. DIR Registration No Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: Proposal 8(b) Contract Number 23-18-C SUBCONTRACTOR: Business Address: Class License No. DIR Registration No. Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: SUBCONTRACTOR: Business Address: Class License No. DIR Registration No Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: SUBCONTRACTOR: Business Address: Class License No. DIR Registration No. Item No. or Description of Work: Dollar Amount OR Percentage of Total Bid Email Address: Proposal 8(c) Contract Number 23-18-C CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS. The bidder or proposed subcontractor hereby certifies that they have ')(, have not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that they have_, have not_, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Kroekerinc (Company By: tiv \ / Generanaaer (Title) I/ Date: 12/19/2023 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Director, Office of Federal Contract Compliance, U. S. Department of Labor. Proposal Contract Number 23-18-C TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION The bidder or proposed subcontractor under penalty of perjury, certifies that, except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil 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: (,Y,) No Exceptions 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: Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing the Proposal on the signature portion thereof shall also constitute signature of this Certification. By my signature on this proposal, I certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Title 23 United States Code, Section 112 Non-Collusion Declaration and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. Company: _'--___K_?beke15 Inc By: EZZLI &11 V Date: 12/11/2023 Title: General Manager ProposaI10 Contract Number 23-18-C 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: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with awarding 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 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. Bidder: oekef--t c By: Date: 12/ /2023 Title: General Manager Proposal 11 Contract Number 23-18-C OMB 0348-0046 DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract ❑ a. bid/offer/application ❑ a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: Prime ❑ Subawardee Tier if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,if known: 9. Award Amount,if known: 10. Name and Address of Lobby Entity 11. Individuals Performing Services (If individual,last name,first name,MI) (including address if different fi•om No. 10) (last name,first name,MI) (attach Continuation Shcet(s)if necessary) 12. Amount of Payment(check all that apply) 14. Type of Payment(check all that apply) S actual ❑ planned a. retainer b. one-time fee 13. Form of Payment(check all that apply): c. commission 8 a. cash d. contingent fee b. in-kind;specify:nature e deferred Value f other,specify 15. Brief Description of Services Performed or to be performed and Dates)of Service,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 12: (attach Continuation Sheet(s)if necessary) 16. Continuation Sheet(s)attached: Yes ❑ No 17.Information requested through this form is authorized by Title 31 U.S.C.Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. print Name:1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject Title: to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. Telephone No.: Date: Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Fonn LLL Rev.04-28-06 Proposal 12(a) May 8,2013 OMB 0348-0046 INSTRUCTIONS FOR COMPLETING ENHIBIT 10-Q 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 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-90-00 L" 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. Enter the full name,address,city,state,and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name, First Name and Middle Initial(MI). 12. 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. 13. Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 14. Check all boxes that apply. If other,specify nature. 15. 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. 16. Check whether or not a continuation sheet(s)is attached. 17. The certifying official shall sign and date the form,and 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 Proposal 12(b) May 8, 2013 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment Exhibit 15-G: Construction Contract DBE Commitment 1.Local Agency: Fresno County 2.Contract DBE Goal: 0 % 3.Project Description: Removal and proper disposal of 126 orange trees located na NE comer of the intersection of Fowler and Olive Road 4.Project Location: Fowler and Olive Street, Fresno, CA 5.Bidder's Name: Kroeker Inc 6.Prime Certified DBE: ❑ 7.Bid Amount: 8.Total Dollar Amount for ALL Subcontractors: g 0 9.Total Number of ALL Subcontractors: p 10.Bid 12.NAICS or 13.DBE 14.DBE Contact Information 15.DBE Item 11.Description of Work,Service,or Work Certification (Must be certified on the date bids are Dollar Number Materials Supplied Category Number opened) Amount Codes Local Agency to Complete this Section upon Execution of Award 16.TOTAL CLAIMED DBE PARTICIPATION 22.Local Agency Contract Number: 23-18-C $ 0.00 23.Federal-Aid Project Number: CML-5942 293 0.00 % 24.Bid Opening Date: 12/21/2023 25.Contract Award Date: 01/02/2024 26.Award Amount: IMPORTANT: Identify all DBE firms being claimed for credit,regardless of 42 295.00 tier.Names of the First Tier DBE Subcontractors and their respective item(s)of work listed above must be consistent,where applicable with the Local Agency certifies that all DBE certifications are valid and names and items of the work in the"Subcontractor List"submitted with your information on this form is complete and accurate. bid.Written confirmation of each listed DBE is required. ,7ennrca GeddevE r - 1/8/2024 / 12/19/2023 27.Local Agency Representative's Signature 28.Date 17.Preparer's Signature 18. Date Jennica Geddert (559)353-4919 Martin Delgado 210-810-0312 29.Local Agency Representative's Name 30.Phone 19.Preparer's Name 20.Phone Senior Staff Analyst Prolect Engineer 31.Local Agency Representative's Title 21.Preparer's Title DISTRIBUTION: 1.Original-Local Agency 2.Copy-Caltrans District Local Assistance Engineer(DLAE).Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. 3.Include additional copy with award package. Page 1 of 2 January 2023 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment INSTRUCTIONS-CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1. Local Agency- Enter the name of the local agency that is administering the contract. 2.Contract DBE Goal- Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Description -Enter the project description as it appears on the project advertisement(Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 4. Project Location - Enter the project location(s)as it appears on the project advertisement. 5. Bidder's Name- Enter the contractor's firm name. 6. Prime Certified DBE-Check box if prime contractor is a certified DBE. 7. Bid Amount- Enter the total contract bid dollar amount for the prime contractor. 8.Total Dollar Amount for ALL Subcontractors-Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs +all Non-DBEs). Do not include the prime contractor information in this count. 9.Total number of ALL subcontractors-Enter the total number of all subcontracted contractors. SUM =(DBEs +all Non-DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number-Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services,or Materials Supplied -Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. NAICS or Work Category Codes - Enter NAICS or Work Category Codes from the California Unified Certification Program database. 13. DBE Certification Number- Enter the DBE's Certification Identification Number, All DBEs must be certified on the date bids are opened. 14. DBE Contact Information -Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor's name and phone number, if the prime is a DBE. 15. DBE Dollar Amount- Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 16. Total Claimed DBE Participation -$: Enter the total dollar amounts entered in the"DBE Dollar Amount" column. %: Enter the total DBE participation claimed ("Total Claimed DBE Participation Dollars" divided by item"Bid Amount"). If the total % claimed is less than item"Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information-Good Faith Efforts of the LAPM). 17. Preparer's Signature-The person completing the DBE commitment form on behalf of the contractor's firm must sign their name. 18. Date- Enter the date the DBE commitment form is signed by the contractor's preparer. 19. Preparer's Name-Enter the name of the person preparing and signing the contractor's DBE commitment form. 20. Phone-Enter the area code and phone number of the person signing the contractor's DBE commitment form. 21. Preparer's Title-Enter the position/title of the person signing the contractor's DBE commitment form. LOCAL AGENCY SECTION 22. Local Agency Contract Number- Enter the Local Agency contract number or identifier. 23. Federal-Aid Project Number-Enter the Federal-Aid Project Number(s). 24. Bid Opening Date-Enter the date contract bids were opened. 25. Contract Award Date- Enter the date the contract was executed. 26.Award Amount-Enter the contract award amount as stated in the executed contract. 27. Local Agency Representative's Signature-The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 28. Date- Enter the date the DBE commitment form is signed by the Local Agency Representative. 29. Local Agency Representative's Name-Enter the name of the Local Agency Representative certifying the contractor's DBE commitment form. 30. Phone- Enter the area code and phone number of the person signing the contractor's DBE commitment form. 31. Local Agency Representative Title-Enter the position/title of the Local Agency Representative certifying the contractor's DBE commitment form. Page 2 of 2 January 2023 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date December 21,2023 PE/CE Federal-aid Project No(s). CML-5942(293) Bid Opening Date December 21,2023 CON The established a Disadvantaged Business Enterprise (DBE)goal of o.00°ic for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled"Submission of DBE Commitment"of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates Proposal 14(a) Page 1 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items ($) Of (Y/N) Contract wick , 0.00% Pick0.00% Piek 0.00% Pick 0.00% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: Proposal 14(b) Page 2 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort F. Efforts (e.g, in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts: Proposal 14(c) Page 3 of 3 May 2020 Local Assistance Procedures Manual Exhibit 12-B Bidder's List of Subcontractors(DBE and Non-DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non-DBE) - Part 1 As of March 1, 2015 Contractors (and sub-contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at https://www.dir.ca.gov/Public-Works/Contractor- Reg istratio n.html.The local agency will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life ofthe project. In accordance with Title 49,Section 26.11 of the Code of Federal Regulations,and Section 4104 of the Public Contract Code of the State of California, as amended,the following information is required for each sub-contractor who will perform work amounting to more than one half of one percent(0.5%) of the Total Base Bid or$10,000(whichever is greater). FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. CML-5942(293) Subcontractor Name&Location Line Item&Description Subcontract Percentage of Contractor License Number DBE DBE Cert Number Annual Gross Receipts Amount Bid Item (Y/N) Subcontracted DIR Reg Number NAME <$1 million <$5 million <$10 million City,State I<sib million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State <$15 million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State <$15 million Age of Firm in years NAME <$1 million <$5 million < mi on on- City,i fate <$15 million AgeofFirm in years NAME <$1 million <$5 million <$10 million City,State I<$15 million Age of Firm in years NAME <$1 million <$5 million <$10 million City,i late <$15 million Age of Firm in years NAME <$1 million < million <$10 million City,State <$15 million Age of Firm in years NAME <$1 million <$5 million <$10 million City,blate <sib million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State I<$15 million Age of Firm in years Distribution—Original:Local Agency File;Copy:DLAE w/Award Package Page 1 of2 Proposal 15(a) September 2021 Local Assistance Procedures Manual Exhibit 12-B Bidder's List of Subcontractors(DBE and Non-DBE) Exhibit 12-B: Bidder's List of Subcontractor (DBE and Non-DBE) - Part 2 In accordance with Title 49,Section 26 of the Code of Federal Reg ulation s,the Bidder shall list all subcontractors who provided a q uote o r bid but were notselected to participate as a subcontractor on this project. FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. CML-5942(293) Subcontractor Name&Location Line Item&Description Subcontract Percentage of Contractor License Number DBE DBE Cert Number Annual Gross Receipts Amount Bid Item (Y/N) Subcontracted DIR Reg Number NAME <$1 million <$5 million <$10 million City,State <$15 million Age of Firm in NAME years <$1 million <$5 million <$10 million ty, late < million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State <$15 million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State I<$15 million Age of Firm in years NAME <$1 million <$5 million < mill-ion City,State <$15 million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State <$15 million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State <$15 million Age of Firm in years NAME <$1 million < mi ion <$10 million City,State <$15 million Age of Firm in years NAME <$1 million <$5 million <$10 million City,State < million Age of Firm in years Distribution—Original:Local Agency File;Copy:DLAEw/Award Package Proposal 15(b) Page 2 of 2 September 2021 (This guaranty shall be executed by the successful bidder in accordance with instructions in the special provisions. The bidder may execute the guaranty on this page at the time of submitting his bid.) GUARANTY To the Owner: County of Fresno CONTRACT NUMBER 23-18-C The undersigned guarantees the construction and installation of the following work included in this project: ALL WORK Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within twelve (12) months after date on which this contract is accepted by the Owner, the undersigned agrees to reimburse the Owner, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or, upon demand by the Owner, to replace any such material and to repair said work completely without cost to the Owner so that said work will function successfully as originally contemplated. The Owner shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Owner elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Owner. Name (Printed): B ones Signature: Title: _ Gene 1,Manager Date: 12/19/2023 Contractor: Kroeker Inc Proposal — 17 Contract Number 23-18-C TITLE 13, CALIFORNIA CODE OF REGULATIONS § 2449(I) GENERAL REQUIREMENTS FOR IN-USE OFF-ROAD DIESEL-FUELED FLEETS In conformance with Title 13 § 2449(i), bidders will be required to attach copies of valid Certificates of Reported Compliance for the fleet selected for the contract and their listed subcontractors. Before May 15th of each year, the prime contractor must collect a new valid Certificate of Reported Compliance for the current compliance year, as defined in section 2449(n), from all fleets that have an ongoing contract with the prime contractor as of March 1 of that year. Prime contractors must not write contracts to evade this requirement. Annual renewals must be provided to the Resident Engineer at least one week prior to the expiration date of the current certificate. https://ww2.arb.ca.gov/resou rces/fact-sheets/fact-sheet-contracting-requirements Choose one: )< Bidder's Certificate of Reported Compliance has been provided. ❑ Bidder does not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4). FAILURE TO PROVIDE THE CERTIFICATES OF REPORTED COMPLIANCE AS DIRECTED MAY RENDER THE BID NON-RESPONSIVE. Proposal — 18 Contract Number 23-18-C AGREEMENT THIS AGREEMENT made at Fresno, in Fresno County, California, by and between Kroeker Inc. hereinafter called the Contractor, and the County of Fresno hereinafter called the Owner. WITNESSETH: That the Contractor and the Owner, for the consideration hereinafter named, agree as follows: ARTICLE I. The Contractor agrees to furnish all labor and materials, including tools, implements, and appliances required, but excluding such materials as are mentioned in the specifications to be furnished by the Owner, and to perform all the work in a good and workmanlike manner, free from any and all liens and claims of mechanics, materialmen, teamsters, subcontractors, artisans, machinists, and laborers required for: FOWLER AND OLIVE TRAFFIC SIGNAL TREE REMOVAL FEDERAL PROJECT NUMBER: CML-5942(293) CONTRACT NUMBER: 23-18-C All in strict compliance with the plans, drawings and specifications therefor prepared by the Owner, and other contract documents relating thereto. ARTICLE II. The Contractor and the Owner agree that the Notice to Bidders and Special Provisions, the Wage Scale (Prevailing Wages), the Plans and Drawings, Addenda and Bulletins thereto, and the Proposal (Bid Book) hereto attached, together with this Agreement, form the contract, and they are as fully a part of the contract as if hereto attached or herein repeated. All portions of the Standard Specifications of the State of California, Department of Transportation, dated 2015, which are not in conflict with this contract shall be deemed a part of the specifications as though fully therein set forth; provided, however, that revisions to the said Standard Specifications shall apply only to the extent, if any, included in the Project Details of these specifications or as otherwise incorporated directly herein. No part of said specifications which is in conflict with any portion of this agreement, or which is not actually descriptive of the work to be done thereunder, or of the manner in which said work is to be executed, shall be considered as any part of this agreement, but shall be utterly null and void. ARTICLE III. The Owner agrees to pay the Contractor in current funds for the performance of the contract the sum of FOURTY TWO THOUSAND TWO HUNDRED NINETY FIVE DOLLARS AND 00/100 ($42,295.00) it being understood that said price is based upon the estimated quantities of materials to be used as set forth in the Proposal, except where provisions are made in the contract documents whereby the estimated quantities shall constitute the final quantity; that upon completion of the project the final contract prices shall be revised by change order, if necessary, to reflect the true quantities used at the stated unit price thereof as contained in the Contractor's Proposal hereto attached. Payments on account thereof will be made as set forth in the special provisions. ARTICLE IV. If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she or any of his or her subcontractors should persistently violate any of the provisions of the contract, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he or she should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, then the Owner may, upon certificate of the Engineer when sufficient cause exists to justify such action, serve written notice upon the Contractor and his surety of its intention to terminate the contract, and unless within five days after the serving of such notice, such violations shall cease and satisfactory arrangements for correction thereof be made, the contract shall, upon the expiration of said five days, cease and terminate. In the event of any such termination, the Owner shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the contract, provided, however, that if the surety within ten (10)days after the serving upon it of notice of termination does not give the Owner written notice of its intention to take over and perform the contract or does not commence performance thereof within the ten (10) days stated above from the date of the serving of such notice, the Owner may take over the work and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Contractor and his surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the Owner may without liability for so doing, take possession of and utilize in completing the work such materials, appliances, plant and other property belonging to the Contractor as may be on the site of the work and necessary therefor. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the Owner, as herein provided and damage incurred through the Contractor's default, shall be certified by the Engineer. ARTICLE V. To the fullest extent permitted by law with respect to any work required to be done under this contract, the Contractor will indemnify and hold harmless the COUNTY OF FRESNO, STATE OF CALIFORNIA, UNITED STATES OF AMERICA and all other participating public agencies, whether or not said agencies are named herein, who have jurisdiction within the areas in which the work is to be performed, and all officers and employees of the Owner, the County, the State, the United States and said other participating agencies, from any and all costs and expenses, attorney fees and court costs, damages, liabilities, claims and losses occurring or resulting to COUNTY in connection with the performance, or failure to perform, by CONTRACTOR, its officers, agents or employees under this Agreement, and from any and all costs and expenses, attorney fees and court costs, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents or employees under this Agreement. In addition, CONTRACTOR agrees to indemnify COUNTY for Federal, State of California and/or local audit exceptions resulting from non-compliance herein on the part of CONTRACTOR. CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection with the performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees under this Agreement, and from any and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to any person, firm, or corporation who may be injured or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees under this Agreement. The Certificate of Insurance shall be issued in duplicate, to the COUNTY OF FRESNO and all other participating agencies, whether or not said agencies are named herein, who contribute to the cost of the work or have jurisdiction over areas in which the work is to be performed and all officers and employees of said agencies while acting within the course and scope of their duties and responsibilities. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current AM Best Company rating of A FSC VII or better. Without limiting the COUNTY'S right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability Commercial General Liability Insurance with limits not less than those shown in the following table: Liabi ity Insurance Requirements Total bid For each Aggregate for products/completed General b Umbrella or occurrencea operation aggregate excess liabilityc :5 $100,000 $1,000,000 $2,000,000 $2,000,000 $2,000,000 :5 $100,000 $1,000,000 $2,000,000 $2,000,000 $5,000,000 > $1,000,000 > $1,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000 <_ $10,000,000 > $10,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000 <_ $25,000,000 > $25,000,000 $2,000,000 $2,000,000 $4,000,000 $25,000,000 'Combined single limit for bodily injury and property damage. bThis limit must apply separately to your work under this Contract. 'The umbrella or excess policy must contain a clause stating that it takes effect (drops down) in the event the primary limits are impaired or exhausted. This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability, or any other liability insurance deemed necessary because of the of the nature of this contract. Such Commercial General Liability insurance shall name the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30)days advance written notice given to COUNTY. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance policy naming COUNTY as an additional insured and providing for a thirty (30) day prior written notice of cancellation or change in terms or coverage. Within eight (8) days from date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, or to designservices(a�fresnocountyca.gov, stating that such insurance coverages have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for an premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance an any other insurance, or self- insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to COUNTY. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents, and employees shall be excess only and not contributing with insurance provided under CONTRACTOR'S policies herein. This insurance shall not be cancelled or changed without a minimum or thirty (30) days advance written notice given to COUNTY. B. Automobile Liability Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per accident for bodily injury and property damage. Coverage should include owned and non-owned vehicles used in connection with this Agreement and all applicable endorsements. C. Professional Liability If CONTRACTOR is a licensed professional or employs professional staff, (e.g., Architect, Engineer, Surveyor, etc.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate with a provision for 3 year tail coverage. D. Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. ARTICLE VI. Contractor represents that he has secured the payment of Worker's Compensation in compliance with the provisions of the Labor Code of the State of California and during the performance of the work contemplated herein will continue so to comply with said provisions of said Code. Contractor shall supply the Owner with certificates of insurance, in duplicate, evidencing that Worker's Compensation Insurance is in effect and providing that the Owner will receive ten days notice of cancellation. If Contractor self-insures Worker's Compensation, Certificate of Consent to Self-insure should be provided the Owner. ARTICLE VII. The Contractor shall forthwith furnish in duplicate, a faithful performance bond in an amount equal to 100% of the contract price and a payment bond in an amount equal to 100% of the contract price, both bonds to be written by a surety company acceptable to the Owner and in the form prescribed by law. The payment bond shall contain provisions such that if the Contractor or his subcontractors shall fail to pay (a) amounts due under the Unemployment Insurance Code with respect to work performed under the contract, or (b) any amounts required to be deducted, withheld and paid over to the Employment Development Department and to the Franchise Tax Board from the wages of the employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the surety will pay these amounts. In case suit is brought upon the payment bond, the surety will pay a reasonable attorney's fee to be fixed by the court. ARTICLE VIII. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be awarded a contract for public work on a public works project or engage in the performance of work on any public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. Contractor shall comply with all applicable laws and regulations relating to wages and employment, including all requirements imposed by the California Department of Industrial Relations (DIR). Contractor shall cooperate with County to furnish timely all information necessary for County's completion of the form required to be submitted by County when registering the Project on the DIR website; and County thereafter shall provide to Contractor the "Project ID Number" assigned by DIR in order to facilitate Contactor's submission to DIR of its certified payrolls for the Project, in the manner required and using such form as may be prescribed by DIR, in accordance with the provisions of Labor Code section 1771.4(a)(3). ARTICLE IX: Governing Law—Venue for any action arising out of or relating to this Agreement shall be in Fresno County, California. This Agreement shall be governed by the laws of the State of California. ARTICLE X: 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. ARTICLE XI: REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS The provisions of the Exhibit 12-G Required Federal-Aid Contract Language including the provisions of Form FHWA 1273 is hereby physically attached, unmodified as a part of this contract (Exhibit A). The provisions of Form 1273 applies to federal-aid contracts and all work performed by subcontracts and subsequent lower-tier subcontracts and is required to be physically included in each executed contract. Form 1273 of Exhibit A must be physically inserted, unmodified in its entirety, into all subcontracts, except for purchase orders, rental agreements and other agreements for supplies or services entered into as a result of this contract. ARTICLE XII: MINIMUM FEDERAL WAGE RATES The Minimum Federal Wage Rates Determination is hereby physically attached, in conformance with federal 10-day rule as a part of this contract(Exhibit B). This wage rate determination applies to federal-aid contracts and all work performed exceeding $2000 by subcontracts and subsequent lower-tier subcontracts and is required to be physically included in each executed contract. This Contract, 23-18-C, was awarded by the Director of Public Works and Planning of the County of Fresno on January 2, 2024. It has been reviewed by the Department of Public Works and Planning and is in proper order for signature of the Director of Public Works and Planning of the County of Fresno. IN WITNESS WHEREOF, they have executed this Agreement this 18th day of January , 2024 {CRaEfrR Toc COUNTY OF FRESNO TRAC OR) (OWNER) --� Digitally signed by Steve White Steve White Date:2024.01.1811:24:57 -08,00, By By Steven E. White, Director Department of Public Works and Planning County of Fresno Title GFN�Ai 1wb�- Exhibit A Required Federal Aid Contract Language From LAPM Exhibit 12-G EXHIBIT 12-G: REQUIRED FEDERAL-AID CONTRACT LANGUAGE (For Local Assistance Construction Projects) The following language must be incorporated into all Local Assistance Federal-aid construction contracts. The following language, with minor edits, was taken from the Code of Federal Regulations. MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) ......................................................................................2 A. Nondiscrimination Statement................................................................................................................3 B. Contract Assurance...............................................................................................................................3 C. Prompt Progress Payment....................................................................................................................3 D. Prompt Payment of Withheld Funds to Subcontractors.....................................................................3 E. Termination and Replacement of DBE Subcontractors......................................................................4 F. Commitment and Utilization..................................................................................................................6 G. Running Tally of Attainments................................................................................................................7 H. Commercially Useful Function..............................................................................................................7 I. Use of Joint Checks ..............................................................................................................................8 2. BID OPENING.......................................................................................................................................................9 3. BID RIGGING........................................................................................................................................................9 4. CONTRACT AWARD............................................................................................................................................9 5. CONTRACTOR LICENSE....................................................................................................................................9 6. CHANGED CONDITIONS.....................................................................................................................................9 A. Differing Site Conditions.......................................................................................................................9 B. Suspensions of Work Ordered by the Engineer..................................................................................9 C. Significant Changes in the Character of Work..................................................................................10 7. BEGINNING OF WORK,TIME OF COMPLETION AND LIQUIDATED DAMAGES.........................................10 8. BUY AMERICA...................................................................................................................................................10 9. QUALITY ASSURANCE.....................................................................................................................................11 10. PROMPT PAYMENT..........................................................................................................................................12 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS............................12 12. FEMALE AND MINORITY GOALS ....................................................................................................................12 13. TITLE VI ASSURANCES....................................................................................................................................14 14. FEDERAL TRAINEE PROGRAM.......................................................................................................................19 15. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND SERVICES..........................................................................................................................................................20 Page 1 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) The contractor, subrecipient or subcontractor shall take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract(49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that they made adequate Good Faith Efforts (GFE)to meet this goal.An adequate GFE means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to meet the DBE goal. If the DBE goal is not met, the contractor needs to complete and submit the DBE GFE documentation as described in Local Assistance Procedures Manual (LAPM)Chapter 9, Section 9.8 within 5 (five) days of bid opening. It is the prime contractor's responsibility to verify that the DBE firm is certified as a DBE on the date of bid opening by using the California Unified Certification Program (CUCP)database and possesses the most specific available North American Industry Classification System (NAICS)codes and Work Code applicable to the type of work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this verification by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found at: https://dot.ca.gov/programs/civil-rights/dbe-search. DBE participation will only count toward the California Department of Transportation's federally mandated statewide overall DBE goal if the DBE performs a commercially useful function under 49 CFR 26.55. Credit for materials or supplies the prime contractor purchases from DBEs counts towards the goal in the following manner: • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. • 60 percent counts if the materials or supplies are obtained from a DBE regular dealer. • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer.49 CFR 26.55 defines "manufacturer" and "regular dealer." The prime contractor receives credit towards the goal if they employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d) as follows: • The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals. • The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. • The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs. • The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract. • The DBE may also lease trucks from a non-DBE firm, including from an owner-operator. The DBE that leases trucks equipped with drivers from a non-DBE is entitled to credit for the total value of transportation services provided by non-DBE leased trucks equipped with drivers not to exceed the value of transportation services on the contract provided by DBE-owned trucks or leased trucks with DBE employee drivers. Additional participation by non-DBE owned trucks equipped with drivers receives credit only for the fee or commission it receives as a result of the lease arrangement. • The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services. Page 2 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G • A lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. A. Nondiscrimination Statement The contractor, subrecipient or subcontractor will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the Local Agency components of the DBE Program Plan, the contractor, subrecipient or subcontractor will not, directly, or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin. B. Contract Assurance Under 49 CFR 26.13(b): The contractor, subrecipient 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 26 in the award and administration of federal-aid 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, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages;and/or (4) Disqualifying the contractor from future bidding as non-responsible. C. Prompt Progress Payment In accordance with California Business and Professions Code section 7108.5, the prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non- DBE subcontractors. D. Prompt Payment of Withheld Funds to Subcontractors The Agency may hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The Agency shall designate one of the methods below in the contract to ensure prompt and full payment of any retainage kept by the prime contractor or subcontractor to a subcontractor. The Agency shall include either Method 1, Method 2, or Method 3 below and delete the other two. Method 3: The Agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within seven (7) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Agency. Any delay or postponement of payment may take place only for good cause and with the Page 3 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G Agency's prior written approval. Any violation of these provisions shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. 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 contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Any violation of these provisions of Prompt Progress Payment and Prompt Payment of Withheld Funds to Subcontractors shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified therein. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. E. Termination and Replacement of DBE Subcontractors The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains the Agency's written consent. The prime contractor shall not terminate or replace a listed DBE for convenience and perform the work with their own forces or obtain materials from other sources without prior written authorization from the Agency. Unless the Agency's prior written consent is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid. Termination of DBE Subcontractors After a contract with a specified DBE goal has been executed, termination of a DBE may be allowed for the following, but not limited to,justifiable reasons with prior written authorization from the Agency: 1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. The Local Agency stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet the Local Agency's bond requirements. 3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law, or is not properly registered with the California Department of Industrial Relations as a public works contractor. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent or exhibits credit unworthiness. 8. Listed DBE voluntarily withdraws with written notice from the Contract 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. The Agency determines other documented good cause. To terminate a DBE or to terminate a portion of a DBE's work, the contractor must use the following procedures: 1. Send a written notice to the DBE of Contractor's intent to use other forces or material sources and include one or more justifiable reasons listed above. Simultaneously send a copy of this written notice to the Agency. The written notice to the DBE must request they provide any response within five (5) business days to both the Contractor and the Agency by either acknowledging their agreement or documenting their reasoning as to why the use of other forces or sources of materials should not occur. 2. If the DBE does not respond within 5 business days, Contractor may move forward with the request as if the DBE had agreed to Contractor's written notice. Page 4 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G 3. Submit Contractor's DBE termination request by written letter to the Agency and include: • One or more above listed justifiable reasons along with supporting documentation. • Contractor's written notice to the DBE regarding the request, including proof of transmission and tracking documentation of Contractor's written notice • The DBE's response to Contractor's written notice, if received. If a written response was not provided, provide a statement to that effect. The Agency shall respond in writing to Contractor's DBE termination request within 5 business days. Replacement of DBE Subcontractors After receiving the Agency's written authorization of DBE termination request, the Contractor must obtain the Agency's written agreement for DBE replacement. The Contractor must find or demonstrate GFEs to find qualified DBE replacement firms to perform the work to the extent needed to meet the DBE commitment. The following procedures shall be followed to request authorization to replace a DBE firm: 1. Submit a request to replace a DBE with other forces or material sources in writing to the Agency which must include: a. Description of remaining uncommitted work items made available for replacement DBE solicitation and participation. b. The proposed DBE replacement firm's business information, the work they have agreed to perform, and the following: • Quote for bid item work and description of work to be performed • Proposed subcontract agreement and written confirmation of agreement to perform on the Contract • Revised Subcontracting Request form • Revised Exhibit 15-G: Construction Contract DBE Commitment 2. If Contractor has not identified a DBE replacement firm, submit documentation of the Contractor's GFEs to use DBE replacement firms within 7 days of Agency's authorization to terminate the DBE. The Contractor may request the Agency's approval to extend this submittal period to a total of 14 days. Submit documentation of actions taken to find a DBE replacement firm, such as: • Search results of certified DBEs available to perform the original DBE work identified and/or other work the Contractor had intended to self-perform, to the extent needed to meet the DBE commitment • Solicitations of DBEs for performance of work identified • Correspondence with interested DBEs that may have included contract details and requirements • Negotiation efforts with DBEs that reflect why an agreement was not reached • If a DBE's quote was rejected, provide Contractor's reasoning for the rejection, such as why the DBE was unqualified for the work, or why the price quote was unreasonable or excessive • Copies of each DBE's and non-DBE's price quotes for work identified, as the Agency may contact the firms to verify solicitation efforts and determine if the DBE quotes are substantially higher • Additional documentation that supports the GFE The Agency shall respond in writing to the Contractor's DBE replacement request within five (5) business days. The Contractor must submit a revised Subcontracting Request form if the replacement plan is authorized by the Agency. Page 5 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G F. Commitment and Utilization The Agency's DBE program must include a monitoring and enforcement mechanism to ensure that DBE commitments reconcile to DBE utilization. The bidder shall complete and sign Exhibit 15-G: Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported. The bidder shall provide written confirmation from each DBE that the DBE is participating in the Contract. LAPM Exhibit 9-I: DBE Confirmation or equivalent form and DBE's quote must be submitted. The written confirmation must be submitted no later than 4pm on the 5th day after bid opening. If a DBE is participating as a joint venture partner, the bidder shall submit a copy of the joint venture agreement. If the DBE Commitment form, Exhibit 15-G, is not submitted with the bid, it must be completed and submitted by all bidders to the Agency within five (5) days of bid opening. If the bidder does not submit the DBE Commitment form within the specified time, the Agency will find the bidder's bid nonresponsive. The prime contractor shall use each DBE subcontractor as listed on Exhibit 15-G: Construction Contract DBE Commitment unless they receive written authorization for a termination or replacement from the Agency. The Agency shall request the prime contractor to: 1. Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including: • Name and business address of each 1 st-tier subcontractor • Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier • Date of payment and total amount paid to each DBE (see Exhibit 9-F: Monthly Disadvantaged Business Enterprise Payment) If the prime contractor is a DBE contractor, they shall include the date of work performed by their own forces and the corresponding value of the work. Before the 15th of each month, the prime contractor shall submit a Monthly DBE Trucking Verification (LAPM Exhibit 16-Z1)form. If a DBE is decertified before completing its work, the DBE must notify the prime contractor in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify the prime contractor in writing of the certification date. The prime contractor shall submit the notifications. Upon work completion, the prime contractor shall complete a Disadvantaged Business Enterprises (DBE)Certification Status Change, Exhibit 17-0, form and submit the form within 30 days of contract acceptance. Upon work completion, the prime contractor shall complete Exhibit 17-F: Final Report— Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors and submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. G. Running Tally of Attainments For projects awarded on or after March 1, 2020, but before September 1, 2023: After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the following month, the prime contractor/consultant must complete and email the Exhibit 9-F: Disadvantaged Business Enterprise Running Tally of Payments to business.support.unit(c)dot.ca.gov with a copy to local administering agencies. For projects that are awarded on or after September 1, 2023: Exhibit 9-F is no longer required. Instead, by the 15th of the month following the month of any payment(s), the prime contractor must now submit Exhibit 9-P to the Local Agency administering the contract. If the Contractor does not make any payments to subcontractors, supplier(s) and/or manufacturers they must report"no payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P. Page 6 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G H. Commercially Useful Function DBEs must perform a commercially useful function (CUF) under 49 CFR 26.55 when performing work or supplying materials listed on the DBE Commitment form. The DBE value of work will only count toward the DBE commitment if the DBE performs a CUF. A DBE performs a CUF when it is responsible for execution of the work on the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that the DBE is not performing a CUF. Additionally, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material and installing (where applicable), and paying for the material itself. The Contractor must perform CUF evaluation for each DBE company working on a federal-aid contract, with or without a DBE goal. Perform a CUF evaluation at the beginning of the DBE's work, and continue to monitor the performance of CUF for the duration of the project. The Contractor must provide written notification to the AGENCY at least 15 days in advance of each DBE's initial performance of work or supplying materials for the Contract. The notification must include the DBE's name, work the DBE will perform on the contract, and the location, date, and time of where their work will take place. Within 10 (ten)days of a DBE initially performing work or supplying materials on the contract, the Contractor shall submit to the LPA the initial evaluation and validation of DBE performance of a CUF using the LAPM 9-J: Disadvantaged Business Enterprise Commercially Useful Function Evaluation. Include the following information with the submittal: • Subcontract agreement with the DBE • Purchase orders • Bills of lading • Invoices • Proof of payment The Contractor must monitor all DBE's performance of CUF by conducting quarterly evaluations and validations throughout their duration of work on the contract using the LAPM 9-J: DBE Commercially Useful Function Evaluation. The Contractor must submit to the AGENCY these quarterly evaluations and validations by the 5th of the month for the previous three (3) months of work. The Contractor must notify the AGENCY immediately if the Contractor believes the DBE may not be performing a CUF. The AGENCY will verify DBEs performance of CUF by reviewing the initial and quarterly submissions of LAPM 94 DBE Commercially Useful Function Evaluation, submitted supporting information, field observations, and through any additional AGENCY evaluations. The AGENCY must evaluate DBEs and their CUF performance throughout the duration of a Contract. The AGENCY will provide written notice to Contractor and DBE at least two(2) business days prior to any evaluation. The Contractor and DBE must participate in the evaluation. Upon completing the evaluation, the AGENCY must share the evaluation results with the Contractor and DBE. An evaluation could include items that must be remedied upon receipt. If the AGENCY determines the DBE is not performing a CUF the Contractor must suspend performance of the noncompliant work. The Contractor and DBEs must submit any additional CUF related records and documents within five (5) business days of AGENCY's request such as: • Proof of ownership or lease and rental agreements for equipment • Tax records • Employee rosters • Certified payroll records • Inventory rosters Failure to submit required DBE Commercially Useful Function Evaluation forms or requested records and Page 7 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G documents can result in withholding of payment for the value of work completed by the DBE. If the Contractor and/or the AGENCY determine that a listed DBE is not performing a CUF in performance of their DBE committed work, immediately suspend performance of the noncompliant portion of the work. The AGENCY may deny payment for the noncompliant portion of the work. The AGENCY will ask the Contractor to submit a corrective action plan (CAP)to the AGENCY within five (5)days of the noncompliant CUF determination. The CAP must identify how the Contractor will correct the noncompliance findings for the remaining portion of the DBE's work. The AGENCY has five (5) days to review the CAP in conjunction with the prime contractor's review. The Contractor must implement the CAP within five (5) days of the AGENCY's approval. The AGENCY will then authorize the prior noncompliant portion of work for the DBE's committed work. If corrective actions cannot be accomplished to ensure the DBE performs a CUF on the Contract,then the Contractor may have good cause to request termination of the DBE. I. Use of Joint Checks A joint check may be used between the Contractor or lower-tier subcontractor and a DBE subcontractor purchasing materials from a material supplier if the contractor obtains prior approval from the LPA for the proposed use of joint check upon submittal of the LAPM 9-K: DLA Disadvantaged Business Enterprises (DBE) Joint Check Agreement Request form. To use a joint check, the following conditions must be met: • All parties, including the Contractor, must agree to the use of a joint check • Entity issuing the joint check acts solely to guarantee payment • DBE must release the check to the material supplier • LPA must authorize the request before implementation • Any party to the agreement must provide requested documentation within 10 days of the LPA's request for the documentation • Agreement to use a joint check must be short-term, not to exceed 1 year, allowing sufficient time needed to establish or increase a credit line with the material supplier A request for a joint check agreement may be initiated by any party. If a joint check is used, the DBE remains responsible for all elements of 49 CFR 26.55(c)(1). Failure to comply with the above requirements disqualifies DBE participation and results in no credit and no payment to the Contractor for DBE participation. A joint check may not be used between the Contractor or subcontractor and a DBE regular dealer, bulk material supplier, manufacturer, wholesaler, broker, trucker, packager, manufacturer's representative, or other persons who arrange or expedite transactions. 2. BID OPENING The Agency publicly opens and reads bids at the time and place shown on the Notice to Contractors. 3. 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. 4. CONTRACT AWARD If the Agency awards the contract,the award is made to the lowest responsible and responsive bidder. 5. CONTRACTOR LICENSE The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (23 CFR 635.110). 6. CHANGED 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 Page 8 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G 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.] 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. 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. Page 9 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G 7. BEGINNING OF WORK,TIME OF COMPLETION AND LIQUIDATED DAMAGES Not used. See Specifications Section 8-1.04. 8. BUY AMERICA Buy America Requirements apply to steel and iron, manufactured products, and construction materials permanently incorporated into the project. Steel and Iron Materials All steel and iron materials must be melted and manufactured in the United States except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)]; 2. If the total combined cost of the materials produced outside the United States does not exceed the greater of 0.1 percent of the total contract amount or$2,500, materials produced outside the United States may be used if authorized. 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. All melting and manufacturing processes for these materials, including an application of a coating, must occur in the United States. Coating includes all processes that protect or enhance the value of the material to which the coating is applied. Manufactured Products Iron and steel used in precast concrete manufactured products must meet the requirements of the above section (Steel and Iron Materials) regardless of the amount used. Iron and steel used in other manufactured products must meet the requirements of the above section (Steel and Iron Materials) if the weight of steel and iron components constitute 90 percent or more of the total weight of the manufactured product. Construction Materials Buy America requirements apply to the following construction materials that are or consist primarily of: 1. Non-ferrous metals 2. Plastic and polymer-based products such as: 2.1 Polyvinylchloride 2.2 Composite Building Materials 3. Glass 4. Fiber optic cable(including drop cable) 5. Optical fiber 6. Lumber 7. Engineered wood 8. Drywall All manufacturing processes for these materials as defined in 2 CFR 184.6 must occur in the United States. Where one or more of these construction materials have been combined by a manufacturer with other materials through a manufacturing process, Buy America requirements do not apply unless otherwise specified. Furnish construction materials to be incorporated into the work with certificates of compliance with each project delivery. Manufacturer's certificate of compliance must identify where the construction material was manufactured and attest specifically to Buy America compliance. All manufacturing processes for these materials must occur in the United States. Buy America requirements do not apply to the following: 1. Tools and construction equipment used in performing the work 2. Temporary work that is not incorporated into the finished project Page 10 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G Waivers If Buy America waivers are granted, use the following language to include in the contract: The following steel and iron products, manufactured products, or construction materials have received an approved Buy America waiver for this contract, and therefore, are not subject to Buy America requirements: 1. 2. 9. QUALITY ASSURANCE The Local Agency uses a Quality Assurance Program (QAP)to ensure a material is produced to comply with the Contract. The Local Agency may examine the records and reports of tests the prime contractor performs if they are available at the job site. Schedule work to allow time for QAP. 10. PROMPT PAYMENT A. FROM THE AGENCY TO THE CONTRACTORS The Local Agency shall make all project progress payment within 30 days after receipt of an undisputed and properly submitted payment request from the Contractor on a construction contract. If the Local Agency fails to pay promptly, the Local Agency shall pay interest to the Contractor, which accrues at the rate of 10 percent per annum on the principal amount of a money judgment remaining unsatisfied and pro-rated as necessary. Upon receipt of the payment request, the Local Agency shall act in accordance with both of the following: 1. The Local Agency shall review each payment request as soon as feasible after receipt to verify it is a proper payment request. 2. The Local Agency must return any payment request deemed improper by the Local Agency to the Contractor as soon as feasible, but not later than seven (7)days, after receipt. A request returned pursuant to this paragraph shall include documentation setting forth in writing the reasons why it is an improper payment request. B. SUBMITTAL OF EXHIBIT 9-P For projects awarded on or after September 1, 2023: The Contractor must submit Exhibit 9-P to the Local Agency administering the contract by the 15th of the month following the month of any payment(s). If the Contractor does not make any payments to subcontractors, supplier(s)and/or manufacturers they must report"no payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P. The Local Agency must verify all Exhibit 9-P information, monitor compliance with prompt payment requirements for DBE and non-DBE firms, and address any shortfall to the DBE commitment and prompt payment issues until the end of the project. The Local Agency must email a copy of Exhibit 9-P to DBE.Forms(o-)dot.ca.gov before the end of the month after receiving the Exhibit 9-P from the Contractor. 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS [Form FHWA-1273 must be physically inserted into the contract without modification, excluding ATTACHMENT A -EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS.] (The current version of Form FHWA-1273 is accessible at FHWA's website: https://www.fhwa.dot.gov/programadmin/contracts/1273/1273.,o Page 11 of 18 October 2023 FHWA-1273—Revised October 23,2023 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS performed on the contract by the contractor's own organization I. General and with the assistance of workers under the contractor's II. Nondiscrimination immediate superintendence and to all work performed on the III. Non-segregated Facilities contract by piecework,station work,or by subcontract. 23 IV. Davis-Bacon and Related Act Provisions CFR 633.102(d). V. Contract Work Hours and Safety Standards Act Provisions 3. A breach of any of the stipulations contained in these VI. Subletting or Assigning the Contract Required Contract Provisions may be sufficient grounds for VII. Safety:Accident Prevention withholding of progress payments,withholding of final VIII. False Statements Concerning Highway Projects payment,termination of the contract,suspension/debarment IX. Implementation of Clean Air Act and Federal Water or any other action determined to be appropriate by the Pollution Control Act contracting agency and FHWA. X. Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion 4. Selection of Labor:During the performance of this contract, XI. Certification Regarding Use of Contract Funds for the contractor shall not use convict labor for any purpose Lobbying within the limits of a construction project on a Federal-aid XII. Use of United States-Flag Vessels: highway unless it is labor performed by convicts who are on parole,supervised release,or probation. 23 U.S.C. 114(b). ATTACHMENTS The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. A.Employment and Materials Preference for Appalachian 23 U.S.C. 101(a). Development Highway System or Appalachian Local Access Road Contracts(included in Appalachian contracts only) II. NONDISCRIMINATION(23 CFR 230.107(a);23 CFR Part 230,Subpart A,Appendix A;EO 11246) I. GENERAL The provisions of this section related to 23 CFR Part 230, 1. Form FHWA-1273 must be physically incorporated in each Subpart A,Appendix A are applicable to all Federal-aid construction contract funded under title 23,United States construction contracts and to all related construction Code,as required in 23 CFR 633.102(b)(excluding subcontracts of$10,000 or more. The provisions of 23 CFR emergency contracts solely intended for debris removal). The Part 230 are not applicable to material supply,engineering,or contractor(or subcontractor)must insert this form in each architectural service contracts. subcontract and further require its inclusion in all lower tier subcontracts(excluding purchase orders,rental agreements In addition,the contractor and all subcontractors must comply and other agreements for supplies or services). 23 CFR with the following policies: Executive Order 11246,41 CFR 633.102(e). Part 60,29 CFR Parts 1625-1627,23 U.S.C. 140,Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C.794), The applicable requirements of Form FHWA-1273 are Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C. incorporated by reference for work done under any purchase 2000d et seq.),and related regulations including 49 CFR Parts order,rental agreement or agreement for other services. The 21,26,and 27;and 23 CFR Parts 200,230,and 633. prime contractor shall be responsible for compliance by any subcontractor,lower-tier subcontractor or service provider. 23 The contractor and all subcontractors must comply with: the CFR 633.102(e). requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b)and,for all construction contracts exceeding$10,000, Form FHWA-1273 must be included in all Federal-aid design- the Standard Federal Equal Employment Opportunity build contracts,in all subcontracts and in lower tier Construction Contract Specifications in 41 CFR 60-4.3. subcontracts(excluding subcontracts for design services, purchase orders,rental agreements and other agreements for Note:The U.S.Department of Labor has exclusive authority to supplies or services)in accordance with 23 CFR 633.102. The determine compliance with Executive Order 11246 and the design-builder shall be responsible for compliance by any policies of the Secretary of Labor including 41 CFR Part 60, subcontractor,lower-tier subcontractor or service provider. and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure Contracting agencies may reference Form FHWA-1273 in compliance with 23 U.S.C. 140,Section 504 of the solicitation-for-bids or request-for-proposals documents, Rehabilitation Act of 1973,as amended(29 U.S.C.794),and however,the Form FHWA-1273 must be physically Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C. incorporated(not referenced)in all contracts,subcontracts and 2000d et seq.),and related regulations including 49 CFR Parts lower-tier subcontracts(excluding purchase orders,rental 21,26,and 27;and 23 CFR Parts 200,230,and 633. agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). The following provision is adopted from 23 CFR Part 230, Subpart A,Appendix A,with appropriate revisions to conform 2. Subject to the applicability criteria noted in the following to the U.S.Department of Labor(US DOL)and FHWA sections,these contract provisions shall apply to all work requirements. 1 1.Equal Employment Opportunity: Equal Employment d. Notices and posters setting forth the contractor's EEO Opportunity(EEO)requirements not to discriminate and to policy will be placed in areas readily accessible to employees, take affirmative action to assure equal opportunity as set forth applicants for employment and potential employees. under laws,executive orders,rules,regulations(see 28 CFR Part 35,29 CFR Part 1630,29 CFR Parts 1625-1627,41 CFR e. The contractor's EEO policy and the procedures to Part 60 and 49 CFR Part 27)and orders of the Secretary of implement such policy will be brought to the attention of Labor as modified by the provisions prescribed herein,and employees by means of meetings,employee handbooks,or imposed pursuant to 23 U.S.C. 140,shall constitute the EEO other appropriate means. and specific affirmative action standards for the contractor's project activities under this contract.The provisions of the 4.Recruitment:When advertising for employees,the Americans with Disabilities Act of 1990(42 U.S.C. 12101 et contractor will include in all advertisements for employees the seq.)set forth under 28 CFR Part 35 and 29 CFR Part 1630 notation:"An Equal Opportunity Employer." All such are incorporated by reference in this contract. In the execution advertisements will be placed in publications having a large of this contract,the contractor agrees to comply with the circulation among minorities and women in the area from following minimum specific requirement activities of EEO: which the project work force would normally be derived. a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract. 23 CFR 230.409(g)(4)&(5). meet this requirement,the contractor will identify sources of potential minority group employees and establish with such b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed,and that employees are treated during b. In the event the contractor has a valid bargaining employment,without regard to their race,religion,sex, agreement providing for exclusive hiring hall referrals,the sexual orientation,gender identity,color,national origin,age contractor is expected to observe the provisions of that or disability. Such action shall include:employment, agreement to the extent that the system meets the contractor's upgrading,demotion,or transfer;recruitment or recruitment compliance with EEO contract provisions. Where advertising;layoff or termination;rates of pay or other forms implementation of such an agreement has the effect of of compensation;and selection for training,including discriminating against minorities or women,or obligates the apprenticeship,pre-apprenticeship,and/or on-the-job contractor to do the same,such implementation violates training." Federal nondiscrimination provisions. 2. EEO Officer:The contractor will designate and make c. The contractor will encourage its present employees to known to the contracting officers an EEO Officer who will have refer minorities and women as applicants for employment. the responsibility for and must be capable of effectively Information and procedures with regard to referring such administering and promoting an active EEO program and who applicants will be discussed with employees. must be assigned adequate authority and responsibility to do so. 5. Personnel Actions:Wages,working conditions,and employee benefits shall be established and administered,and 3. Dissemination of Policy:All members of the contractor's personnel actions of every type,including hiring,upgrading, staff who are authorized to hire,supervise,promote,and promotion,transfer,demotion,layoff,and termination,shall be discharge employees,or who recommend such action or are taken without regard to race,color,religion,sex,sexual substantially involved in such action,will be made fully orientation,gender identity,national origin,age or disability. cognizant of and will implement the contractor's EEO policy The following procedures shall be followed: and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project agreement will be met,the following actions will be taken as a sites to ensure that working conditions and employee facilities minimum: do not indicate discriminatory treatment of project site personnel. a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of not less often than once every six months,at which time the wages paid within each classification to determine any contractor's EEO policy and its implementation will be evidence of discriminatory wage practices. reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of b. All new supervisory or personnel office employees will be discrimination. Where evidence is found,the contractor will given a thorough indoctrination by the EEO Officer,covering promptly take corrective action. If the review indicates that the all major aspects of the contractor's EEO obligations within discrimination may extend beyond the actions reviewed,such thirty days following their reporting for duty with the contractor. corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection contractor's procedures for locating and hiring minorities and with its obligations under this contract,will attempt to resolve women. such complaints,and will take appropriate corrective action 2 within a reasonable time. If the investigation indicates that the sufficient referrals(even though it is obligated to provide discrimination may affect persons other than the complainant, exclusive referrals under the terms of a collective bargaining such corrective action shall include such other persons. Upon agreement)does not relieve the contractor from the completion of each investigation,the contractor will inform requirements of this paragraph. In the event the union referral every complainant of all of their avenues of appeal. practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246,as amended,and these 6.Training and Promotion: special provisions,such contractor shall immediately notify the contracting agency. a. The contractor will assist in locating,qualifying,and increasing the skills of minorities and women who are 8. Reasonable Accommodation for Applicants/ applicants for employment or current employees. Such efforts Employees with Disabilities: The contractor must be familiar should be aimed at developing full journey level status with the requirements for and comply with the Americans with employees in the type of trade or job classification involved. Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable b. Consistent with the contractor's work force requirements accommodation in all employment activities unless to do so and as permissible under Federal and State regulations,the would cause an undue hardship. contractor shall make full use of training programs(i.e., apprenticeship and on-the-job training programs for the 9.Selection of Subcontractors,Procurement of Materials geographical area of contract performance). In the event a and Leasing of Equipment:The contractor shall not special provision for training is provided under this contract, discriminate on the grounds of race,color,religion,sex,sexual this subparagraph will be superseded as indicated in the orientation,gender identity,national origin,age,or disability in special provision. The contracting agency may reserve the selection and retention of subcontractors,including training positions for persons who receive welfare assistance procurement of materials and leases of equipment. The in accordance with 23 U.S.C. 140(a). contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. c. The contractor will advise employees and applicants for employment of available training programs and entrance a. The contractor shall notify all potential subcontractors, requirements for each. suppliers,and lessors of their EEO obligations under this contract. d. The contractor will periodically review the training and promotion potential of employees who are minorities and b. The contractor will use good faith efforts to ensure women and will encourage eligible employees to apply for subcontractor compliance with their EEO obligations. such training and promotion. 7.Unions: If the contractor relies in whole or in part upon 10. Assurances Required: unions as a source of employees,the contractor will use good faith efforts to obtain the cooperation of such unions to a. The requirements of 49 CFR Part 26 and the State increase opportunities for minorities and women. 23 CFR DOT's FHWA-approved Disadvantaged Business Enterprise 230.409. Actions by the contractor,either directly or through a (DBE)program are incorporated by reference. contractor's association acting as agent,will include the procedures set forth below: b. The contractor,subrecipient or subcontractor shall not discriminate on the basis of race,color,national origin,or sex a. The contractor will use good faith efforts to develop,in in the performance of this contract.The contractor shall carry cooperation with the unions,joint training programs aimed out applicable requirements of 49 CFR part 26 in the award toward qualifying more minorities and women for membership and administration of DOT-assisted contracts.Failure by the in the unions and increasing the skills of minorities and women contractor to carry out these requirements is a material breach so that they may qualify for higher paying employment. of this contract,which may result in the termination of this contract or such other remedy as the recipient deems b. The contractor will use good faith efforts to incorporate an appropriate,which may include,but is not limited to: EEO clause into each union agreement to the end that such (1)Withholding monthly progress payments; union will be contractually bound to refer applicants without (2)Assessing sanctions; regard to their race,color,religion,sex,sexual orientation, (3)Liquidated damages;and/or gender identity,national origin,age,or disability. (4)Disqualifying the contractor from future bidding as non- responsible. c. The contractor is to obtain information as to the referral c. The Title VI and nondiscrimination provisions of U.S. practices and policies of the labor union except that to the DOT Order 1050.2A at Appendixes A and E are incorporated extent such information is within the exclusive possession of by reference. 49 CFR Part 21. the labor union and such labor union refuses to furnish such information to the contractor,the contractor shall so certify to 11.Records and Reports:The contractor shall keep such the contracting agency and shall set forth what efforts have records as necessary to document compliance with the EEO been made to obtain such information. requirements. Such records shall be retained for a period of three years following the date of the final payment to the d. In the event the union is unable to provide the contractor contractor for all contract work and shall be available at with a reasonable flow of referrals within the time limit set forth reasonable times and places for inspection by authorized in the collective bargaining agreement,the contractor will, representatives of the contracting agency and the FHWA. through independent recruitment efforts,fill the employment vacancies without regard to race,color,religion,sex,sexual a. The records kept by the contractor shall document the orientation,gender identity,national origin,age,or disability; following: making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide 3 (1)The number and work hours of minority and non- Projects funded under 23 U.S.C. 117,and National Highway minority group members and women employed in each work Freight Program projects funded under 23 U.S.C. 167. classification on the project; (2)The progress and efforts being made in cooperation The following provisions are from the U.S.Department of with unions,when applicable,to increase employment Labor regulations in 29 CFR 5.5"Contract provisions and opportunities for minorities and women;and related matters"with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. (3)The progress and efforts being made in locating,hiring, training,qualifying,and upgrading minorities and women. 1. Minimum wages(29 CFR 5.5) b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of a. Wage rates and fringe benefits.All laborers and mechanics employed the project indicating the number of minority,women,and non- minority group employees currently engaged in each work otherwise working in coo development of the construction working upon the site of the work(or classification required by the contract work. This information is project under a development statute), ),will paid to be reported on Form FHWA-1391. The staffing data should unconditionally and not less often than oncea a week,and without subsequent deduction or rebate represent the project work force on board in all or any part of any account the last payroll period preceding the end of July. If on-the-job (except such payroll deductions as are permitted training is being required by special provision,the contractor regulations issued by the Secretary of Labor underr the e will be required to collect and report training data. The Copeland Act CFR part the full amount basic hourly employment data should reflect the work force on board during wages and bonnaa fide fringe benefits(or cash equivalents all or any part of the last payroll period preceding the end of thereof)due time of payment computed at rates not less July. than those contained tained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual relationship which may III.NONSEGREGATED FACILITIES be alleged to exist between the contractor and such laborers and mechanics.As provided in paragraphs(d)and(e)of 29 This provision is applicable to all Federal-aid construction CFR 5.5,the appropriate wage determinations are effective by contracts and to all related construction subcontracts of more operation of law even if they have not been attached to the than$10,000. 41 CFR 60-1.5. contract.Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis-Bacon Act(40 As prescribed by 41 CFR 60-1.8,the contractor must ensure U.S.C.3141(2)(B))on behalf of laborers or mechanics are that facilities provided for employees are provided in such a considered wages paid to such laborers or mechanics,subject manner that segregation on the basis of race,color,religion, to the provisions of paragraph 1.e.of this section;also,regular sex,sexual orientation,gender identity,or national origin contributions made or costs incurred for more than a weekly cannot result. The contractor may neither require such period(but not less often than quarterly)under plans,funds,or segregated use by written or oral policies nor tolerate such use programs which cover the particular weekly period,are by employee custom. The contractor's obligation extends deemed to be constructively made or incurred during such further to ensure that its employees are not assigned to weekly period.Such laborers and mechanics must be paid the perform their services at any location under the contractor's appropriate wage rate and fringe benefits on the wage control where the facilities are segregated. The term"facilities" determination for the classification(s)of work actually includes waiting rooms,work areas,restaurants and other performed,without regard to skill,except as provided in eating areas,time clocks,restrooms,washrooms,locker paragraph 4.of this section.Laborers or mechanics performing rooms and other storage or dressing areas,parking lots, work in more than one classification may be compensated at drinking fountains,recreation or entertainment areas, the rate specified for each classification for the time actually transportation,and housing provided for employees. The worked therein:Provided,That the employer's payroll records contractor shall provide separate or single-user restrooms and accurately set forth the time spent in each classification in necessary dressing or sleeping areas to assure privacy which work is performed.The wage determination(including between sexes. any additional classifications and wage rates conformed under paragraph 1.c.of this section)and the Davis-Bacon poster (WH-1321)must be posted at all times by the contractor and IV. DAVIS-BACON AND RELATED ACT PROVISIONS its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. This section is applicable to all Federal-aid construction b.Frequently recurring classifications.(1)In addition to wage projects exceeding$2,000 and to all related subcontracts and and fringe benefit rates that have been determined to be lower-tier subcontracts(regardless of subcontract size),in prevailing under the procedures set forth in 29 CFR part 1,a accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is wage determination may contain,pursuant §1.3 wage laborers and functionally classified as Federal-aid highway. 23 U.S.C. 113. and fringe benefit rates for classifications of l This excludes roadways functionally classified as local roads mechanics for which conformance requests are regularly or rural minor collectors,which are exempt. 23 U.S.C. 101. submitted pursuant to paragraph 1.c.of this section,provided Where applicable law requires that projects be treated as a that: project on a Federal-aid highway,the provisions of this subpart will apply regardless of the location of the project. Examples (i)The work performed by the classification is not include:Surface Transportation Block Grant Program projects performed by a classification in the wage determination for funded under 23 U.S.C. 133[excluding recreational trails which a prevailing wage rate has been determined; projects],the Nationally Significant Freight and Highway 4 (ii)The classification is used in the area by the under paragraphs 1.c.(3)and(4)of this section.The contractor construction industry;and must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage (iii)The wage rate for the classification bears a reasonable determination.The wage rate(including fringe benefits where relationship to the prevailing wage rates contained in the appropriate)determined pursuant to paragraph 1.c.(3)or(4)of wage determination. this section must be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2)The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii)of this d.Fringe benefits not expressed as an hourly rate. section.Work performed in such a classification must be paid Whenever the minimum wage rate prescribed in the contract at no less than the wage and fringe benefit rate listed on the for a class of laborers or mechanics includes a fringe benefit wage determination for such classification. which is not expressed as an hourly rate,the contractor may either pay the benefit as stated in the wage determination or c. Conformance.(1)The contracting officer must require that may pay another bona fide fringe benefit or an hourly cash any class of laborers or mechanics,including helpers,which is equivalent thereof. not listed in the wage determination and which is to be employed under the contract be classified in conformance with e. Unfunded plans. If the contractor does not make the wage determination.Conformance of an additional payments to a trustee or other third person,the contractor may classification and wage rate and fringe benefits is appropriate consider as part of the wages of any laborer or mechanic the only when the following criteria have been met: amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That (i)The work to be performed by the classification the Secretary of Labor has found,upon the written request of requested is not performed by a classification in the wage the contractor,in accordance with the criteria set forth in determination;and §5.28,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the (ii)The classification is used in the area by the contractor to set aside in a separate account assets for the construction industry;and meeting of obligations under the plan or program. ui The proposed wage rate,including an bona fide fringe f.Interest. In the event of a failure to pay all or part of the ( ) p p 9 g y g wages required by the contract,the contractor will be required benefits,bears a reasonable relationship to the wage rates to pay interest on any underpayment of wages. contained in the wage determination. (2)The conformance process may not be used to split, 2. Withholding(29 CFR 5.5) subdivide,or otherwise avoid application of classifications listed in the wage determination. a. Withholding requirements.The contracting agency may, upon its own action,or must,upon written request of an (3)If the contractor and the laborers and mechanics to be authorized representative of the Department of Labor,withhold employed in the classification(if known),or their or cause to be withheld from the contractor so much of the representatives,and the contracting officer agree on the accrued payments or advances as may be considered classification and wage rate(including the amount designated necessary to satisfy the liabilities of the prime contractor or any for fringe benefits where appropriate),a report of the action subcontractor for the full amount of wages and monetary relief, taken will be sent by the contracting officer by email to including interest,required by the clauses set forth in this DBAconformanceadol.crov.The Administrator,or an section for violations of this contract,or to satisfy any such authorized representative,will approve,modify,or disapprove liabilities required by any other Federal contract,or federally every additional classification action within 30 days of receipt assisted contract subject to Davis-Bacon labor standards,that is held by the same prime contractor(as defined in§5.2).The and so advise the contracting officer or will notify the necessary funds may be withheld from the contractor under contracting officer within the 30—day period that additional time this contract,any other Federal contract with the same prime is necessary. contractor,or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is (4)In the event the contractor,the laborers or mechanics to held by the same prime contractor,regardless of whether the be employed in the classification or their representatives,and other contract was awarded or assisted by the same agency, the contracting officer do not agree on the proposed and such funds may be used to satisfy the contractor liability classification and wage rate(including the amount designated for which the funds were withheld.In the event of a for fringe benefits,where appropriate),the contracting officer contractor's failure to pay any laborer or mechanic,including will,by email to DBAconformance(a)dol.gov, refer the any apprentice or helper working on the site of the work all or questions,including the views of all interested parties and the part of the wages required by the contract,or upon the recommendation of the contracting officer,to the Administrator contractor's failure to submit the required records as discussed for determination.The Administrator,or an authorized in paragraph 3.d.of this section,the contracting agency may representative,will issue a determination within 30 days of on its own initiative and after written notice to the contractor, receipt and so advise the contracting officer or will notify the take such action as may be necessary to cause the contracting officer within the 30—day period that additional time suspension of any further payment,advance,or guarantee of is necessary. funds until such violations have ceased. (5)The contracting officer must promptly notify the b.Priority to withheld funds.The Department has priority to contractor of the action taken by the Wage and Hour Division funds withheld or to be withheld in accordance with paragraph 5 2.a.of this section or Section V,paragraph 3.a.,or both,over agency.The prime contractor is responsible for the submission claims to those funds by: of all certified payrolls by all subcontractors.A contracting agency or prime contractor may permit or require contractors 1 A contractor's suret ies to submit certified payrolls through an electronic system,as ( ) y(' ),including without limitation long as the electronic system requires a legally valid electronic performance bond sureties and payment bond sureties; signature;the system allows the contractor,the contracting agency,and the Department of Labor to access the certified (2)A contracting agency for its reprocurement costs; payrolls upon request for at least 3 years after the work on the prime contract has been completed;and the contracting (3)A trustee(s)(either a court-appointed trustee or a U.S. agency or prime contractor permits other methods of trustee,or both)in bankruptcy of a contractor,or a contractor's submission in situations where the contractor is unable or bankruptcy estate; limited in its ability to use or access the electronic system. (4)A contractor's assignee(s); (2)Information required.The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2)of this (5)A contractor's successor(s);or section,except that full Social Security numbers and last known addresses,telephone numbers,and email addresses (6)A claim asserted under the Prompt Payment Act,31 must not be included on weekly transmittals.Instead,the U.S.C.3901-3907. certified payrolls need only include an individually identifying number for each worker(e.g.,the last four digits of the worker's Social Security number).The required weekly 3.Records and certified payrolls(29 CFR 5.5) certified payroll information may be submitted using Optional Form WH-347 or in any other format desired.Optional Form WH-347 is available for this purpose from the Wage and Hour a.Basic record requirements(1)Length of record retention. Division website at httas://www.dol.gov/sites/dolgov/files/WHD/ All regular payrolls and other basic records must be legacv/files/wh347/.Ddf or its successor website. It is not a maintained by the contractor and any subcontractor during the violation of this section for a prime contractor to require a course of the work and preserved for all laborers and subcontractor to provide full Social Security numbers and last mechanics working at the site of the work(or otherwise known addresses,telephone numbers,and email addresses to working in construction or development of the project under a the prime contractor for its own records,without weekly development statute)for a period of at least 3 years after all submission by the subcontractor to the contracting agency. the work on the prime contract is completed. (3)Statement of Compliance.Each certified payroll (2)Information required.Such records must contain the submitted must be accompanied by a"Statement of name;Social Security number;last known address,telephone Compliance,"signed by the contractor or subcontractor,or the number,and email address of each such worker;each contractor's or subcontractor's agent who pays or supervises worker's correct classification(s)of work actually performed; the payment of the persons working on the contract,and must hourly rates of wages paid(including rates of contributions or certify the following: costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2)(B)of the Davis-Bacon Act);daily and weekly number (i)That the certified payroll for the payroll period contains of hours actually worked in total and on each covered contract; the information required to be provided under paragraph 3.b. deductions made;and actual wages paid. of this section,the appropriate information and basic records are being maintained under paragraph 3.a.of this section, (3)Additional records relating to fringe benefits.Whenever and such information and records are correct and complete; the Secretary of Labor has found under paragraph 1.e.of this section that the wages of any laborer or mechanic include the (ii)That each laborer or mechanic(including each helper amount of any costs reasonably anticipated in providing and apprentice)working on the contract during the payroll benefits under a plan or program described in 40 U.S.C. period has been paid the full weekly wages earned,without 3141(2)(B)of the Davis-Bacon Act,the contractor must rebate,either directly or indirectly,and that no deductions maintain records which show that the commitment to provide have been made either directly or indirectly from the full such benefits is enforceable,that the plan or program is wages earned,other than permissible deductions as set financially responsible,and that the plan or program has been forth in 29 CFR part 3;and communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual (iii)That each laborer or mechanic has been paid not less cost incurred in providing such benefits. than the applicable wage rates and fringe benefits or cash equivalents for the classifications)of work actually (4)Additional records relating to apprenticeship.Contractors performed,as specified in the applicable wage determination with apprentices working under approved programs must incorporated into the contract. maintain written evidence of the registration of apprenticeship programs,the registration of the apprentices,and the ratios (4)Use of Optional Form WH-347.The weekly submission and wage rates prescribed in the applicable programs. of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for b.Certified payroll requirements(1)Frequency and method submission of the"Statement of Compliance"required by of submission.The contractor or subcontractor must submit paragraph 3.b.(3)of this section. weekly,for each week in which any DBA-or Related Acts- covered work is performed,certified payrolls to the contracting 6 (5)Signature.The signature by the contractor, of each covered worker,and must provide them upon request subcontractor,or the contractor's or subcontractor's agent to the contracting agency,the State DOT,the FHWA,the must be an original handwritten signature or a legally valid contractor,or the Wage and Hour Division of the Department electronic signature. of Labor for purposes of an investigation or other compliance action. (6)Falsification.The falsification of any of the above certifications may subject the contractor or subcontractor to 4.Apprentices and equal employment opportunity(29 CFR civil or criminal prosecution under 18 U.S.C. 1001 and 31 5.5) U.S.C.3729. a.Apprentices(1)Rate of pay.Apprentices will be permitted (7)Length of certified payroll retention.The contractor or to work at less than the predetermined rate for the work they subcontractor must preserve all certified payrolls during the perform when they are employed pursuant to and individually course of the work and for a period of 3 years after all the work registered in a bona fide apprenticeship program registered on the prime contract is completed. with the U.S.Department of Labor,Employment and Training Administration,Office of Apprenticeship(OA),or with a State c. Contracts,subcontracts,and related documents.The Apprenticeship Agency recognized by the OA.A person who is contractor or subcontractor must maintain this contract or not individually registered in the program,but who has been subcontract and related documents including,without certified by the OA or a State Apprenticeship Agency(where limitation,bids,proposals,amendments,modifications,and appropriate)to be eligible for probationary employment as an extensions.The contractor or subcontractor must preserve apprentice,will be permitted to work at less than the these contracts,subcontracts,and related documents during predetermined rate for the work they perform in the first 90 the course of the work and for a period of 3 years after all the days of probationary employment as an apprentice in such a work on the prime contract is completed. program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program,the contractor will no longer be d.Required disclosures and access(1)Required record permitted to use apprentices at less than the applicable disclosures and access to workers.The contractor or predetermined rate for the work performed until an acceptable subcontractor must make the records required under program is approved. paragraphs 3.a.through 3.c.of this section,and any other documents that the contracting agency,the State DOT,the (2)Fringe benefits.Apprentices must be paid fringe benefits FHWA,or the Department of Labor deems necessary to in accordance with the provisions of the apprenticeship determine compliance with the labor standards provisions of program. If the apprenticeship program does not specify fringe any of the applicable statutes referenced by§5.1,available for benefits,apprentices must be paid the full amount of fringe inspection,copying,or transcription by authorized benefits listed on the wage determination for the applicable representatives of the contracting agency,the State DOT,the classification. If the Administrator determines that a different FHWA,or the Department of Labor,and must permit such practice prevails for the applicable apprentice classification, representatives to interview workers during working hours on fringe benefits must be paid in accordance with that the job. determination. (2)Sanctions for non-compliance with records and worker (3)Apprenticeship ratio.The allowable ratio of apprentices to access requirements. If the contractor or subcontractor fails to journeyworkers on the job site in any craft classification must submit the required records or to make them available,or not be greater than the ratio permitted to the contractor as to refuses to permit worker interviews during working hours on the entire work force under the registered program or the ratio the job,the Federal agency may,after written notice to the applicable to the locality of the project pursuant to paragraph contractor,sponsor,applicant,owner,or other entity,as the 4.a.(4)of this section.Any worker listed on a payroll at an case may be,that maintains such records or that employs apprentice wage rate,who is not registered or otherwise such workers,take such action as may be necessary to cause employed as stated in paragraph 4.a.(1)of this section,must the suspension of any further payment,advance,or guarantee be paid not less than the applicable wage rate on the wage of funds.Furthermore,failure to submit the required records determination for the classification of work actually performed. upon request or to make such records available,or to permit In addition,any apprentice performing work on the job site in worker interviews during working hours on the job,may be excess of the ratio permitted under this section must be paid grounds for debarment action pursuant to§5.12. In addition, not less than the applicable wage rate on the wage any contractor or other person that fails to submit the required determination for the work actually performed. records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative (4)Reciprocity of ratios and wage rates.Where a contractor proceeding under 29 CFR part 6 any of the required records is performing construction on a project in a locality other than that were not provided or made available to WHD.WHD will the locality in which its program is registered,the ratios and take into consideration a reasonable request from the wage rates(expressed in percentages of the journeyworker's contractor or person for an extension of the time for hourly rate)applicable within the locality in which the submission of records.WHD will determine the construction is being performed must be observed. If there is reasonableness of the request and may consider,among other no applicable ratio or wage rate for the locality of the project, things,the location of the records and the volume of the ratio and wage rate specified in the contractor's registered production. program must be observed. (3)Required information disclosures.Contractors and b.Equal employment opportunity.The use of apprentices subcontractors must maintain the full Social Security number and journeyworkers under this part must be in conformity with and last known address,telephone number,and email address 7 the equal employment opportunity requirements of Executive b.No part of this contract shall be subcontracted to any Order 11246,as amended,and 29 CFR part 30. person or firm ineligible for award of a Government contract by virtue of 40 U.S.C.3144(b)or§5.12(a). c. Apprentices and Trainees(programs of the U.S. DOT). c.The penalty for making false statements is prescribed in Apprentices and trainees working under apprenticeship and the U.S.Code,Title 18 Crimes and Criminal Procedure, 18 skill training programs which have been certified by the U.S.C. 1001. Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not 11.Anti-retaliation.It is unlawful for any person to discharge, subject to the requirements of paragraph 4 of this Section IV. demote,intimidate,threaten,restrain,coerce,blacklist,harass, 23 CFR 230.111(e)(2).The straight time hourly wage rates for or in any other manner discriminate against,or to cause any apprentices and trainees under such programs will be person to discharge,demote,intimidate,threaten,restrain, established by the particular programs.The ratio of coerce,blacklist,harass,or in any other manner discriminate apprentices and trainees to journeyworkers shall not be against,any worker or job applicant for: greater than permitted by the terms of the particular program. a.Notifying any contractor of any conduct which the worker 5.Compliance with Copeland Act requirements. The reasonably believes constitutes a violation of the DBA, Related contractor shall comply with the requirements of 29 CFR part Acts,this part,or 29 CFR part 1 or 3; 3,which are incorporated by reference in this contract as provided in 29 CFR 5.5. b.Filing any complaint,initiating or causing to be initiated any proceeding,or otherwise asserting or seeking to assert on 6.Subcontracts.The contractor or subcontractor must insert behalf of themselves or others any right or protection under the FHWA-1273 in any subcontracts,along with the applicable DBA,Related Acts,this part,or 29 CFR part 1 or 3; wage determination(s)and such other clauses or contract modifications as the contracting agency may by appropriate c.Cooperating in any investigation or other compliance instructions require,and a clause requiring the subcontractors action,or testifying in any proceeding under the DBA, Related to include these clauses and wage determination(s)in any Acts,this part,or 29 CFR part 1 or 3;or lower tier subcontracts.The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section.In d.Informing any other person about their rights under the the event of any violations of these clauses,the prime DBA,Related Acts,this part,or 29 CFR part 1 or 3. contractor and any subcontractor(s)responsible will be liable for any unpaid wages and monetary relief,including interest from the date of the underpayment or loss,due to any workers V. CONTRACT WORK HOURS AND SAFETY STANDARDS of lower-tier subcontractors,and may be subject to debarment, ACT as appropriate. 29 CFR 5.5. 7.Contract termination:debarment. A breach of the Pursuant to 29 CFR 5.5(b),the following clauses apply to any contract clauses in 29 CFR 5.5 may be grounds for termination Federal-aid construction contract in an amount in excess of of the contract,and for debarment as a contractor and a $100,000 and subject to the overtime provisions of the subcontractor as provided in 29 CFR 5.12. Contract Work Hours and Safety Standards Act.These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a)or 29 CFR 4.6. As used in this paragraph,the 8.Compliance with Davis-Bacon and Related Act terms laborers and mechanics include watchpersons and requirements. All rulings and interpretations of the Davis- guards. Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 are herein incorporated by reference in this contract as 1.Overtime requirements. No contractor or subcontractor provided in 29 CFR 5.5. contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall 9.Disputes concerning labor standards.As provided in 29 require or permit any such laborer or mechanic in any CFR 5.5,disputes arising out of the labor standards provisions workweek in which he or she is employed on such work to of this contract shall not be subject to the general disputes work in excess of forty hours in such workweek unless such clause of this contract.Such disputes shall be resolved in laborer or mechanic receives compensation at a rate not less accordance with the procedures of the Department of Labor than one and one-half times the basic rate of pay for all hours set forth in 29 CFR parts 5,6,and 7.Disputes within the worked in excess of forty hours in such workweek. 29 CFR meaning of this clause include disputes between the contractor 5.5. (or any of its subcontractors)and the contracting agency,the U.S.Department of Labor,or the employees or their 2.Violation; liability for unpaid wages; liquidated representatives. damages.In the event of any violation of the clause set forth in paragraph 1.of this section the contractor and any 10.Certification of eligibility.a. By entering into this contract, subcontractor responsible therefor shall be liable for the the contractor certifies that neither it nor any person or firm unpaid wages and interest from the date of the underpayment. who has an interest in the contractor's firm is a person or firm In addition,such contractor and subcontractor shall be liable to ineligible to be awarded Government contracts by virtue of 40 the United States(in the case of work done under contract for U.S.C.3144(b)or§5.12(a). 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 8 mechanic,including watchpersons and guards,employed in event of any violations of these clauses,the prime contractor violation of the clause set forth in paragraph 1.of this section, and any subcontractor(s)responsible will be liable for any in the sum currently provided in 29 CFR 5.5(b)(2)*for each unpaid wages and monetary relief,including interest from the calendar day on which such individual was required or date of the underpayment or loss,due to any workers of lower- permitted to work in excess of the standard workweek of forty tier subcontractors,and associated liquidated damages and hours without payment of the overtime wages required by the may be subject to debarment,as appropriate. clause set forth in paragraph 1.of this section. 5.Anti-retaliation.It is unlawful for any person to discharge, *$31 as of January 15,2023(See 88 FR 88 FR 2210)as may demote,intimidate,threaten,restrain,coerce,blacklist,harass, be adjusted annually by the Department of Labor,pursuant to or in any other manner discriminate against,or to cause any the Federal Civil Penalties Inflation Adjustment Act of 1990. person to discharge,demote,intimidate,threaten,restrain, coerce,blacklist,harass,or in any other manner discriminate 3.Withholding for unpaid wages and liquidated damages against,any worker or job applicant for: a. Withholding process.The FHWA or the contracting a.Notifying any contractor of any conduct which the worker agency may,upon its own action,or must,upon written reasonably believes constitutes a violation of the Contract request of an authorized representative of the Department of Work Hours and Safety Standards Act(CWHSSA)or its Labor,withhold or cause to be withheld from the contractor so implementing regulations in this part; much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime b.Filing any complaint,initiating or causing to be initiated contractor or any subcontractor for any unpaid wages; any proceeding,or otherwise asserting or seeking to assert on monetary relief,including interest;and liquidated damages behalf of themselves or others any right or protection under required by the clauses set forth in this section on this CWHSSA or this part; contract,any other Federal contract with the same prime contractor,or any other federally assisted contract subject to c.Cooperating in any investigation or other compliance the Contract Work Hours and Safety Standards Act that is held action,or testifying in any proceeding under CWHSSA or this by the same prime contractor(as defined in§5.2).The part;or necessary funds may be withheld from the contractor under this contract,any other Federal contract with the same prime contractor,or any other federally assisted contract that is d.Informing any other person about their rights under subject to the Contract Work Hours and Safety Standards Act CWHSSA or this part. and is held by the same prime contractor,regardless of whether the other contract was awarded or assisted by the same agency,and such funds may be used to satisfy the VI.SUBLETTING OR ASSIGNING THE CONTRACT contractor liability for which the funds were withheld. This provision is applicable to all Federal-aid construction b.Priority to withheld funds.The Department has priority to contracts on the National Highway System pursuant to 23 CFR funds withheld or to be withheld in accordance with Section IV 635.116. paragraph 2.a.or paragraph 3.a.of this section,or both,over claims to those funds by: 1.The contractor shall perform with its own organization contract work amounting to not less than 30 percent(or a (1)A contractor's surety(ies),including without limitation greater percentage if specified elsewhere in the contract)of performance bond sureties and payment bond sureties; the total original contract price,excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such (2)A contracting agency for its reprocurement costs; specialty items performed may be deducted from the total original contract price before computing the amount of work (3)A trustee(s)(either a court-appointed trustee or a U.S. required to be performed by the contractor's own organization trustee,or both)in bankruptcy of a contractor,or a contractor's (23 CFR 635.116). bankruptcy estate; a. The term"perform work with its own organization"in paragraph 1 of Section VI refers to workers employed or (4)A contractor's assignee(s); leased by the prime contractor,and equipment owned or rented by the prime contractor,with or without operators. (5)A contractor's successor(s);or Such term does not include employees or equipment of a subcontractor or lower tier subcontractor,agents of the prime contractor,or any other assignees. The term may include (6)A claim asserted under the Prompt Payment Act, 31 payments for the costs of hiring leased employees from an U.S.C.3901-3907. employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be 4.Subcontracts.The contractor or subcontractor must insert included in this term if the prime contractor meets all of the following conditions:(based on longstanding interpretation) in any subcontracts the clauses set forth in paragraphs 1. through 5.of this section and a clause requiring the (1)the prime contractor maintains control over the subcontractors to include these clauses in any lower tier supervision of the day-to-day activities of the leased subcontracts.The prime contractor is responsible for employees; compliance by any subcontractor or lower tier subcontractor (2)the prime contractor remains responsible for the quality with the clauses set forth in paragraphs 1.through 5.In the of the work of the leased employees; 9 (3)the prime contractor retains all power to accept or health standards(29 CFR Part 1926)promulgated by the exclude individual employees from work on the project;and Secretary of Labor,in accordance with Section 107 of the (4)the prime contractor remains ultimately responsible for Contract Work Hours and Safety Standards Act(40 U.S.C. the payment of predetermined minimum wages,the 3704). 29 CFR 1926.10. submission of payrolls,statements of compliance and all other Federal regulatory requirements. 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract that the Secretary of Labor or authorized representative b."Specialty Items"shall be construed to be limited to work thereof,shall have right of entry to any site of contract that requires highly specialized knowledge,abilities,or performance to inspect or investigate the matter of compliance equipment not ordinarily available in the type of contracting with the construction safety and health standards and to carry organizations qualified and expected to bid or propose on the out the duties of the Secretary under Section 107 of the contract as a whole and in general are to be limited to minor Contract Work Hours and Safety Standards Act(40 U.S.C. components of the overall contract. 23 CFR 635.102. 3704). 2.Pursuant to 23 CFR 635.116(a),the contract amount upon which the requirements set forth in paragraph(1)of Section VI VIII.FALSE STATEMENTS CONCERNING HIGHWAY is computed includes the cost of material and manufactured PROJECTS products which are to be purchased or produced by the contractor under the contract provisions. This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 3.Pursuant to 23 CFR 635.116(c),the contractor shall furnish (a)a competent superintendent or supervisor who is employed In order to assure high quality and durable construction in by the firm,has full authority to direct performance of the work conformity with approved plans and specifications and a high in accordance with the contract requirements,and is in charge degree of reliability on statements and representations made of all construction operations(regardless of who performs the by engineers,contractors,suppliers,and workers on Federal- work)and(b)such other of its own organizational resources aid highway projects,it is essential that all persons concerned (supervision,management,and engineering services)as the with the project perform their functions as carefully,thoroughly, contracting officer determines is necessary to assure the and honestly as possible. Willful falsification,distortion,or performance of the contract. misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any 4.No portion of the contract shall be sublet,assigned or misunderstanding regarding the seriousness of these and otherwise disposed of except with the written consent of the similar acts,Form FHWA-1022 shall be posted on each contracting officer,or authorized representative,and such Federal-aid highway project(23 CFR Part 635)in one or more consent when given shall not be construed to relieve the places where it is readily available to all persons concerned contractor of any responsibility for the fulfillment of the with the project: contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions 18 U.S.C. 1020 reads as follows: and requirements of the prime contract.(based on long- standing interpretation of 23 CFR 635.116). "Whoever,being an officer,agent,or employee of the United States,or of any State or Territory,or whoever,whether a 5.The 30-percent self-performance requirement of paragraph person,association,firm,or corporation,knowingly makes any (1)is not applicable to design-build contracts;however, false statement,false representation,or false report as to the contracting agencies may establish their own self-performance character,quality,quantity,or cost of the material used or to requirements. 23 CFR 635.116(d). be used,or the quantity or quality of the work performed or to be performed,or the cost thereof in connection with the submission of plans,maps,specifications,contracts,or costs VII.SAFETY:ACCIDENT PREVENTION of construction on any highway or related project submitted for approval to the Secretary of Transportation;or This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. Whoever knowingly makes any false statement,false representation,false report or false claim with respect to the 1. In the performance of this contract the contractor shall character,quality,quantity,or cost of any work performed or to comply with all applicable Federal,State,and local laws be performed,or materials furnished or to be furnished,in governing safety,health,and sanitation(23 CFR Part 635). connection with the construction of any highway or related The contractor shall provide all safeguards,safety devices and project approved by the Secretary of Transportation;or protective equipment and take any other needed actions as it determines,or as the contracting officer may determine,to be Whoever knowingly makes any false statement or false reasonably necessary to protect the life and health of representation as to material fact in any statement,certificate, employees on the job and the safety of the public and to or report submitted pursuant to provisions of the Federal-aid protect property in connection with the performance of the Roads Act approved July 11, 1916,(39 Stat.355),as work covered by the contract. 23 CFR 635.108. amended and supplemented; 2. It is a condition of this contract,and shall be made a Shall be fined under this title or imprisoned not more than 5 condition of each subcontract,which the contractor enters into years or both." pursuant to this contract,that the contractor and any subcontractor shall not permit any employee,in performance of the contract,to work in surroundings or under conditions which are unsanitary,hazardous or dangerous to his/her health or safety,as determined under construction safety and 10 IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT(42 U.S.C.7606;2 e.The terms"covered transaction,""debarred," CFR 200.88;EO 11738) "suspended,""ineligible,""participant,""person,""principal," and"voluntarily excluded,"as used in this clause,are defined This provision is applicable to all Federal-aid construction in 2 CFR Parts 180,Subpart I, 180.900-180.1020,and 1200. contracts in excess of$150,000 and to all related "First Tier Covered Transactions"refers to any covered subcontracts. 48 CFR 2.101;2 CFR 200.327. transaction between a recipient or subrecipient of Federal funds and a participant(such as the prime or general contract). By submission of this bid/proposal or the execution of this "Lower Tier Covered Transactions"refers to any covered contract or subcontract,as appropriate,the bidder,proposer, transaction under a First Tier Covered Transaction(such as Federal-aid construction contractor,subcontractor,supplier,or subcontracts). "First Tier Participant"refers to the participant vendor agrees to comply with all applicable standards,orders who has entered into a covered transaction with a recipient or or regulations issued pursuant to the Clean Air Act(42 U.S.C. subrecipient of Federal funds(such as the prime or general 7401-7671 q)and the Federal Water Pollution Control Act,as contractor). "Lower Tier Participant"refers any participant who amended(33 U.S.C. 1251-1387).Violations must be reported has entered into a covered transaction with a First Tier to the Federal Highway Administration and the Regional Office Participant or other Lower Tier Participants(such as of the Environmental Protection Agency. 2 CFR Part 200, subcontractors and suppliers). Appendix II. f.The prospective first tier participant agrees by submitting The contractor agrees to include or cause to be included the this proposal that,should the proposed covered transaction be requirements of this Section in every subcontract,and further entered into,it shall not knowingly enter into any lower tier agrees to take such action as the contracting agency may covered transaction with a person who is debarred, direct as a means of enforcing such requirements. 2 CFR suspended,declared ineligible,or voluntarily excluded from 200.327. participation in this covered transaction,unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. X.CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY g.The prospective first tier participant further agrees by EXCLUSION submitting this proposal that it will include the clause titled "Certification Regarding Debarment,Suspension, Ineligibility This provision is applicable to all Federal-aid construction and Voluntary Exclusion-Lower Tier Covered Transactions," contracts,design-build contracts,subcontracts,lower-tier provided by the department or contracting agency,entering subcontracts,purchase orders,lease agreements,consultant into this covered transaction,without modification,in all lower contracts or any other covered transaction requiring FHWA tier covered transactions and in all solicitations for lower tier approval or that is estimated to cost$25,000 or more— as covered transactions exceeding the$25,000 threshold. 2 CFR defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 180.220 and 180.300. 1200.220. h.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered 1.Instructions for Certification—First Tier Participants: transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it a.By signing and submitting this proposal,the prospective knows that the certification is erroneous. 2 CFR 180.300; first tier participant is providing the certification set out below. 180.320,and 180.325. A participant is responsible for ensuring that its principals are not suspended,debarred,or b.The inability of a person to provide the certification set out otherwise ineligible to participate in covered transactions. 2 below will not necessarily result in denial of participation in this CFR 180.335. To verify the eligibility of its principals,as well covered transaction.The prospective first tier participant shall as the eligibility of any lower tier prospective participants,each submit an explanation of why it cannot provide the certification participant may,but is not required to,check the System for set out below.The certification or explanation will be Award Management website(https://www.sam.gov/). 2 CFR considered in connection with the department or agency's 180.300, 180.320,and 180.325. determination whether to enter into this transaction.However, failure of the prospective first tier participant to furnish a i. Nothing contained in the foregoing shall be construed to certification or an explanation shall disqualify such a person require the establishment of a system of records in order to from participation in this transaction. 2 CFR 180.320. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c.The certification in this clause is a material representation is not required to exceed that which is normally possessed by of fact upon which reliance was placed when the contracting a prudent person in the ordinary course of business dealings. agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered j.Except for transactions authorized under paragraph(f)of an erroneous certification,in addition to other remedies these instructions,if a participant in a covered transaction available to the Federal Government,the contracting agency knowingly enters into a lower tier covered transaction with a may terminate this transaction for cause of default. 2 CFR person who is suspended,debarred,ineligible,or voluntarily 180.325. excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the d.The prospective first tier participant shall provide department or agency may terminate this transaction for cause immediate written notice to the contracting agency to whom or default. 2 CFR 180.325. this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. 11 2. Certification Regarding Debarment,Suspension, this transaction originated may pursue available remedies, Ineligibility and Voluntary Exclusion—First Tier including suspension and/or debarment. Participants: c.The prospective lower tier participant shall provide a. The prospective first tier participant certifies to the best of immediate written notice to the person to which this proposal is its knowledge and belief,that it and its principals: submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of (1) Are not presently debarred,suspended,proposed for changed circumstances. 2 CFR 180.365. debarment,declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal d.The terms'covered transaction,""debarred," department or agency,2 CFR 180.335;. "suspended,""ineligible,""participant,""person,""principal," and"voluntarily excluded,"as used in this clause,are defined (2) Have not within a three-year period preceding this in 2 CFR Parts 180,Subpart I, 180.900—180.1020,and 1200. proposal been convicted of or had a civil judgment rendered You may contact the person to which this proposal is against them for commission of fraud or a criminal offense in submitted for assistance in obtaining a copy of those connection with obtaining,attempting to obtain,or performing regulations. "First Tier Covered Transactions"refers to any a public(Federal,State,or local)transaction or contract under covered transaction between a recipient or subrecipient of a public transaction;violation of Federal or State antitrust Federal funds and a participant(such as the prime or general statutes or commission of embezzlement,theft,forgery, contract). "Lower Tier Covered Transactions"refers to any bribery,falsification or destruction of records,making false covered transaction under a First Tier Covered Transaction statements,or receiving stolen property,2 CFR 180.800; (such as subcontracts). "First Tier Participant'refers to the participant who has entered into a covered transaction with a (3) Are not presently indicted for or otherwise criminally or recipient or subrecipient of Federal funds(such as the prime or civilly charged by a governmental entity(Federal,State or general contractor). "Lower Tier Participant'refers any local)with commission of any of the offenses enumerated in participant who has entered into a covered transaction with a paragraph(a)(2)of this certification,2 CFR 180.700 and First Tier Participant or other Lower Tier Participants(such as 180.800;and subcontractors and suppliers). (4) Have not within a three-year period preceding this e.The prospective lower tier participant agrees by application/proposal had one or more public transactions submitting this proposal that,should the proposed covered (Federal,State or local)terminated for cause or default. 2 transaction be entered into,it shall not knowingly enter into CFR 180.335(d). any lower tier covered transaction with a person who is debarred,suspended,declared ineligible,or voluntarily (5)Are not a corporation that has been convicted of a felony excluded from participation in this covered transaction,unless violation under any Federal law within the two-year period authorized by the department or agency with which this preceding this proposal(USDOT Order 4200.6 implementing transaction originated. 2 CFR 1200.220 and 1200.332. appropriations act requirements);and f.The prospective lower tier participant further agrees by (6)Are not a corporation with any unpaid Federal tax liability submitting this proposal that it will include this clause titled that has been assessed,for which all judicial and "Certification Regarding Debarment,Suspension, Ineligibility administrative remedies have been exhausted,or have lapsed, and Voluntary Exclusion-Lower Tier Covered Transaction," and that is not being paid in a timely manner pursuant to an without modification,in all lower tier covered transactions and agreement with the authority responsible for collecting the tax in all solicitations for lower tier covered transactions exceeding liability(USDOT Order 4200.6 implementing appropriations act the$25,000 threshold. 2 CFR 180.220 and 1200.220. requirements). g.A participant in a covered transaction may rely upon a b. Where the prospective participant is unable to certify to certification of a prospective participant in a lower tier covered any of the statements in this certification,such prospective transaction that is not debarred,suspended,ineligible,or participant should attach an explanation to this proposal. 2 voluntarily excluded from the covered transaction,unless it CFR 180.335 and 180.340. knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended, debarred,or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals,as well as 3.Instructions for Certification-Lower Tier Participants: the eligibility of any lower tier prospective participants,each participant may,but is not required to,check the System for (Applicable to all subcontracts,purchase orders,and other Award Management website(https://www.sam.gov/),which is lower tier transactions requiring prior FHWA approval or compiled by the General Services Administration. 2 CFR estimated to cost$25,000 or more-2 CFR Parts 180 and 180.300, 180.320, 180.330,and 180.335. 1200). 2 CFR 180.220 and 1200.220. h.Nothing contained in the foregoing shall be construed to a.By signing and submitting this proposal,the prospective require establishment of a system of records in order to render lower tier participant is providing the certification set out below. in good faith the certification required by this clause.The knowledge and information of participant is not required to b.The certification in this clause is a material representation exceed that which is normally possessed by a prudent person of fact upon which reliance was placed when this transaction in the ordinary course of business dealings. was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous i.Except for transactions authorized under paragraph a of certification,in addition to other remedies available to the these instructions,if a participant in a covered transaction Federal Government,the department,or agency with which knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily 12 excluded from participation in this transaction,in addition to cooperative agreement,the undersigned shall complete and other remedies available to the Federal Government,the submit Standard Form-LLL,"Disclosure Form to Report department or agency with which this transaction originated Lobbying,"in accordance with its instructions. may pursue available remedies,including suspension and/or debarment. 2 CFR 180.325. 2.This certification is a material representation of fact upon which reliance was placed when this transaction was made or ***** entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 4. Certification Regarding Debarment,Suspension, U.S.C. 1352. Any person who fails to file the required Ineligibility and Voluntary Exclusion--Lower Tier certification shall be subject to a civil penalty of not less than Participants: $10,000 and not more than$100,000 for each such failure. a.The prospective lower tier participant certifies,by 3.The prospective participant also agrees by submitting its submission of this proposal,that neither it nor its principals: bid or proposal that the participant shall require that the language of this certification be included in all lower tier (1)is presently debarred,suspended,proposed for subcontracts,which exceed$100,000 and that all such debarment,declared ineligible,or voluntarily excluded from recipients shall certify and disclose accordingly. participating in covered transactions by any Federal department or agency,2 CFR 180.355; XII. USE OF UNITED STATES-FLAG VESSELS: (2)is a corporation that has been convicted of a felony violation under any Federal law within the two-year period This provision is applicable to all Federal-aid construction preceding this proposal(USDOT Order 4200.6 implementing contracts,design-build contracts,subcontracts,lower-tier appropriations act requirements);and subcontracts,purchase orders,lease agreements,or any other covered transaction. 46 CFR Part 381. (3)is a corporation with any unpaid Federal tax liability that has been assessed,for which all judicial and administrative This requirement applies to material or equipment that is remedies have been exhausted,or have lapsed,and that is acquired for a specific Federal-aid highway project. 46 CFR not being paid in a timely manner pursuant to an agreement 381.7. It is not applicable to goods or materials that come into with the authority responsible for collecting the tax liability. inventories independent of an FHWA funded-contract. (USDOT Order 4200.6 implementing appropriations act requirements) When oceanic shipments(or shipments across the Great Lakes)are necessary for materials or equipment acquired for a b.Where the prospective lower tier participant is unable to specific Federal-aid construction project,the bidder,proposer, certify to any of the statements in this certification,such contractor,subcontractor,or vendor agrees: prospective participant should attach an explanation to this proposal. 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 XI.CERTIFICATION REGARDING USE OF CONTRACT extent such vessels are available at fair and reasonable rates FUNDS FOR LOBBYING for United States-flag commercial vessels. 46 CFR 381.7. This provision is applicable to all Federal-aid construction 2.To furnish within 20 days following the date of loading for contracts and to all related subcontracts which exceed shipments originating within the United States or within 30 $100,000. 49 CFR Part 20,App.A. working days following the date of loading for shipments originating outside the United States,a legible copy of a rated, 1.The prospective participant certifies,by signing and 'on-board'commercial ocean bill-of-lading in English for each submitting this bid or proposal,to the best of his or her shipment of cargo described in paragraph(b)(1)of this section knowledge and belief,that: to both the Contracting Officer(through the prime contractor in the case of subcontractor bills-of-lading)and to the Office of a.No Federal appropriated funds have been paid or will be Cargo and Commercial Sealift(MAR-620),Maritime paid,by or on behalf of the undersigned,to any person for Administration,Washington,DC 20590.(MARAD requires influencing or attempting to influence an officer or employee of copies of the ocean carrier's(master)bills of lading,certified any Federal agency,a Member of Congress,an officer or onboard,dated,with rates and charges.These bills of lading employee of Congress,or an employee of a Member of may contain business sensitive information and therefore may Congress in connection with the awarding of any Federal be submitted directly to MARAD by the Ocean Transportation contract,the making of any Federal grant,the making of any Intermediary on behalf of the contractor). 46 CFR 381.7. 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. b.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 13 ATTACHMENT A-EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS(23 CFR 633,Subpart B,Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1.During the performance of this contract,the contractor undertaking to do work which is,or reasonably may be,done as on-site work,shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated,or the subregion,or the Appalachian counties of the State wherein the contract work is situated,except: a.To the extent that qualified persons regularly residing in the area are not available. b.For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c.For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract,provided that the number of nonresident persons employed under this subparagraph(1 c)shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work,except as provided in subparagraph(4)below. 2.The contractor shall place a job order with the State Employment Service indicating(a)the classifications of the laborers,mechanics and other employees required to perform the contract work,(b)the number of employees required in each classification,(c)the date on which the participant estimates such employees will be required,and(d)any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work,the information submitted by the contractor in the original job order is substantially modified,the participant shall promptly notify the State Employment Service. 3.The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who,in his opinion,are not qualified to perform the classification of work required. 4. If,within one week following the placing of a job order by the contractor with the State Employment Service,the State Employment Service is unable to refer any qualified job applicants to the contractor,or less than the number requested,the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate,the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate,notwithstanding the provisions of subparagraph(1c) above. 5. The provisions of 23 CFR 633.207(e)allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6.The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is,or reasonably may be,done as on-site work. 14 Required Federal Aid Contract Language From LAPM Exhibit 12-G 12. FEMALE AND MINORITY GOALS To comply with Section Il, "Nondiscrimination," of"Required Contract Provisions Federal-Aid Construction Contracts,"the following are for female and minority utilization goals for Federal-aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization (45 Fed Reg 65984 (10/3/1980))are as follows: MINORITY UTILIZATION GOALS Economic Goal Area (Percent) Redding CA: 174 Non-SMSA(Standard Metropolitan Statistical Area)Counties: 6.8 CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama Eureka, CA 175 Non-SMSA Counties: 6.6 CA Del Norte; CA Humboldt; CA Trinity San Francisco-Oakland-San Jose,CA: SMSA Counties: 7120 Salinas-Seaside-Monterey, CA 28.9 CA Monterey 7360 San Francisco-Oakland 25.6 CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA 19.6 176 CA Santa Clara, CA 7485 Santa Cruz, CA 14.9 CA Santa Cruz 7500 Santa Rosa 9.1 CA Sonoma 8720 Vallejo-Fairfield-Napa, CA 17.1 CA Napa; CA Solano Non-SMSA Counties: 23.2 CA Lake; CA Mendocino; CA San Benito Sacramento, CA: SMSA Counties: 177 6920 Sacramento, CA 16.1 CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties 14.3 CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba Stockton-Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 178 CA Stanislaus 8120 Stockton,CA 24.3 CA San Joaquin Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne Fresno-Bakersfield, CA SMSA Counties: 179 0680 Bakersfield,CA 19.1 CA Kern 2840 Fresno, CA 26.1 Page 13 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G CA Fresno Non-SMSA Counties: 23.6 CA Kings; CA Madera; CA Tulare Los Angeles, CA: SMSA Counties: 0360 Anaheim-Santa Ana-Garden Grove, CA 11.9 CA Orange 4480 Los Angeles-Long Beach, CA 28.3 CA Los Angeles 21.5 180 6000 Oxnard-Simi Valley-Ventura,CA CA Ventura 19.0 6780 Riverside-San Bernardino-Ontario, CA CA Riverside; CA San Bernardino 19.7 7480 Santa Barbara-Santa Maria-Lompoc, CA CA Santa Barbara 24.6 Non-SMSA Counties CA Inyo; CA Mono; CA San Luis Obispo San Diego, CA: SMSA Counties 7320 San Diego, CA 16.9 181 CA San Diego Non-SMSA Counties 18.2 CA Imperial For the last full week of July during which work is performed under the contract, the prime contractor and each non material-supplier subcontractor with a subcontract of$10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 13. TITLE VI ASSURANCES [The U.S. Department of Transportation Order No.1050.2A requires all federal-aid Department of Transportation contracts between an agency and a contractor to contain Appendix A and E. Note:Appendix B only requires inclusion if the contract impacts deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein.Appendices C and D only require inclusion if the contract impacts deeds, licenses, leases, permits, or similar instruments entered into by the recipient.] APPENDIXA During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR)agrees as follows: a. 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, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. b. Nondiscrimination: CONTRACTOR,with regard to the work performed by it during the AGREEMENT, 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 the agreement covers a program set forth in Appendix B of the Regulations. c. Solicitations for Sub-agreements, 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 Sub-agreement, 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 Agreement and the Regulations relative to nondiscrimination on the grounds of Page 14 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G race, color, or national origin. d. 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 recipient 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 recipient or FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. e. Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: i. withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or ii. cancellation,termination or suspension of the Agreement, in whole or in part. f. Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the recipient 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 recipient 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. APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the"contractor") agrees to comply with the following non-discrimination statutes and authorities, including, but not limited to: Pertinent Non-Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq., 78 stat. 252), prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), prohibits discrimination on the basis of sex; • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. §6101 et seq.), prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 U.S.C. §471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities"to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations 49 C.F.R. parts 37 and 38; Page 15 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low- Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency(LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); •Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Federal Trainee Program Special Provisions (to be used when applicable) 14. FEDERAL TRAINEE PROGRAM For the Federal training program,the number of trainees orapprentices is . This section applies if a number of trainees or apprentices is shown on the Notice of Bidders. As part of the prime contractor's equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. The prime contractor has primary responsibility for meeting this training requirement. If the prime contractor subcontracts a contract part, they shall determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in each subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of the prime contractor's needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work,the prime contractor shall submit to the City/County of Fresno: 1. Number of apprentices or trainees to be trained for each classification 2. Training program to be used 3. Training starting date for each classification The prime contractor shall obtain the County of Fresno's approval for this submitted information before the prime contractor starts work. The County of Fresno's credits the prime contractor for each apprentice or trainee the prime contractor employs on the job who is currently enrolled or becomes enrolled in an approved program. The primary objective of this section is to train and upgrade minorities and women toward journeyman status. The prime contractor shall make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area and show that they have made the efforts. In making these efforts, the prime contractor shall not discriminate against any applicant for training. The prime contractor shall not employ as an apprentice or trainee an employee: 1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training The prime contractor shall ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. The prime contractor's records must show the employee's answers to the questions. Page 16 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G In the training program, the prime contractor shall establish the minimum length and training type for each classification. The County of Fresno's and FHWA approves a program if one of the following is met: 1. It is calculated to: • Meet the equal employment opportunity responsibilities • Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period 2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal-aid highway construction contracts The prime contractor shall obtain the State's approval for their training program before they start work involving the classification covered by the program. The prime contractor shall provide training in the construction crafts, not in clerk-typist or secretarial-type positions. Training is allowed in lower-level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off-site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The County of Fresno reimburses the prime contractor 80 cents per hour of training given an employee on this contract under an approved training program: 1. For on-site training 2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and prime contractor does at least one of the following: a. Contribute to the cost of the training b. Provide the instruction to the apprentice or trainee c. Pay the apprentice's or trainee's wages during the off-site training period 3. If the prime contractor complies with this section. Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee a: 1. Copy of the training plan approved by the U.S, Department of Labor or a training plan for trainees approved by both Caltrans and FHWA 2. Certification showing the type and length of training satisfactorily completed Maintain records and submit reports documenting contractor's performance under this section. 15. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND SERVICES In response to significant national security concerns, the agency shall check the prohibited vendor list before making any telecommunications and video surveillance purchase because recipients and subrecipients of federal funds are prohibited from obligating or expending loan or grant funds to: • Procure or obtain; • Extend or renew a contract to procure or obtain; or • Enter into a contract (or extend or renew a contract)to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The prohibited vendors(and their subsidiaries or affiliates)are: • Huawei Technologies Company; • ZTE Corporation; Page 17 of 18 October 2023 Required Federal Aid Contract Language From LAPM Exhibit 12-G • Hytera Communications Corporation; • Hangzhou Hikvision Digital Technology Company; • Dahua Technology Company; and • Subsidiaries or affiliates of the above-mentioned companies. In implementing the prohibition, the agency administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. The contractors should furnish telecommunications and video surveillance equipment with a certificate of compliance. The certificate must state telecommunications and video surveillance equipment was not procured or obtained from manufacturers identified in the above list. Page 18 of 18 October 2023 Exhibit B Minimum Federal Wage Rates Determination "General Decision Number: CA20230018 12/01/2023 Superseded General Decision Number: CA20220018 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings, Madera, Mariposa, Merced, Monterey, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and Tuolumne Counties in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). JIf the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g., an The contractor must pay loption is exercised) on or all covered workers at lafter January 30, 2022: least $16.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2023. JIf the contract was awarded onl . Executive Order 13658 for between January 1, 2015 andl generally applies to the 13anuary 29, 2022, and the contract. contract is not renewed or The contractor must pay alli lextended on or after January covered workers at least 1 130, 2022: 1 $12.15 per hour (or the applicable wage rate listed) on this wage determination, ) if it is higher) for all hours spent performing on that contract in 2023. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 1 01/13/2023 2 01/20/2023 https://sam.gov/wage-determination/CA20230018/29 1/65 12/19/23, 11:35 AM SAM.gov 3 02/10/2023 4 02/24/2023 5 03/03/2023 6 03/10/2023 7 03/17/2023 8 03/31/2023 9 04/07/2023 10 04/14/2023 11 04/21/2023 12 06/02/2023 13 06/09/2023 14 06/23/2023 15 06/30/2023 16 07/14/2023 17 07/28/2023 18 08/11/2023 19 08/18/2023 20 08/25/2023 21 09/01/2023 22 09/08/2023 23 09/22/2023 24 09/29/2023 25 10/06/2023 26 10/20/2023 27 11/03/2023 28 11/17/2023 29 12/01/2023 ASBE0016-004 01/01/2021 AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TOULMNE COUNTIES AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) Area 1....... . . ........ . . ...$ 30.45 10.60 Area 2....... . . ....... . . . ...$ 36.53 9.27 ---------------------------------------------------------------- ASBE0016-008 02/01/2023 AREA 1: ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA, & SANTA CRUZ AREA 2: CALAVERAS, COLUSA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS, & TUOLUMNE Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area I....... . . ........ . ....$ 80.91 23.82 Area 2....... . . ........ . . ...$ 62.26 23.82 https://sam.gov/wage-determination/CA20230018/29 2/65 12/19/23, 11:35 AM SAM.gov ---------------------------------------------------------------- BOIL0549-001 01/01/2021 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: REMAINING COUNTIES Rates Fringes BOILERMAKER Area 1....... . . ........ . ....$ 49.62 41.27 Area 2....... . . ........ . . ...$ 45.60 38.99 ---------------------------------------------------------------- BRCA0003-001 08/01/2022 Rates Fringes MARBLE FINISHER... . . ........ . . ...$ 39.20 18.31 ---------------------------------------------------------------- BRCA0003-003 08/01/2022 Rates Fringes MARBLE MASON...... . . ........ . . ...$ 56.98 28.54 ---------------------------------------------------------------- BRCA0003-005 05/01/2022 Rates Fringes BRICKLAYER ( 1) Fresno, Kings, Madera, Mariposa, Merced....$ 47.88 23.29 ( 7) San Francisco, San Mateo........ . . ....... . . . ...$ 53.69 26.03 ( 8) Alameda, Contra Costa, San Benito, Santa Clara........ . . ........ . ....$ 53.61 23.81 ( 9) Calaveras, San Joaquin, Stanislaus, Toulumne..... . . ........ . . ...$ 45.12 21.55 (16) Monterey, Santa Cruz...$ 50.78 25.42 ---------------------------------------------------------------- BRCA0003-008 07/01/2022 Rates Fringes TERRAZZO FINISHER. . . ........ . ....$ 41.93 18.98 TERRAZZO WORKER/SETTER...... . ....$ 56.84 27.53 ---------------------------------------------------------------- BRCA0003-011 04/01/2022 AREA 1: Alameda, Contra Costa, Monterey, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne AREA 3: Fresno, Kings, Madera, Mariposa, Merced Rates Fringes TILE FINISHER Area 1....... . . ........ . ....$ 33.86 17.54 Area 2....... . . ........ . ....$ 30.90 17.67 Area 3....... . . ........ . . ...$ 29.89 16.80 Tile Layer Area 1....... . . ........ . . ...$ 55.41 20.50 Area 2....... . . ........ . ....$ 50.66 20.40 Area 3....... . . ........ . ....$ 45.76 19.92 ---------------------------------------------------------------- https://sam.gov/wage-determination/CA20230018/29 3/65 12/19/23, 11:35 AM SAM.gov CARP0022-001 07/01/2023 San Francisco County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ....... . . . ...$ 60.39 33.52 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ........ . . ...$ 60.54 33.52 Journeyman Carpenter.. . . . ...$ 60.39 33.52 Millwright... . . ........ . . ...$ 60.49 35.11 ---------------------------------------------------------------- CARP0034-001 07/01/2021 Rates Fringes Diver Assistant Tender, ROV Tender/Technician..... . . . ...$ 54.10 34.69 Diver standby. . ....... . . . ...$ 60.51 34.69 Diver Tender. . . ........ . . ...$ 59.51 34.69 Diver wet.... . . ........ . . ...$ 103.62 34.69 Manifold Operator (mixed gas). ........ . . ........ . ....$ 64.51 34.69 Manifold Operator (Standby).$ 59.51 34.69 DEPTH PAY (Surface Diving): 050 to 100 ft $2.00 per foot 101 to 150 ft $3.00 per foot 151 to 220 ft $4.00 per foot 221 ft.-deeper $5.00 per foot SATURATION DIVING: The standby rate shall apply until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. The diver rate shall be paid for all saturation hours. DIVING IN ENCLOSURES: Where it is necessary for Divers to enter pipes or tunnels, or other enclosures where there is no vertical ascent, the following premium shall be paid: Distance traveled from entrance 26 feet to 300 feet: $1.00 per foot. When it is necessary for a diver to enter any pipe, tunnel or other enclosure less than 48"" in height, the premium will be $1.00 per foot. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ---------------------------------------------------------------- CARP0034-003 07/01/2021 Rates Fringes Piledriver........ . . ........ . ....$ 54.10 34.69 ---------------------------------------------------------------- CARP0035-007 07/01/2020 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties https://sam.gov/wage-determination/CA20230018/29 4/65 12/19/23, 11:35 AM SAM.gov AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties Rates Fringes Modular Furniture Installer Area 1 Installer... . . ........ . . ...$ 28.76 22.53 Lead Installer........ . . ...$ 32.21 23.03 Master Installer...... . ....$ 36.43 23.03 Area 2 Installer... . . ........ . . ...$ 26.11 22.53 Lead Installer....... . . . ...$ 29.08 23.03 Master Installer...... . . ...$ 32.71 23.03 Area 3 Installer.... ......... . ....$ 25.16 22.53 Lead Installer........ . . ...$ 27.96 23.03 Master Installer..... . . . ...$ 31.38 23.03 ---------------------------------------------------------------- CARP0035-008 08/01/2020 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: San Joaquin AREA 4: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, Stanislaus, Tuolumne Counties Rates Fringes Drywall Installers/Lathers: Area 1....... . . ........ . ....$ 52.65 31.26 Area 2....... . . ........ . ....$ 46.77 31.26 Area 3....... . . ........ . . ...$ 47.27 31.26 Area 4....... . . ....... . . . ...$ 45.92 31.26 Drywall Stocker/Scrapper Area 1....... . . ........ . . ...$ 26.33 18.22 Area 2....... . . ........ . ....$ 23.39 18.22 Area 3....... . . ........ . ....$ 23.64 18.22 Area 4....... . . ........ . . ...$ 22.97 18.22 ---------------------------------------------------------------- CARP0152-001 07/01/2020 Contra Costa County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . . ...$ 52.65 30.82 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . ......... . ....$ 52.80 30.82 Journeyman Carpenter... . . ...$ 52.65 30.82 Millwright... . . ........ . . ...$ 52.75 32.41 ---------------------------------------------------------------- CARP0152-002 07/01/2020 San Joaquin County Rates Fringes Carpenters Bridge Builder/Highway https://sam.gov/wage-determination/CA20230018/29 5/65 12/19/23, 11:35 AM SAM.gov Carpenter.... . . ........ . ....$ 52.65 30.82 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ......... ....$ 46.92 30.82 Journeyman Carpenter... . ....$ 46.77 30.82 Millwright... . . ....... . . . ...$ 49.27 32.41 ---------------------------------------------------------------- CARP0152-004 07/01/2020 Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . ....$ 52.65 30.82 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ........ . ....$ 45.57 30.82 Journeyman Carpenter... . . ...$ 45.42 30.82 Millwright... . . ........ . ....$ 47.92 32.41 ---------------------------------------------------------------- CARP0217-001 07/01/2023 San Mateo County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . . ...$ 60.39 33.52 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . ......... . . ...$ 60.54 33.52 Journeyman Carpenter.. . . . ...$ 60.39 33.52 Millwright... . . ........ . . ...$ 60.49 35.11 ---------------------------------------------------------------- CARP0405-001 07/01/2021 Santa Clara County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ....... . . . ...$ 54.85 31.49 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ....... . . . ...$ 55.00 31.49 Journeyman Carpenter... . . ...$ 54.85 31.49 Millwright... . . ........ . . ...$ 54.95 33.08 ---------------------------------------------------------------- CARP0405-002 07/01/2021 San Benito County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . . ...$ 54.85 31.49 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & https://sam.gov/wage-determination/CA20230018/29 6/65 12/19/23, 11:35 AM SAM.gov Steel Shoring Erector, Saw Filer......... ......... . ....$ 49.12 31.49 Journeyman Carpenter... . . ...$ 48.97 31.49 Millwright... . ......... . . ...$ 51.47 33.08 ---------------------------------------------------------------- CARP0505-001 07/01/2021 Santa Cruz County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . . ...$ 54.85 31.49 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ........ . . ...$ 49.12 31.49 Journeyman Carpenter.. . . . ...$ 48.97 31.49 Millwright... . . ........ . . ...$ 51.47 33.08 ---------------------------------------------------------------- CARP0605-001 07/01/2021 Monterey County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ....... . . . ...$ 54.85 31.49 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ....... . . . ...$ 49.12 31.49 Journeyman Carpenter... . . ...$ 48.97 31.49 Millwright.... ......... . . ...$ 51.47 33.08 ---------------------------------------------------------------- CARP0701-001 07/01/2021 Fresno and Madera Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . . ...$ 54.85 31.49 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ........ . . ...$ 47.77 31.49 Journeyman Carpenter... . ....$ 47.62 31.49 Millwright... . . ........ . ....$ 50.12 33.08 ---------------------------------------------------------------- CARP0713-001 07/01/2021 Alameda County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . ....$ 54.85 31.49 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ........ . ....$ 55.00 31.49 Journeyman Carpenter.. . . . ...$ 54.85 31.49 Millwright... . . ........ . . ...$ 54.95 33.08 https://sam.gov/wage-determination/CA20230018/29 7/65 12/19/23, 11:35 AM SAM.gov ---------------------------------------------------------------- CARP1109-001 07/01/2021 Kings County Rates Fringes Carpenters Bridge Builder/Highway Carpenter.... . . ........ . . ...$ 54.85 31.49 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer........ . . ....... . . . ...$ 47.77 31.49 Journeyman Carpenter... . . ...$ 47.62 31.49 Millwright... . . ........ . ....$ 50.12 33.08 ---------------------------------------------------------------- ELEC0006-004 12/01/2021 SAN FRANCISCO COUNTY Rates Fringes Sound & Communications Installer.... . . ........ . . ...$ 48.43 3%+23.15 Technician... . . ........ . . ...$ 55.69 3%+23.15 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0006-007 06/01/2023 SAN FRANCISCO COUNTY Rates Fringes ELECTRICIAN....... . . ........ . . ...$ 88.25 3%+42.315 ---------------------------------------------------------------- ELEC0100-002 09/01/2023 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ELECTRICIAN....... . . ........ . ....$ 44.50 28.09 ---------------------------------------------------------------- ELEC0100-005 12/01/2022 FRESNO, KINGS, MADERA Rates Fringes https://sam.gov/wage-determination/CA20230018/29 8/65 12/19/23, 11:35 AM SAM.gov Communications System Installer.... . . ........ . . ...$ 38.24 23.80 Technician... . . ....... . . . ...$ 47.80 24.08 SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems. A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS Background foreground music, Intercom and telephone interconnect systems, Telephone systems Nurse call systems, Radio page systems, School intercom and sound systems, Burglar alarm systems, Low voltage, master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide, B. FIRE ALARM SYSTEMS Installation, wire pulling and testing C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems Video security systems, Video entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV D. SECURITY SYSTEMS Perimeter security systems Vibration sensor systems Card access systems Access control systems, Sonar/infrared monitoring equipment E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems, Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems, VSAT Data Systems Data Communication Systems RF and Remote Control Systems, Fiber Optic Data Systems WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed 10 feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. ---------------------------------------------------------------- ELECO234-001 12/26/2022 MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes ELECTRICIAN Zone A....... . . ........ . . ...$ 60.91 29.43 Zone B....... . . ........ . ....$ 67.00 29.61 Zone A: All of Santa Cruz, Monterey, and San Benito Counties https://sam.gov/wage-determination/CA20230018/29 9/65 12/19/23, 11:35 AM SAM.gov within 25 air miles of Highway 1 and Dolan Road in Moss Landing, and an area extending 5 miles east and west of Highway 101 South to the San Luis Obispo County Line Zone B: Any area outside of Zone A ---------------------------------------------------------------- ELECO234-003 12/01/2021 MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES Rates Fringes Sound & Communications Installer.... . . ....... . . . ...$ 47.93 24.09 Technician... . . ........ . . ...$ 55.12 24.30 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0302-001 02/27/2023 CONTRA COSTA COUNTY Rates Fringes CABLE SPLICER..... . . ....... . . . ...$ 68.92 32.67 ELECTRICIAN....... . . ........ . . ...$ 61.26 32.44 ---------------------------------------------------------------- ELEC0302-003 12/01/2022 CONTRA COSTA COUNTY Rates Fringes Sound & Communications Installer.... . . ....... . . . ...$ 46.64 25.30 Technician... . . ........ . . ...$ 53.64 25.51 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); https://sam.gov/wage-determination/CA20230018/29 10/65 12/19/23, 11:35 AM SAM.gov excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0332-001 06/01/2023 SANTA CLARA COUNTY Rates Fringes CABLE SPLICER..... . ......... . ....$ 95.65 44.42 ELECTRICIAN........ ......... . ....$ 83.17 44.045 FOOTNOTES: Work under compressed air or where gas masks are required, orwork on ladders, scaffolds, stacks, ""Bosun's chairs,"" or other structures and where the workers are not protected by permanent guard rails at a distance of 40 to 60 ft. from the ground or supporting structures: to be paid one and one-half times the straight-time rate of pay. Work on structures of 60 ft. or over (as described above): to be paid twice the straight-time rate of pay. ---------------------------------------------------------------- ELEC0332-003 12/01/2022 SANTA CLARA COUNTY Rates Fringes Sound & Communications Installer.... . . ....... . . . ...$ 51.18 25.435 Technician... . . ........ . ....$ 58.86 25.666 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0595-001 06/01/2023 ALAMEDA COUNTY Rates Fringes CABLE SPLICER..... . . ........ . . ...$ 80.73 3%+42.87 ELECTRICIAN....... . . ........ . ....$ 70.20 3%+42.87 ---------------------------------------------------------------- ELECO595-002 12/01/2022 https://sam.gov/wage-determ ination/CA20230018/29 11/65 12/19/23, 11:35 AM SAM.gov CALAVERAS AND SAN 7OAQUIN COUNTIES Rates Fringes CABLE SPLICER..... . . ........ . ....$ 53.34 7.75%+25.88 ELECTRICIAN (1) Tunnel work........ . . ...$ 46.67 7.75%+25.88 (2) All other work... . . . ...$ 44.45 7.75%+25.88 ---------------------------------------------------------------- ELEC0595-006 12/01/2022 ALAMEDA COUNTY Rates Fringes Sound & Communications Installer.... . . ........ . ....$ 51.18 3%+23.90 Technician... . . ........ . . ...$ 58.86 3%+23.90 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0595-008 12/01/2022 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes Communications System Installer.... . . ........ . . ...$ 40.88 3%+23.90 Technician... . . ....... . . . ...$ 47.01 3%+23.90 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are https://sam.gov/wage-determination/CA20230018/29 12/65 12/19/23, 11:35 AM SAM.gov installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0617-001 06/01/2023 SAN MATEO COUNTY Rates Fringes ELECTRICIAN....... . . ........ . . ...$ 78.00 45.88 ---------------------------------------------------------------- ELEC0617-003 11/01/2023 SAN MATEO COUNTY Rates Fringes Sound & Communications Installer.... . . ....... . . . ...$ 51.18 26.10 Technician... . . ........ . . ...$ 58.86 26.33 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0684-001 06/01/2023 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes ELECTRICIAN....... . . ....... . . . ...$ 46.00 3%+27.68 CABLE SPLICER = 110% of Journeyman Electrician ---------------------------------------------------------------- ELEC0684-004 12/01/2022 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes Communications System Installer.... . . ....... . . . ...$ 40.88 25.13 Technician... . . ........ . . ...$ 47.01 25.31 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when https://sam.gov/wage-determination/CA20230018/29 13/65 12/19/23, 11:35 AM SAM.gov performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC1245-001 06/01/2022 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 64.40 22.58 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)........ . . ...$ 50.00 21.30 (3) Groundman. . ....... . . . ...$ 38.23 20.89 (4) Powderman. . ........ . . ...$ 51.87 18.79 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- ELEV0008-001 01/01/2023 Rates Fringes ELEVATOR MECHANIC. . ......... . ....$ 77.61 37.335+a+b FOOTNOTE: a. PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGIO003-001 06/28/2023 ""AREA 1"" WAGE RATES ARE LISTED BELOW ""AREA 2"" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1 RATES. SEE AREA DEFINITIONS BELOW Rates Fringes OPERATOR: Power Equipment (AREA 1:) GROUP 1...... . . ....... . . . ...$ 60.72 31.03 GROUP 2...... . . ........ . . ...$ 59.19 31.03 GROUP 3...... . . ........ . ....$ 57.71 31.03 GROUP 4...... . . ....... . . . ...$ 56.33 31.03 GROUP 5...... . . ........ . . ...$ 55.06 31.03 https://sam.gov/wage-determination/CA20230018/29 14/65 12/19/23, 11:35 AM SAM.gov GROUP 6...... . . ....... . . . ...$ 53.74 31.03 GROUP 7...... . . ........ . ....$ 52.60 31.03 GROUP 8...... . . ........ . . ...$ 51.46 31.03 GROUP 8-A.... . . ....... . . . ...$ 49.25 31.03 OPERATOR: Power Equipment (Cranes and Attachments - AREA 1:) GROUP 1 Cranes...... . . ....... . . . ...$ 52.30 31.15 Oiler....... . . ........ . . ...$ 43.79 31.15 Truck crane oiler..... . . ...$ 46.08 31.15 GROUP 2 Cranes...... . . ........ . . ...$ 50.54 31.15 Oiler....... . . ........ . . ...$ 42.83 31.15 Truck crane oiler.... . . . ...$ 45.07 31.15 GROUP 3 Cranes...... . . ........ . ....$ 48.80 31.15 Hydraulic... . . ........ . ....$ 44.44 31.15 Oiler....... . . ........ . . ...$ 42.55 31.15 Truck crane oiler.... . . . ...$ 44.83 31.15 GROUP 4 Cranes...... . . ........ . ....$ 45.76 31.15 OPERATOR: Power Equipment (Piledriving - AREA 1:) GROUP 1 Lifting devices....... . . ...$ 52.64 31.15 Oiler....... . . ........ . . ...$ 43.38 31.15 Truck Crane Oiler..... . ....$ 45.66 31.15 GROUP 2 Lifting devices....... . . ...$ 50.82 31.15 Oiler....... . . ....... . . . ...$ 43.11 31.15 Truck Crane Oiler..... . . ...$ 45.41 31.15 GROUP 3 Lifting devices....... . ....$ 49.14 31.15 Oiler....... . . ........ . . ...$ 42.89 31.15 Truck Crane Oiler.... . . . ...$ 45.12 31.15 GROUP 4 Lifting devices....... . ....$ 47.37 31.15 GROUP 5 Lifting devices....... . . ...$ 44.73 31.15 GROUP 6 Lifting devices....... . . ...$ 42.50 31.15 OPERATOR: Power Equipment (Steel Erection - AREA 1:) GROUP 1 Cranes...... . . ........ . . ...$ 53.27 31.15 Oiler....... . . ....... . . . ...$ 43.72 31.15 Truck Crane Oiler..... . . ...$ 45.95 31.15 GROUP 2 Cranes....... ......... . ....$ 51.50 31.15 Oiler....... . . ........ . . ...$ 43.45 31.15 Truck Crane Oiler.... . . . ...$ 45.73 31.15 GROUP 3 Cranes...... . . ........ . ....$ 50.02 31.15 Hydraulic... . . ........ . ....$ 45.07 31.15 Oiler....... . . ........ . . ...$ 43.23 31.15 Truck Crane Oiler.... . . . ...$ 45.46 31.15 GROUP 4 Cranes...... . . ........ . . ...$ 48.00 31.15 GROUP 5 Cranes...... . . ........ . ....$ 46.70 31.15 OPERATOR: Power Equipment (Tunnel and Underground Work - AREA 1:) SHAFTS, STOPES, RAISES: GROUP 1..... . . ........ . ....$ 56.82 31.03 GROUP 1-A... . . ........ . . ...$ 59.29 31.03 GROUP 2..... . . ....... . . . ...$ 55.56 31.03 GROUP 3..... . . ........ . . ...$ 54.23 31.03 GROUP 4..... . . ........ . ....$ 53.09 31.03 GROUP 5..... . . ........ . ....$ 51.95 31.03 UNDERGROUND: https://sam.gov/wage-determination/CA20230018/29 15/65 12/19/23, 11:35 AM SAM.gov GROUP 1..... . . ....... . . . ...$ 56.72 31.03 GROUP 1-A... . . ........ . ....$ 59.19 31.03 GROUP 2..... . . ........ . . ...$ 55.46 31.03 GROUP 3..... . . ....... . . . ...$ 54.13 31.03 GROUP 4..... . . ........ . . ...$ 52.99 31.03 GROUP 5..... . . ........ . ....$ 51.85 31.03 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo-Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Licensed construction work boat operator, on site; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine assistant to engineer or mechanic; Crane mounted continuous flight tie back machine, tonnage to apply; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Long reach excavator; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre-stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull- type elevating loader; Gradesetter, grade checker (GPS, mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LOH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber-Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber-tired scraper, self-loading (paddle-wheels, etc.); Rubber- tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds.; Tractor-drawn scraper; Tractor, compressor drill combination; Welder; Woods-Mixer (and other similar Pugmill equipment) GROUP 5: Cast-in-place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumperete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, 7ohnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip-forms, etc., in tunnels); Screed (automatic or manual); Self-propelled https://sam.gov/wage-determination/CA20230018/29 16/65 12/19/23, 11:35 AM SAM.gov compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T-600B rock cutter or similar GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck-mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro-hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi-lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck-mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Tractor; Self-loading chipper; Concrete barrier moving machine GROUP 7: Ballast regulator; Boom truck or dual-purpose A-frame truck, non-rotating - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip-form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck- type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir-debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper); Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader-Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe-trencher); Tub grinder wood chipper ---------------------------------------------------------- ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal-mounted, over 100 tons; Self-propelled boom-type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and https://sam.gov/wage-determination/CA20230018/29 17/65 12/19/23, 11:35 AM SAM.gov including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom-type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Cranes 45 tons and under; Self-propelled boom-type lifting device 45 tons and under; GROUP 4: Boom Truck or dual purpose A-frame truck, non-rotating over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; ----------------------------------------------------------- PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom-type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom-type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons; Fundex F-12 hydraulic pile rig GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom-type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender ------------------------------------------------------------- STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom-type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom-type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom-type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat -------------------------------------------------------------- TUNNEL AND UNDERGROUND WORK GROUP 1-A: Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy-duty repairperson; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator https://sam.gov/wage-determination/CA20230018/29 18/65 12/19/23, 11:35 AM SAM.gov GROUP 2: Combination slusher and motor operator; Concrete pump or pumperete gun; Power jumbo operator GROUP 3: Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner; Grouting Machine operator; Motorman GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite); Compressor operator; Oiler; Pump operator; Slusher operator ----------------------------------------------------------- AREA DESCRIPTIONS: POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND UNDERGROUND [These areas do not apply to Piledrivers and Steel Erectors] AREA 1: ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, TUOLUMNE AREA 2 -NOTED BELOW THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: CALAVERAS COUNTY: Area 1: Remainder Area 2: Eastern Part FRESNO COUNTY: Area 1: Remainder Area 2: Eastern Part MADERA COUNTY: Area 1: Remainder Area 2: Eastern Part MARIPOSA COUNTY: Area 1: Remainder Area 2: Eastern Part MONTEREY COUNTY: Area 1: Remainder Area 2: Southwestern part TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- ENGIO003-008 08/01/2023 Rates Fringes Dredging: (DREDGING: CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING:) AREA 1: (1) Leverman. . ....... . . . ...$ 57.95 37.55 (2) Dredge Dozer; Heavy duty repairman........ . ....$ 52.99 37.55 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator..... . ........ . ....$ 51.87 37.55 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 48.57 37.55 https://sam.gov/wage-determination/CA20230018/29 19/65 12/19/23, 11:35 AM SAM.gov AREA 2: (1) Leverman. . ........ . ....$ 59.95 37.55 (2) Dredge Dozer; Heavy duty repairman....... . . . ...$ 54.99 37.55 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator.... . . ........ . . ...$ 53.87 37.55 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 50.57 37.55 AREA DESCRIPTIONS AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2: MODOC COUNTY THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Remainder Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY: Area 1: Remainder Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY: Area 1: Except Eastern part Area 2: Eastern part MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: Al but the Central portion https://sam.gov/wage-determination/CA20230018/29 20/65 12/19/23, 11:35 AM SAM.gov Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Remainder TEHAMA COUNTY: Area 1: All but the Western border with Mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeastern border with Shasta County Area 2: Remainder TUOLUMNE COUNTY: Area 1: Except Eastern part Area 2: Eastern part ---------------------------------------------------------------- ENGIO003-019 06/29/2020 SEE AREA DESCRIPTIONS BELOW Rates Fringes OPERATOR: Power Equipment (LANDSCAPE WORK ONLY) GROUP 1 AREA 1...... . . ....... . . . ...$ 39.95 30.28 AREA 2...... . . ........ . . ...$ 41.95 30.28 GROUP 2 AREA 1...... . . ........ . ....$ 36.35 30.28 AREA 2...... . . ........ . . ...$ 38.35 30.28 GROUP 3 AREA 1...... . . ........ . . ...$ 31.74 30.28 AREA 2...... . . ........ . ....$ 33.74 30.28 GROUP DESCRIPTIONS: GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of equipment used, and all equipment with a rating more than 65 HP. GROUP 2: Landscape Operator up to 65 HP: All equipment with a manufacturer's rating of 65 HP or less except equipment covered by Group 1 or Group 3. The following equipment shall be included except when used for finish work as long as manufacturer's rating is 65 HP or less: A-Frame and Winch Truck, Backhoe, Forklift, Hydragraphic Seeder Machine, Roller, Rubber-Tired and Track Earthmoving Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up to 65 HP. GROUP 3: Landscae Utility Operator: Small Rubber-Tired https://sam.gov/wage-determ ination/CA20230018/29 21/65 12/19/23, 11:35 AM SAM.gov Tractor, Trencher Under 31 HP. AREA DESCRIPTIONS: AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: https://sam.gov/wage-determination/CA20230018/29 22/65 12/19/23, 11:35 AM SAM.gov Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- IRON0377-001 01/01/2023 ALAMEDA, CONTRA COSTA, SAN MATEO, SANTA CLARA COUNTIES Rates Fringes Ironworkers: Fence Erector. . ........ . ....$ 41.28 25.66 Ornamental, Reinforcing and Structural. ....... . . . ...$ 49.88 34.30 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, https://sam.gov/wage-determination/CA20230018/29 23/65 12/19/23, 11:35 AM SAM.gov Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- IRON0377-003 01/01/2023 SAN FRANCISCO CITY and COUNTY Rates Fringes Ironworkers: Fence Erector. . ........ . ....$ 41.28 25.66 Ornamental, Reinforcing and Structural. ........ . . ...$ 50.38 34.30 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- IRON0433-005 01/01/2023 REMAINING COUNTIES Rates Fringes IRONWORKER Fence Erector. . ........ . ....$ 41.28 25.66 Ornamental, Reinforcing and Structural. ........ . . ...$ 46.20 34.30 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: https://sam.gov/wage-determination/CA20230018/29 24/65 12/19/23, 11:35 AM SAM.gov Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LAB00067-006 06/26/2023 AREA ""1"" - ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA ""2"" - CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes LABORER (ASBESTOS/MOLD/LEAD LABORER) Area 1....... . . ....... . . . ...$ 36.50 28.34 Area 2....... . . ....... . . . ...$ 35.50 28.34 ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial site clean-up; site preparation; removal of asbestos-containing materials from walls and ceilings; or from pipes, boilers and mechanical systems only if they are being scrapped; encapsulation, enclosure and disposal of asbestos-containing materials by hand or with equipment or machinery; scaffolding; fabrication of temporary wooden barriers; and assembly of decontamination stations. ---------------------------------------------------------------- LAB00073-002 07/01/2023 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 36.26 27.30 Traffic Control Person I. ...$ 36.56 27.30 Traffic Control Person II...$ 34.06 27.30 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LAB00073-003 07/01/2023 SAN JOAQUIN COUNTY Rates Fringes LABORER Mason Tender-Brick.... . . ....$ 36.29 25.55 ---------------------------------------------------------------- LAB00073-005 06/26/2023 Rates Fringes Tunnel and Shaft Laborers: GROUP 1...... . . ........ . . ...$ 45.89 27.72 GROUP 2...... . . ....... . . . ...$ 45.66 27.72 GROUP 3...... . . ........ . . ...$ 45.41 27.72 GROUP 4...... . . ........ . ....$ 44.96 27.72 GROUP 5...... . . ....... . . . ...$ 44.42 27.72 Shotcrete Specialist... . . ...$ 46.41 27.72 https://sam.gov/wage-determination/CA20230018/29 25/65 12/19/23, 11:35 AM SAM.gov TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LAB00073-007 06/26/2023 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS) Construction Specialist Group........ . . ........ . ....$ 36.20 27.30 GROUP 1...... . . ........ . ....$ 35.50 27.30 GROUP 1-a... . . . ....... . . . ...$ 35.72 27.30 GROUP 1-c.... . . ....... . . . ...$ 35.55 27.30 GROUP 1-e.... . . ........ . . ...$ 36.05 27.30 GROUP 1-f.... . . ........ . . ...$ 30.37 23.20 GROUP 2...... . . ........ . ....$ 35.35 27.30 GROUP 3...... . . ........ . ....$ 35.25 27.30 GROUP 4...... . . ........ . . ...$ 28.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS) (1) New Construction... . . ...$ 35.25 27.30 (2) Establishment Warranty Period....... . . ........ . . ...$ 28.94 27.30 LABORER (GUNITE) GROUP 1...... . . ....... . . . ...$ 36.46 27.30 GROUP 2...... . . ....... . . . ...$ 35.96 27.30 GROUP 3...... . . ....... . . . ...$ 35.37 27.30 GROUP 4...... . . ........ . . ...$ 35.25 27.30 LABORER (WRECKING) GROUP 1...... . . ....... . . . ...$ 35.50 27.30 GROUP 2...... . . ....... . . . ...$ 35.35 27.30 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- https://sam.gov/wage-determination/CA20230018/29 26/65 12/19/23, 11:35 AM SAM.gov LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after https://sam.gov/wage-determination/CA20230018/29 27/65 12/19/23, 11:35 AM SAM.gov the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building https://sam.gov/wage-determination/CA20230018/29 28/65 12/19/23, 11:35 AM SAM.gov materials) ---------------------------------------------------------------- LAB00073-009 07/01/2023 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes LABORER (Plaster Tender).... . ....$ 39.77 28.54 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LAB00261-003 07/01/2023 SAN FRANCISCO AND SAN MATEO COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 37.26 27.30 Traffic Control Person I....$ 37.56 27.30 Traffic Control Person II...$ 35.06 27.30 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LAB00261-005 06/26/2023 SAN FRANCISCO AND SAN MATEO COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1...... . . ....... . . . ...$ 45.89 27.72 GROUP 2...... . . ........ . . ...$ 45.66 27.72 GROUP 3...... . . ........ . . ...$ 45.41 27.72 GROUP 4...... . . ........ . ....$ 44.96 27.72 GROUP 5...... . . ........ . ....$ 44.42 27.72 Shotcrete Specialist... . . ...$ 46.41 27.72 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman https://sam.gov/wage-determination/CA20230018/29 29/65 12/19/23, 11:35 AM SAM.gov ---------------------------------------------------------------- LAB00261-009 06/26/2023 SAN FRANCISCO, AND SAN MATEO COUNTIES Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group........ . . ........ . ....$ 37.20 27.30 GROUP 1...... . . ........ . ....$ 36.50 27.30 GROUP 1-a.... . . ........ . . ...$ 36.72 27.30 GROUP 1-c.... . . ....... . . . ...$ 36.55 27.30 GROUP 1-e.... . . ........ . . ...$ 37.05 27.30 GROUP 1-f.... . . ........ . ....$ 31.37 23.20 GROUP 2...... . . ........ . ....$ 36.35 27.30 GROUP 3...... . . ........ . . ...$ 36.25 27.30 GROUP 4...... . . ........ . . ...$ 29.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction.. . . . ...$ 36.25 27.30 (2) Establishment Warranty Period....... . . ........ . . ...$ 29.94 27.30 LABORER (WRECKING - AREA A:) GROUP 1...... . . ........ . ....$ 36.50 27.30 GROUP 2...... . . ........ . . ...$ 36.35 27.30 Laborers: (GUNITE - AREA A:) GROUP 1...... . . ........ . . ...$ 37.46 27.30 GROUP 2...... . . ........ . ....$ 36.96 27.30 GROUP 3...... . . ........ . ....$ 36.37 27.30 GROUP 4...... . . ........ . . ...$ 36.25 27.30 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, https://sam.gov/wage-determination/CA20230018/29 30/65 12/19/23, 11:35 AM SAM.gov epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 https://sam.gov/wage-determ ination/CA20230018/29 31/65 12/19/23, 11:35 AM SAM.gov inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LAB00261-011 07/01/2023 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes MASON TENDER, BRICK. ........ . . ...$ 37.05 27.45 FOOTNOTES: Underground work such as sewers, manholes, catch basins, sewer pipes, telephone conduits, tunnels and cut trenches: $5.00 per day additional. Work in live sewage: $2.50 per day additional. ---------------------------------------------------------------- LAB00261-014 07/01/2023 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes PLASTER TENDER.... . . ......... ....$ 41.93 30.32 Work on a swing stage scaffold: $1.00 per hour additional. https://sam.gov/wage-determination/CA20230018/29 32/65 12/19/23, 11:35 AM SAM.gov ---------------------------------------------------------------- LAB00270-003 07/01/2023 AREA A: SANTA CLARA AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person Area A...... . . ........ . . ...$ 37.26 27.30 Area B...... . . ....... . . . ...$ 36.26 27.30 Traffic Control Person I Area A...... . . ........ . ....$ 37.56 27.30 Area B...... . . ........ . ....$ 36.56 27.30 Traffic Control Person II Area A...... . . ....... . . . ...$ 35.06 27.30 Area B...... . . ........ . . ...$ 34.06 27.30 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LAB00270-004 06/26/2023 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1...... . . ........ . . ...$ 45.89 27.72 GROUP 2...... . . ....... . . . ...$ 45.66 27.72 GROUP 3...... . . ........ . . ...$ 45.41 27.72 GROUP 4...... . . ....... . . . ...$ 44.96 27.72 GROUP 5...... . . ........ . . ...$ 44.42 27.72 Shotcrete Specialist... . . ...$ 46.41 27.72 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LAB00270-005 07/01/2023 https://sam.gov/wage-determination/CA20230018/29 33/65 12/19/23, 11:35 AM SAM.gov MONTEREY AND SAN BENITO COUNTIES Rates Fringes LABORER Mason Tender-Brick..... . ....$ 36.29 25.55 ---------------------------------------------------------------- LAB00270-007 06/26/2023 MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA B) Construction Specialist Group........ . . ........ . ....$ 36.20 27.30 GROUP 1...... . . ........ . . ...$ 35.50 27.30 GROUP 1-a.... . . ....... . . . ...$ 35.72 27.30 GROUP 1-c.... . . ........ . . ...$ 35.55 27.30 GROUP 1-e.... . . ........ . ....$ 36.05 27.30 GROUP 1-f.... . . ........ . ....$ 36.08 27.30 GROUP 2...... . . ........ . . ...$ 35.35 27.30 GROUP 3...... . . ....... . . . ...$ 35.25 27.30 GROUP 4...... . . ........ . . ...$ 28.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B) (1) New Construction.. . . . ...$ 35.25 27.30 (2) Establishment Warranty Period....... . . ........ . ....$ 28.94 27.30 LABORER (GUNITE - AREA B) GROUP 1...... . . ....... . . . ...$ 36.46 27.30 GROUP 2...... . . ....... . . . ...$ 35.96 27.30 GROUP 3...... . . ........ . . ...$ 35.37 27.30 GROUP 4...... . . ........ . . ...$ 35.25 27.30 LABORER (WRECKING - AREA B) GROUP 1...... . . ........ . . ...$ 35.50 27.30 GROUP 2...... . . ....... . . . ...$ 35.35 27.30 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar https://sam.gov/wage-determination/CA20230018/29 34/65 12/19/23, 11:35 AM SAM.gov type; Jackhammer operator; lacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 https://sam.gov/wage-determination/CA20230018/29 35/65 12/19/23, 11:35 AM SAM.gov lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LAB00270-010 06/26/2023 SANTA CLARA COUNTY Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group........ . . ........ . ....$ 37.20 27.30 GROUP 1...... . . ........ . ....$ 36.50 27.30 GROUP 1-a.... . . ........ . . ...$ 36.72 27.30 GROUP 1-c.... . . ....... . . . ...$ 36.55 27.30 GROUP 1-e.... . . ........ . . ...$ 37.05 27.30 GROUP 1-f.... . . ........ . ....$ 37.08 27.30 GROUP 2...... . . ....... . . . ...$ 36.35 27.30 GROUP 3...... . . ........ . . ...$ 36.25 27.30 https://sam.gov/wage-determination/CA20230018/29 36/65 12/19/23, 11:35 AM SAM.gov GROUP 4...... . . ....... . . . ...$ 29.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction... . ....$ 36.25 27.30 (2) Establishment Warranty Period....... . . ........ . . ...$ 29.94 27.30 LABORER (GUNITE - AREA A:) GROUP 1...... . . ........ . . ...$ 37.46 27.30 GROUP 2...... . . ........ . . ...$ 36.96 27.30 GROUP 3...... . . ........ . ....$ 36.37 27.30 GROUP 4...... . . ........ . ....$ 36.25 27.30 LABORER (WRECKING - AREA A:) GROUP 1...... . . ....... . . . ...$ 36.50 27.30 GROUP 2...... . . ........ . . ...$ 36.35 27.30 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 https://sam.gov/wage-determination/CA20230018/29 37/65 12/19/23, 11:35 AM SAM.gov and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. https://sam.gov/wage-determination/CA20230018/29 38/65 12/19/23, 11:35 AM SAM.gov C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LAB00270-011 07/01/2023 MONTEREY, SAN BENITO, SANTA CRUZ, SANTA CLARA COUNTIES Rates Fringes LABORER (Plaster Tender).... . ....$ 40.68 29.68 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LAB00294-001 07/01/2023 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes LABORER (Brick) Mason Tender-Brick..... . . ...$ 36.29 25.55 ---------------------------------------------------------------- LAB00294-002 07/01/2023 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 36.26 27.30 Traffic Control Person I. ...$ 36.56 27.30 Traffic Control Person II...$ 34.06 27.30 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LAB00294-OOS 06/26/2023 FRESNO, KINGS, AND MADERA COUNTIES https://sam.gov/wage-determination/CA20230018/29 39/65 12/19/23, 11:35 AM SAM.gov Rates Fringes Tunnel and Shaft Laborers: GROUP 1...... . . ........ . . ...$ 45.89 27.72 GROUP 2...... . . ........ . ....$ 45.66 27.72 GROUP 3...... . . ........ . ....$ 45.41 27.72 GROUP 4...... . . ........ . . ...$ 44.96 27.72 GROUP 5...... . . ....... . . . ...$ 44.42 27.72 Shotcrete Specialist... . . ...$ 46.41 27.72 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LAB00294-008 06/26/2023 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group........ . . ........ . . ...$ 36.20 27.30 GROUP 1...... . . ........ . ....$ 35.50 27.30 GROUP 1-a.... . . ........ . ....$ 35.72 27.30 GROUP 1-c.... . . ........ . . ...$ 35.55 27.30 GROUP 1-e.... . . ....... . . . ...$ 36.05 27.30 GROUP 1-f.... . . ........ . . ...$ 36.08 27.30 GROUP 2...... . . ........ . ....$ 35.35 27.30 GROUP 3...... . . ........ . ....$ 35.25 27.30 GROUP 4...... . . ........ . ....$ 28.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction... . ....$ 35.25 27.30 (2) Establishment Warranty Period....... . . ....... . . . ...$ 28.94 27.30 LABORER (GUNITE - AREA B:) GROUP 1...... . . ........ . ....$ 36.46 27.30 GROUP 2...... . . ........ . ....$ 35.96 27.30 GROUP 3...... . . ........ . . ...$ 35.37 27.30 GROUP 4...... . . ....... . . . ...$ 35.25 27.30 LABORER (WRECKING - AREA B:) GROUP 1...... . . ........ . ....$ 35.50 27.30 GROUP 2...... . . ....... . . . ...$ 35.35 27.30 https://sam.gov/wage-determination/CA20230018/29 40/65 12/19/23, 11:35 AM SAM.gov FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. https://sam.gov/wage-determ ination/CA20230018/29 41/65 12/19/23, 11:35 AM SAM.gov GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman https://sam.gov/wage-determination/CA20230018/29 42/65 12/19/23, 11:35 AM SAM.gov GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LAB00294-010 07/01/2023 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE Rates Fringes Plasterer tender.. . . ........ . ....$ 39.77 28.54 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LAB00294-011 07/01/2023 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes LABORER (Plaster Tender).... . . ...$ 39.77 28.54 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LAB00304-002 07/01/2023 ALAMEDA COUNTY Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 37.26 27.30 Traffic Control Person I. ...$ 37.56 27.30 Traffic Control Person II...$ 35.06 27.30 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LAB00304-003 06/26/2023 ALAMEDA COUNTY Rates Fringes Tunnel and Shaft Laborers: GROUP 1...... . . ....... . . . ...$ 45.89 27.72 GROUP 2...... . . ........ . . ...$ 45.66 27.72 GROUP 3...... . . ........ . ....$ 45.41 27.72 GROUP 4...... . . ......... ....$ 44.96 27.72 GROUP 5...... . . ........ . ....$ 44.42 27.72 Shotcrete Specialist.. . . . ...$ 46.41 27.72 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete https://sam.gov/wage-determination/CA20230018/29 43/65 12/19/23, 11:35 AM SAM.gov nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LAB00304-004 06/26/2023 ALAMEDA COUNTY Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group........ . . ........ . ....$ 37.20 27.30 GROUP 1...... . . ........ . . ...$ 36.50 27.30 GROUP 1-a.... . . ....... . . . ...$ 36.72 27.30 GROUP 1-c.... . . ........ . . ...$ 36.55 27.30 GROUP 1-e.... . . ........ . ....$ 37.05 27.30 GROUP 1-f.... . . ........ . ....$ 37.08 27.30 GROUP 2...... . . ........ . . ...$ 36.35 27.30 GROUP 3...... . . ....... . . . ...$ 36.25 27.30 GROUP 4...... . . ........ . . ...$ 29.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction.. . . . ...$ 36.25 27.30 (2) Establishment Warranty Period....... . . ........ . ....$ 29.94 27.30 LABORER (GUNITE - AREA A:) GROUP 1...... . . ........ . . ...$ 37.46 27.30 GROUP 2...... . . ....... . . . ...$ 36.96 27.30 GROUP 3...... . . ........ . . ...$ 36.37 27.30 GROUP 4...... . . ........ . ....$ 36.25 27.30 LABORER (WRECKING - AREA A:) GROUP 1...... . . ........ . . ...$ 36.50 27.30 GROUP 2...... . . ....... . . . ...$ 36.35 27.30 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; https://sam.gov/wage-determination/CA20230018/29 44/65 12/19/23, 11:35 AM SAM.gov Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing https://sam.gov/wage-determination/CA20230018/29 45/65 12/19/23, 11:35 AM SAM.gov is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LAB00304-005 07/01/2023 https://sam.gov/wage-determination/CA20230018/29 46/65 12/19/23, 11:35 AM SAM.gov ALAMEDA COUNTY Rates Fringes Brick Tender...... . . ........ . ....$ 37.05 27.45 FOOTNOTES: Work on jobs where heat-protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional. ---------------------------------------------------------------- LAB00304-008 07/01/2023 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Plasterer tender.. . . ........ . . ...$ 41.93 30.32 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LAB00324-002 07/01/2023 CONTRA COSTA COUNTY Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 37.26 27.30 Traffic Control Person I. ...$ 37.56 27.30 Traffic Control Person II...$ 35.06 27.30 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LAB00324-006 06/26/2023 CONTRA COSTA COUNTY Rates Fringes Tunnel and Shaft Laborers: GROUP 1...... . . ........ . ....$ 45.89 27.72 GROUP 2...... . . ........ . . ...$ 45.66 27.72 GROUP 3...... . . ....... . . . ...$ 45.41 27.72 GROUP 4...... . . ........ . . ...$ 44.96 27.72 GROUP 5...... . . ........ . ....$ 44.42 27.72 Shotcrete Specialist... . ....$ 46.41 27.72 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and https://sam.gov/wage-determination/CA20230018/29 47/65 12/19/23, 11:35 AM SAM.gov setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LAB00324-012 06/26/2023 CONTRA COSTA COUNTY Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group........ . . ........ . . ...$ 37.20 27.30 GROUP 1...... . . ........ . ....$ 36.50 27.30 GROUP 1-a.... . . ........ . ....$ 36.72 27.30 GROUP 1-c.... . . ........ . . ...$ 36.55 27.30 GROUP 1-e.... . . ....... . . . ...$ 37.05 27.30 GROUP 1-f.... . . ........ . . ...$ 37.08 27.30 GROUP 1-g.... . . ........ . . ...$ 36.70 27.30 GROUP 2...... . . ........ . . ...$ 36.35 27.30 GROUP 3...... . . ........ . ....$ 36.25 27.30 GROUP 4...... . . ........ . . ...$ 29.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction... . . ...$ 36.25 27.30 (2) Establishment Warranty Period....... . . ........ . . ...$ 29.94 27.30 LABORER (GUNITE - AREA A:) GROUP 1...... . . ........ . ....$ 37.46 27.30 GROUP 2...... . . ........ . . ...$ 36.96 27.30 GROUP 3...... . . ....... . . . ...$ 36.37 27.30 GROUP 4...... . . ........ . . ...$ 36.25 27.30 LABORER (WRECKING - AREA A:) GROUP 1...... . . ........ . ....$ 36.50 27.30 GROUP 2...... . . ........ . ....$ 36.35 27.30 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; https://sam.gov/wage-determination/CA20230018/29 48/65 12/19/23, 11:35 AM SAM.gov Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; lack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; https://sam.gov/wage-determination/CA20230018/29 49/65 12/19/23, 11:35 AM SAM.gov Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters https://sam.gov/wage-determination/CA20230018/29 50/65 12/19/23, 11:35 AM SAM.gov ---------------------------------------------------------------- LAB00324-014 07/01/2023 CONTRA COSTA COUNTY: Rates Fringes Brick Tender...... . . ....... . . . ...$ 37.05 27.45 FOOTNOTES: Work on jobs where heat-protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional. ---------------------------------------------------------------- LAB00324-018 07/01/2023 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Plasterer tender.. . . ........ . ....$ 41.93 30.32 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LAB01130-002 07/01/2023 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 36.26 27.30 Traffic Control Person I. ...$ 36.56 27.30 Traffic Control Person II...$ 34.06 27.30 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LAB01130-003 06/26/2023 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1...... . . ........ . . ...$ 45.89 27.72 GROUP 2...... . . ........ . ....$ 45.66 27.72 GROUP 3...... . . ........ . ....$ 45.41 27.72 GROUP 4...... . . ........ . . ...$ 44.96 27.72 GROUP 5...... . . ....... . . . ...$ 44.42 27.72 Shotcrete Specialist... . . ...$ 46.41 27.72 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and https://sam.gov/wage-determ ination/CA20230018/29 51/65 12/19/23, 11:35 AM SAM.gov bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LAB01130-005 07/01/2023 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes LABORER Mason Tender-Brick..... . . ...$ 36.29 25.55 ---------------------------------------------------------------- LAB01130-007 06/26/2023 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group........ . . ........ . ....$ 36.20 27.30 GROUP 1...... . . ........ . ....$ 35.50 27.30 GROUP 1-a.... . . ........ . . ...$ 35.72 27.30 GROUP 1-c.... . . ....... . . . ...$ 35.55 27.30 GROUP 1-e.... . . ........ . . ...$ 36.05 27.30 GROUP 1-f.... . . ........ . ....$ 36.08 27.30 GROUP 2...... . . ........ . ....$ 35.35 27.30 GROUP 3...... . . ........ . . ...$ 35.25 27.30 GROUP 4...... . . ....... . . . ...$ 28.94 27.30 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction... . . ...$ 35.25 27.30 (2) Establishment Warranty Period....... . . ........ . . ...$ 28.94 27.30 LABORER (GUNITE - AREA B:) GROUP 1...... . . ........ . ....$ 36.46 27.30 GROUP 2...... . . ........ . . ...$ 35.96 27.30 GROUP 3...... . . ....... . . . ...$ 35.37 27.30 GROUP 4...... . . ........ . . ...$ 35.25 27.30 LABORER (WRECKING - AREA B:) GROUP 1...... . . ........ . ....$ 35.50 27.30 GROUP 2...... . . ........ . . ...$ 35.35 27.30 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; https://sam.gov/wage-determination/CA20230018/29 52/65 12/19/23, 11:35 AM SAM.gov Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the https://sam.gov/wage-determination/CA20230018/29 53/65 12/19/23, 11:35 AM SAM.gov depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LAB01130-008 07/01/2023 https://sam.gov/wage-determination/CA20230018/29 54/65 12/19/23, 11:35 AM SAM.gov CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN 70AQUIN, STANISLAUS & TUOLUMNE Rates Fringes Plasterer tender.. . . ........ . ....$ 39.77 28.54 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LAB01130-009 07/01/2023 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes LABORER (Plaster Tender).... . ....$ 39.77 28.54 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0016-001 01/01/2023 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Painters: . ........ . . ........ . ....$ 47.42 27.28 PREMIUMS: EXOTIC MATERIALS - $1.25 additional per hour. SPRAY WORK: - $0.50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges), stacks, towers, tanks, and similar structures] HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - $6.00 per houir additional ---------------------------------------------------------------- PAIN0016-003 07/01/2023 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes Drywall Finisher/Taper AREA 1....... . . ........ . . ...$ 60.41 31.34 AREA 2....... . . ........ . . ...$ 56.28 29.94 ---------------------------------------------------------------- PAIN0016-012 01/01/2023 ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes SOFT FLOOR LAYER.. . . ........ . . ...$ 55.25 32.63 ---------------------------------------------------------------- PAIN0016-015 01/01/2023 https://sam.gov/wage-determination/CA20230018/29 55/65 12/19/23, 11:35 AM SAM.gov CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes PAINTER Brush........ . . ....... . . . ...$ 38.23 22.05 FOOTNOTES: SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.25 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour. ---------------------------------------------------------------- PAIN0016-022 01/01/2023 SAN FRANCISCO COUNTY Rates Fringes PAINTER. . . ........ . . ........ . ....$ 51.04 27.28 ---------------------------------------------------------------- PAIN0169-001 01/01/2023 FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES: Rates Fringes GLAZIER. . . ........ . . ....... . . . ...$ 44.33 28.88 ---------------------------------------------------------------- PAIN0169-005 01/01/2023 ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA & SANTA CRUZ COUNTIES Rates Fringes GLAZIER. . . ........ . . ........ . . ...$ 55.77 32.45 ---------------------------------------------------------------- PAIN0294-004 07/01/2023 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes PAINTER Brush, Roller. . ....... . . . ...$ 34.49 21.80 Drywall Finisher/Taper. . . ...$ 35.74 21.80 FOOTNOTE: Spray Painters & Paperhangers recive $1.00 additional per hour. Painters doing Drywall Patching receive $1.25 additional per hour. Lead Abaters & Sandblasters receive $1.50 additional per hour. High Time - over 30 feet (does not include work from a lift) $0.75 per hour additional. ---------------------------------------------------------------- PAIN0294-005 01/01/2023 FRESNO, KINGS & MADERA Rates Fringes SOFT FLOOR LAYER.. . . ........ . . ...$ 38.53 23.19 ---------------------------------------------------------------- PAIN0767-001 01/01/2023 https://sam.gov/wage-determination/CA20230018/29 56/65 12/19/23, 11:35 AM SAM.gov CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes GLAZIER. . . ........ . . ........ . . ...$ 43.15 33.72 PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Employee required to wear a body harness shall receive $1.50 per hour above the basic hourly rate at any elevation. ---------------------------------------------------------------- PAIN1176-001 07/01/2022 HIGHWAY IMPROVEMENT Rates Fringes Parking Lot Striping/Highway Marking: GROUP 1...... . . ........ . ....$ 40.83 17.62 GROUP 2...... . . ........ . . ...$ 34.71 17.62 GROUP 3...... . . ........ . . ...$ 35.11 17.62 CLASSIFICATIONS GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic stripes and markings GROUP 2: Gamecourt & Playground Installer GROUP 3: Protective Coating, Pavement Sealing ---------------------------------------------------------------- PAIN1237-003 01/01/2023 CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SOFT FLOOR LAYER.. . . ........ . . ...$ 46.24 25.96 ---------------------------------------------------------------- PLAS0066-002 07/01/2019 ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES: Rates Fringes PLASTERER. ........ . . ........ . ....$ 42.41 30.73 ---------------------------------------------------------------- PLAS0300-001 07/01/2018 Rates Fringes PLASTERER AREA 188: Fresno...... . ....$ 32.70 31.68 AREA 224: San Benito, Santa Clara, Santa Cruz. . ...$ 32.88 31.68 AREA 295: Calaveras & San Joaquin Couonties...... . ....$ 32.70 31.68 AREA 337: Monterey County..$ 32.88 31.68 AREA 429: Mariposa, Merced, Stanislaus, Tuolumne Counties...... . . ...$ 32.70 31.68 ---------------------------------------------------------------- PLAS0300-005 07/01/2016 https://sam.gov/wage-determination/CA20230018/29 57/65 12/19/23, 11:35 AM SAM.gov Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 32.15 23.27 ---------------------------------------------------------------- * PLUM0038-001 07/01/2023 SAN FRANCISCO COUNTY Rates Fringes PLUMBER (Plumber, Steamfitter, Refrigeration Fitter). . . ........ . . ........ . ....$ 85.50 48.98 ---------------------------------------------------------------- PLUM0038-005 07/01/2022 SAN FRANCISCO COUNTY Rates Fringes Landscape/Irrigation Fitter (Underground/Utility Fitter). ....$ 69.70 33.15 ---------------------------------------------------------------- PLUM0062-001 07/01/2023 MONTEREY AND SANTA CRUZ COUNTIES Rates Fringes PLUMBER & STEAMFITTER....... . ....$ 51.00 40.10 ---------------------------------------------------------------- PLUM0159-001 07/01/2023 CONTRA COSTA COUNTY Rates Fringes Plumber and steamfitter (1) Refrigeration...... . ....$ 63.33 46.64 (2) All other work..... . . ...$ 62.12 45.24 ---------------------------------------------------------------- PLUM0246-001 01/01/2023 FRESNO, KINGS & MADERA COUNTIES Rates Fringes PLUMBER & STEAMFITTER....... . . ...$ 46.95 38.59 ---------------------------------------------------------------- * PLUM0246-004 01/01/2017 FRESNO, MERCED & SAN JOAQUIN COUNIES Rates Fringes PLUMBER (PIPE TRADESMAN).... . ....$ 13.00 ** 10.74 PIPE TRADESMAN SCOPE OF WORK: Installation of corrugated metal piping for drainage, as well as installation of corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers, pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging, pruning and fertilizing, the breaking of concrete, digging, backfilling and tamping for the https://sam.gov/wage-determination/CA20230018/29 58/65 12/19/23, 11:35 AM SAM.gov preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearing down work benches, ladders and job shacks; Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flagman ---------------------------------------------------------------- PLUM0342-001 07/01/2023 ALAMEDA & CONTRA COSTA COUNTIES Rates Fringes PIPEFITTER CONTRA COSTA COUNTY.... . . ...$ 74.00 47.45 PLUMBER, PIPEFITTER, STEAMFITTER ALAMEDA COUNTY. ........ . ....$ 74.00 47.45 ---------------------------------------------------------------- PLUM0355-004 07/01/2022 ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES: Rates Fringes Underground Utility Worker /Landscape Fitter...... . ....$ 32.22 17.55 ---------------------------------------------------------------- PLUM0393-001 07/01/2021 SAN BENITO AND SANTA CLARA COUNTIES Rates Fringes PLUMBER/PIPEFITTER. . ........ . . ...$ 68.76 46.63 ---------------------------------------------------------------- PLUM0442-001 07/01/2023 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes PLUMBER & STEAMFITTER...... . . . ...$ 51.90 35.64 ---------------------------------------------------------------- PLUM0467-001 07/01/2021 SAN MATEO COUNTY Rates Fringes Plumber/Pipefitter/Steamfitter...$ 73.10 38.61 ---------------------------------------------------------------- ROOF0027-002 01/01/2023 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ROOFER.. . . ........ . . ........ . . ...$ 41.31 15.31 FOOTNOTE: Work with pitch, pitch base of pitch impregnated products or any material containing coal tar pitch, on any building old or new, where both asphalt and pitchers are https://sam.gov/wage-determination/CA20230018/29 59/65 12/19/23, 11:35 AM SAM.gov used in the application of a built-up roof or tear off: $2.00 per hour additional. ---------------------------------------------------------------- ROOF0040-002 08/01/2023 SAN FRANCISCO & SAN MATEO COUNTIES: Rates Fringes ROOFER.. . . ........ . . ........ . . ...$ 52.43 22.19 ---------------------------------------------------------------- ROOF0081-001 08/01/2023 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Roofer.. . . ........ . . ........ . ....$ 52.47 22.31 ---------------------------------------------------------------- ROOF0081-004 08/01/2023 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes ROOFER.. . . ........ . . ........ . ....$ 46.73 21.36 ---------------------------------------------------------------- ROOF0095-002 08/01/2023 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES: Rates Fringes ROOFER Bitumastic, Enameler, Coal Tar, Pitch and Mastic worker....... . . ........ . . ...$ 57.17 21.51 Journeyman... . . ....... . . . ...$ 53.17 21.51 Kettle person (2 kettles)...$ 55.17 21.51 ---------------------------------------------------------------- SFCA0483-001 08/01/2023 ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: Rates Fringes SPRINKLER FITTER (FIRE)..... . . ...$ 75.09 37.95 ---------------------------------------------------------------- SFCA0669-011 04/01/2023 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SPRINKLER FITTER.. . . ........ . . ...$ 44.32 27.25 ---------------------------------------------------------------- SHEE0104-001 07/01/2020 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA CLARA AREA 2: MONTEREY & SAN BENITO AREA 3: SANTA CRUZ https://sam.gov/wage-determination/CA20230018/29 60/65 12/19/23, 11:35 AM SAM.gov Rates Fringes SHEET METAL WORKER AREA 1: Mechanical Contracts under $200,000........ . . ...$ 55.92 45.29 All Other Work....... . . . ...$ 64.06 46.83 AREA 2....... . . ........ . . ...$ 52.90 36.44 AREA 3....... . . ........ . . ...$ 55.16 34.18 ---------------------------------------------------------------- SHEE0104-003 07/01/2021 CALAVERAS AND SAN JOAQUIN COUNTIES: Rates Fringes SHEET METAL WORKER. . ........ . ....$ 44.34 39.22 ---------------------------------------------------------------- SHEE0104-005 07/01/2021 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SHEET METAL WORKER (Excluding metal deck and siding)..... . . . ...$ 41.28 45.41 ---------------------------------------------------------------- SHEE0104-007 07/01/2021 FRESNO, KINGS, AND MADERA COUNTIES: Rates Fringes SHEET METAL WORKER. . ........ . . ...$ 44.07 40.79 ---------------------------------------------------------------- SHEE0104-015 07/01/2020 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES: Rates Fringes SHEET METAL WORKER (Metal Decking and Siding only)... . . . ...$ 44.45 35.55 ---------------------------------------------------------------- SHEE0104-018 07/01/2020 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes Sheet metal worker (Metal decking and siding only).... . ....$ 44.45 35.55 ---------------------------------------------------------------- TEAM0094-001 07/01/2022 Rates Fringes Truck drivers: GROUP 1...... . ......... . ....$ 36.95 31.14 GROUP 2....... ......... . ....$ 37.25 31.14 GROUP 3...... . . ........ . . ...$ 37.55 31.14 GROUP 4...... . . ....... . . . ...$ 37.90 31.14 GROUP 5...... . . ........ . . ...$ 38.25 31.14 FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without https://sam.gov/wage-determ ination/CA20230018/29 61/65 12/19/23, 11:35 AM SAM.gov auger); Dumperete truck; Skid truck (debris box); Dry pre-batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier burner; Industrial lift truck (mechanical tailgate); Utility and clean-up truck: Use appropriate rate for the power unit or the equipment utilized. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2- axle unit); Nipper truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries) GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals.; Single-unit flat rack (3-axle unit); Highbed heavy duty transport; Scissor truck; Rubber-tired muck car (not self-loaded); Rubber-tired truck jumbo; Winch truck and ""A"" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber-tired tractor GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks under 7500 gals. Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport tiller person; Self- propelled street sweeper with self-contained refuse bin; Boom truck - hydro-lift or Swedish type extension or retracting crane; P.B. or similar type self-loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson); Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); Lowbedk Heavy Duty Transport up to including 7 axles; DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7500 gals and over and truck repairman GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low bed Heavy Duty Transport over 7 axles ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. https://sam.gov/wage-determination/CA20230018/29 62/65 12/19/23, 11:35 AM SAM.gov Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or '"UAVG" - denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the https://sam.gov/wage-determination/CA20230018/29 63/65 12/19/23, 11:35 AM SAM.gov wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative https://sam.gov/wage-determination/CA20230018/29 64/65 12/19/23, 11:35 AM SAM.gov Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION https://sam.gov/wage-determination/CA20230018/29 65/65