HomeMy WebLinkAbout24-15-C Executed Contract.pdf SPECIFICATIONS
CSA 1 TAMARACK WATER INFRASTRUCTURE
REPLACEMENT
BUDGET / ACCOUNT: 9141 / 8400
�.� C O tr�,?�
T 1856 ' Department o Public Works and Planning
O� De�O p f g
PRE$
CONTRACT NUMBER 24-15-C
TABLE OF CONTENTS
COVER SHEET
COUNTY ADOPTION AND ACKNOWLEDGMENT
Engineer's Signature
NOTICE TO BIDDERS
SPECIAL PROVISIONS
PROJECT DETAILS / DRAWINGS
Location Map
Caltrans Standard Plan H51 and H52
Geotechnical Report
Construction Funding Sign
Self-Dealing Transactions Disclosure Form
Revised Standard Specifications Dated 09-02-16
BID BOOK
Bidder's Declaration
Bid Form
Abbreviations Used
Bid Security and Signature
Noncollusion Declaration
Public Contract Code
Subcontractor List
General Requirements for In-Use Off-Road Diesel-Fueled Fleets
Certifications
Opt-Out of Asphalt Concrete Price Fluctuations Form
Guaranty
AGREEMENT
Agreement
PLANS
Contract Number 24-15-C
COUNTY ADOPTION AND ACKNOWLEDGEMENT
PROJECT: CSA 1 TAMARACK WATER INFRASTRUCTURE REPLACEMENT
CONTRACT NUMBER: 24-15-C
Ernest Buddy Mendes, Chairman 4th District
Brian Pacheco, Vice Chairman 1 st District
Steve Brandau 2nd District
Sal Quintero 3rd District
Nathan Magsig 5th District
Paul Nerland, County Administrative cer
Steven E. White, Director Date
Department of Public Works and Planning
Date Signed:
Q QROFESS/
\p,N TF2
c�No. C76724 r
Exp.12/31/24
TF OFIVIL
CAUF���� �.
Supervising Engineer:
FRESNO COUNTY Sebastian Artal, PE 76724
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, November 21, 2024
If you have any questions about bid submission, please contact us at
Des ignServices(a-)_fresnocountyca.gov or calling (559) 353-4919 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.fresnocountyca.gov/planholders) for construction in accordance with the project
specifications therefor, to which special reference is made as follows:
CSA 1 TAMARACK WATER INFRASTRUCTURE
REPLACEMENT
CONTRACT NUMBER 24-15-C
The work to be done consists, in general, of installing approximately 3,900 feet of High-Density
Polyethylene (HDPE) water main along with the necessary appurtenances, replacing the function
of the existing asbestos cement pipelines. The project also includes installing approximately 45
service connections with meters and meter boxes and installing five fire hydrants. This project
contains additives including removing the existing storage tank and installing a new storage tank
with other necessary appurtenances within the same site, and installing pavement overlays in the
project area.
This project is subject to the contracting requirements and implementing regulations as
amended in Title 13, Section 2449 General Requirements for In-Use Off-Road Diesel-Fueled
Fleets, of the California Code of Regulations (13 CCR § 2449(i)). Bidders must submit valid
Certificates of Reported Compliance (CRCs) issued by the California Air Resources Control
Board at the time of bidding. Bidders are responsible for submitting their listed
subcontractors' CRCs and any supporting documentation within five (5) calendar days of
bid opening. Failure to submit the required CRCs may render a bid non-responsive.
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 plans and 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.
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, contract
number, 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:
http://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-Bidding-
Opportun ities/24-15-C-CSA-1-Tamarack-Water-I nfrastructure-Replacement/Request-for-
Clarification-Form
Contract Number 24-15-C Notice to Bidders - 2
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) or C-34
(Pipeline Contractor), 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.
Bids are required for the entire work described herein, including a bid for the base bid and a bid for
each of the additive bids. The total amount of the base bid and additive bid is the cumulative sum
of the bid amounts listed for the individual line items. Bids will be compared, for purposes of
identifying the apparent low bidder for proposed award of the project, on the basis of the total of the
base bid plus the total of all additive bids; provided however, that the ultimate scope of the project,
as subsequently determined by the Board of Supervisors at the time of award, may or may not
include all or any of the additive bids.
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 (bid bond, 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.
Contract Number 24-15-C Notice to Bidders - 3
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 Board of Supervisors reserves the right to reject any or all bids.
Board of Supervisors, County of Fresno
Paul Nerland, County Administrative Officer
Bernice E. Seidel, Clerk of the Board
Issue Date: October 22, 2024
Contract Number 24-15-C Notice to Bidders - 4
Special Provisions
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 end of section 1-1.01:
REFER TO SECTION 9-1.08 FOR BID ITEM EXPLANATION
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.
1-1.07B 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
Holiday Date observed
Every Sunday Every Sunday
New Year's Day January 11
Birthday of Martin Luther King, Jr. 3rd Monday in January
Presidents' Day 3rd Monday in February
Cesar Chavez Day March 31'
Memorial Day Last Monday in May
Juneteenth June 19"'
Independence Day July 41'
Labor Day 1st Monday in September
Veterans Day November 11"'
Thanksgiving Day 4th Thursday in November
Day after Thanksgiving Day Day after Thanksgiving Day
Christmas Day December 251n
If January 1st, March 31st, June 19th, 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 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 High Mountain.
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://dot.ca.gov/program
MUTCD s/safety- -- --
programs/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.fresnocountyc 2220 Tulare Street
Department a.gov/Departments/Public- Design Division—Seventh Floor (559)600-9908
Works:gpd-_Planning 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 Tel: (559) 353-
Services- https://www.fresnocountyc 4919
Contract a.gov/Departments/Public- 2220 Tulare Street Fax:(559)455-
Administration, Works-and- Design Division—Seventh Floor 4609 Email:
Planholders, Planning/Construction- Fresno, CA 93721 DesignServices(o)
Bid Results Bidding-Opportunities fresnocountyca.q
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 s/engineering-services Department of Transportation (916)227-7000
5900 Folsom Blvd
Sacramento, CA 95819-4612
hftps:Hdot.ca.gov/program
MPQP s/construction/material- -- --
plant-quality-program
Director of Public Works&Planning
Office Engineer __ Fresno County th (559)600-4078
2220 Tulare St,8 Floor
Fresno, CA 93721
MSC 9-4/41
Offices of Documents Unit Offices of Structure
Structure Design (916)227-0716
Design, Department of Transportation
Documents Unit 1801 30th St
Sacramento, CA 95816-7006
Publication Unit
Publication Department of Transportation
Distribution Unit 1900 Royal Oaks Dr
Sacramento, CA 95815-3800
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.aov/files/sharedassets/county/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
• Construction Funding Sign
• Caltrans Standard Spec H51 and H52
• Geotechnical Report w/addenda
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
2-1.13-2-1.30 RESERVED
Replace section 2-1.31 with:
2-1.31 RESERVED
2-1.31 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS
You may opt out of the payment adjustments for price index fluctuations specified in section 9-1.07. To
opt out, submit a completed Opt Out of Payment Adjustments for Price Index Fluctuations form under
section 2-1.33.
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 online at http://www.BidExpress.com (Section 2-1.33D)or submit a hardcopy bid:
1. Under sealed cover
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.
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:
• 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.
Bonding companies may provide their own bid bond forms. Bid Security and Signature sections must be
completed by the bidder and submitted with their bid.
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 -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 (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.
Proposal 9—15
Not used.
Proposal 16 -Opt Out of Payment Adjustments for Price Index Fluctuations
You may opt out of the payment adjustments for price index fluctuations specified in section 9-
1.07. To opt out, submit a completed Opt Out of Payment Adjustments for Price Index
Fluctuations form with your bid.
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.
2-1.33C(18) Proposal 18 -Title 13, California Code of Regulations §2449(i) General
Requirements for In-Use Off-Road Diesel-Fueled Fleets
Contractors, if applicable, must submit valid Certificates of Reported Compliance with their bid.
Subcontractor certificates will be due no later than 4:00 PM on the fifth (5'h)calendar day after the
bid opening if not submitted with the bid.
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.
2-1.51 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 DesianServices(E�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 (7t') 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
3-1.14-3-1.17 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 911 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
5-1.12 ASSIGNMENT
Replace Section 5-1.12 with:
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
5-1.13D RESERVED
Replace Section 5-1.13D with: 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
The County contacted the property owner of APN 113-211-.07. The property owner is willing to
cooperate with the contractor to use his site as access to the tank. The contractor is responsible
for coordinating and obtaining authorization per this section. Any potential fees that may be
requested by the owner shall be included in the various items of work and no further
compensation will be allowed therefor.
The County contacted the property owner of the lodge within the limits of the work (Tamarack
Lodge). The property owner is willing to cooperate with the contractor to use his site as a
staging area. The contractor is responsible for coordinating and obtaining authorization per this
section.Any potential fees that may be requested by the owner shall be included in the various
items of work and no further compensation will be allowed therefor. Please e-mail
DesignServices@fresnocountyca.gov and provide
your name and firm name with the subject line"Request for Property Owner Contact Information"
for the property owner's contact information.
Before procuring material from or disposing or stockpiling of material, or staging materials and
equipment 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:
Locating Existing Utilities
Contractor is responsible for locating existing utilities in all areas where the new pipeline and
other improvements will be installed.
Means are methods are responsibility of the Contractor. It is responsibility of the Contractor to
accurately identify existing main pipe alignment, service connections, sewer alignment and depth,
sewer lateral and any other utilities shown in the plans or marked in the field by USA companies.
In the event that the Contractor elects to use processes involving trenching, potholing, or
otherwise damaging the existing pavement in attempt to find the existing pipe, all excavations in
potholes and existing pavement shall be filled with appropriate, compactable earthen materials
as approved by the Engineer and compacted to 95% relative compaction. The uppermost 1 foot
of any excavation within the pavement shall be filled with HMA and compacted in lifts to 95%
relative compaction and shall be smooth and level with adjacent surfaces upon completion.
The cost of coordinating, contacting USA Dig, potholing, removing the section of asphalt concrete
and repair as required in this section shall be included in the various items of work. No work
associated with locating existing utilities will be measured or paid for as either bid item
"Permanent trench re-surfacing"
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
Add to Section 7-1.02C:
In conformance with Title 13 § 2449(i), between March 1 and June 1 of each year, new valid
Certificates of Reported Compliance for the current compliance year, as defined in section
2449(n)for the Contractor and all applicable subcontractors must be submitted. Submit new valid
Certificates of Reported Compliance to the Engineer at least one week prior to the expiration
date of the current certificate.
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 1 st 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.
7-1.02K(4)i Apprenticeship Requirements for non-Federal Projects
A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California, the
Director of the Department of Industrial Relations has determined the general
prevailing rate of wages in the locality for each craft or type of worker needed to
execute the work. Said wage rates pursuant to Section 1773.2 of the Labor Code
are on file with the Clerk to the Fresno County Board of Supervisors, and will be
made available to any interested person on request. A copy of this wage scale may
also be obtained at the following Web Site: www.dir.ca.gov/dlsr.
B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing in this
Article shall prevent the employment of properly registered apprentices upon public
works. Every such apprentice shall be paid the standard wage paid to apprentices
under the regulations of the craft or trade at which he/she is employed, and shall be
employed only at the work of the craft or trade to which he/she is registered.
C. Only apprentices, as defined in Section 3077, who are in training under
apprenticeship standards and written apprentice agreements under Chapter 4
(commencing at Section 3070), Division 3, of the Labor Code, are eligible to be
employed on public works. The employment and training of each apprentice shall be
in accordance with the provisions of the apprenticeship standards and apprentice
agreements under which he/she is training.
Replace Section 7-1.02M(2)with:
7-1.02M(2) Fire Prevention
Cooperate with local fire prevention authorities in eliminating hazardous fire conditions.
Obtain the phone numbers of the nearest fire suppression agency, California Department of
Forestry and Fire Protection (Cal Fire) unit headquarters, United States Forest Service (USFS)
ranger district office, and U.S. Department of Interior(USDI) BLM field office. Submit these
phone numbers to the Engineer before the start of job site activities.
Immediately report to the nearest fire suppression agency fires occurring within the project limits.
Prevent project personnel from setting open fires that are not part of the work.
Prevent the escape of and extinguish fires caused directly or indirectly by job site activities.
Except for motor trucks, truck tractors, buses, and passenger vehicles, equip all hydrocarbon-
fueled engines, both stationary and mobile including motorcycles, with spark arresters that meet
USFS standards as specified in the Forest Service Spark Arrester Guide. Maintain the spark
arresters in good operating condition. Spark arresters are not required by Cal Fire, the BLM, or
the USFS on equipment powered by properly maintained exhaust-driven turbo-charged engines
or equipped with scrubbers with properly maintained water levels. The Forest Service Spark
Arrester Guide is available at the district offices.
Each toilet must have a metal ashtray at least 6 inches in diameter by 8 inches deep half-filled
with sand and within easy reach of anyone using the facility.
Locate flammable materials at least 50 feet away from equipment service, parking, and gas and
oil storage areas. Each small mobile or stationary engine site must be cleared of flammable
material for a radius of at least 15 feet from the engine.
Each area to be cleared and grubbed must be cleared and kept clear of flammable material such
as dry grass, weeds, brush, downed trees, oily rags and waste, paper, cartons, and plastic
waste. Before clearing and grubbing, clear a fire break at the outer limits of the areas to be
cleared and grubbed. Other fire breaks may be ordered and are change order work.
Furnish the following fire tools:
1. 1 shovel and 1 fully charged fire extinguisher UL rated at 4 B:C or more on each truck,
personnel vehicle, tractor, grader, or other heavy equipment.
2. 1 shovel and 1 backpack 5-gallon water-filled tank with pump for each welder.
1 shovel or 1 chemical pressurized fire extinguisher, fully charged, for each gasoline-
powered tool, including chain saws, soil augers, and rock drills. The fire tools must always be
within 25 feet from the point of operation of the power tool. Each fire extinguisher must be of
the type and size required by the Pub Res Code §4431 and 14 CA Code of Regs§ 1234.
Each shovel must be size O or larger and at least 46 inches long.
Furnish a pickup truck and driver for the sole purpose of fire control during working hours. The
truck must be equipped with:
1. 10 shovels, 5 axes, 2 backpack 5-gallon water-filled tanks with pumps
2. 100-gallon tank of water with a gasoline motor powered pump and 100 feet of 3/4-inch hose on a
reel.
The pickup truck and operator must patrol the area of construction for at least 1/2 hour after job
site activities have ended.
In addition to being available at the site of the work, the truck and operator must patrol the area of
construction from noon until at least 1/2 hour after job site activities have ended. If the fire danger
rating is very high or extreme, the truck and operator must patrol the area of construction while
work is being done and for at least 1/2 hour after job site activities have ended.
Cal Fire, USFS, and BLM have established the following adjective class ratings for 5 levels of fire
danger for use in public information releases and fire protection signing: low, moderate, high, very
high, extreme. Obtain the fire danger rating daily for the project area from the nearest Cal Fire unit
headquarters, USFS ranger district office, or BLM field office.
Arrangements have been made with Cal Fire, USFS, and BLM to notify the Department when
the fire danger rating is very high or extreme. This information will be furnished to the Engineer
who will notify you for dissemination and action in the area affected. If a discrepancy between
this notice and the fire danger rating obtained from the nearest office of either Cal Fire or USFS
exists, you must conduct operations according to the higher of the two fire danger ratings.
If the fire danger rating reaches very high:
1. Falling of dead trees or snags must be discontinued.
2. No open burning is permitted and fires must be extinguished.
3. Welding must be discontinued except in an enclosed building or within an area cleared of
flammable material for a radius of 15 feet.
4. Blasting must be discontinued.
5. Smoking is allowed only in automobiles and cabs of trucks equipped with an ashtray or in
cleared areas immediately surrounded by a fire break unless prohibited by other
authority.
6. Vehicular travel is restricted to cleared areas except in case of emergency.
If the fire danger rating reaches extreme, take the precautions specified for a very high fire
danger rating except smoking is not allowed in an area immediately surrounded by a firebreak
and work of a nature that could start a fire requires that properly equipped fire guards be
assigned to such operation for the duration of the work.
The Engineer may suspend work wholly or in part due to hazardous fire conditions. The days
during this suspension are non—working days.
If field and weather conditions become such that the determination of the fire danger rating is
suspended, section 7-1.02M(2)will not be enforced for the period of the suspension of the
determination of the fire danger rating. The Engineer will notify you of the dates of the
suspension and resumption of the determination of the fire danger rating.
Add between the 9th and 10th paragraphs of section 7-1.03:
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 1 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.
If vertical clearance is temporarily reduced to 15.5 feet or less, place low clearance warning signs
in compliance with the California MUTCD and any directions of the Engineer. Signs must comply
with the dimensions, color, and legend requirements of the California MUTCD and section 12-
3.06 except that the signs must have black letters and numbers on an orange retroreflective
background. W12-2P signs must be illuminated so that the signs are clearly visible.
Pave or provide full width continuous and cleared wood walks for pedestrian openings through
falsework. Protect pedestrians from falling objects and concrete-curing water. Extend overhead
protection for pedestrians at least 4 feet beyond the edge of the bridge deck. Illuminate all
pedestrian openings through falsework. Temporary pedestrian facilities must comply with the
California MUTCD, Part 6, Chapter 6D, "Pedestrian and Worker Safety."
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.
1. Install Type K temporary railing or other authorized protective systems under any of
the following conditions: 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 VIII 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 Insurance7-1.06D(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.
7-1.06D(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.
7-1.07C 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).
8-1.01 GENERAL
PROSECUTION AND PROGRESS
Replace Section 8 with:
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.
You may request approval to work on a holiday or on a non-working day. If, pursuant to such
request, the Engineer authorizes you to work on a holiday or on a non-working day, you pay the
actual cost incurred by the Department to perform all inspection, surveying, testing, and all other
project-related work by the Department on such holiday or non-working day. Such payment will
be deducted from monies due or which may become due to the Contractor.
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.
8-1.02B Level 1 Critical Path Method Schedule
8-1.02B(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. An 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 Equipment 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 plan 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
This project has time sensitive schedule due to the snow season and the area that is located.
Start work on the day shown in the notice to proceed, unless an early start has been approved.
The Engineer will issue a notice of commencement of contract time if Contractor fails to provide
Contracts, including bonds and insurance certificates or other required documents timely.
A notice of commencement of contract time does not authorize Contractor 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 entire work before the expiration of
SIXTY WORKING (60)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
THREE THOUSAND ($3,000.00)
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.
WATER STORAGE TANK
Should the tank installation bid item be awarded. The contractor will be required to start work on
site while for the tank submittal is being prepared, submitted and reviewed by the County and
manufactured by the manufacturer.
In the event that additive bid(s) are awarded, additional working days will be granted in
accordance with the following:
Additive Bids if Awarded Number of Additional Working Days
Additive 1 40
Additive 2 5
However, the extra time allotted is only for the construction additive items. The items in the base
bids shall completed within the 60 working days.
Pay to the County of Fresno the sum of
TWO THOUSAND ($2,000.00)
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.
8-1.10B 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 1 st 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.Profit realized from the sale of materials.
1.2.2. Cost of material damaged by:
1.2.2.1. Act of God.
1.2.2.2. Act of a public enemy.
1.2.2.3. Fire.
1.2.2.4. Flood.
1.2.2.5. Governor-declared state of emergency.
1.2.2.6. Landslide.
1.2.2.7. Tsunami.
1.2.3. 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
8 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, 11, 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
9-1.07A General
Section 9-1.07 applies to asphalt contained in materials for pavement structures and pavement
surface treatments such as HMA, tack coat, asphaltic emulsions, bituminous seals, asphalt
binders, and modified asphalt binders placed in the work. Section 9-1.07 does not apply if you
opted out of payment adjustments for price index fluctuations at the time of bid.
The Engineer adjusts payment whenever the California statewide crude oil price index for the
month the material is placed is more than 5 percent higher or lower than the price index at the
time of bid.
The California Department of Transportation determines the California statewide crude oil price
index each month on or about the 1 st business day of the month using the average of the posted
prices in effect for the previous month as posted by Chevron, ExxonMobil, and ConocoPhillips for
the Buena Vista and Midway Sunset fields.
If a company discontinues posting its prices for a field, the Department determines the index from
the remaining posted prices. The Department may include additional fields to determine the
index.
For the California statewide crude oil price index, go to the California Department of
Transportation Division of Construction Web site.
If the adjustment is a decrease in payment, the Department deducts the amount from the monthly
progress payment.
The Department makes payment adjustments due to price index fluctuations for changed quantities
under section 9-1.06.
If you do not complete the work within the Contract time, payment adjustments during the overrun
period are determined using the California statewide crude oil price index in effect for the month
in which the overrun period began.
If the price index at the time of placement increases:
1. 50 percent or more over the price index at bid opening, notify the Engineer.
2. 100 percent or more over the price index at bid opening, do not furnish material containing
asphalt until the Engineer authorizes you to proceed with that work. The Department may
decrease bid item quantities, eliminate bid items, or terminate the Contract.
Before placing material containing asphalt, submit the current sales and use tax rate in effect in
the tax jurisdiction where the material is to be placed.
Submit a public weighmaster's certificate for HMA, tack coat, asphaltic emulsions, and modified
asphalt binders, including those materials not paid for by weight. For slurry seals, submit a
separate public weighmaster's certificate for the asphaltic emulsion.
9-1.08 Explanation of Bid Items
General
The Contract payment for the specified items of work as set forth in the Bid Schedule shall be full
compensation for furnishing all labor, materials, methods or processes, implements, tools, equipment
and incidentals and for doing all work involved as required by the provisions of the Contract
Documents for a complete in place and operational system.
1. Unless otherwise specified in the Specifications, quantities of work shall be determined
from measurements or dimensions in a horizontal plane. All measurements shall be made in
accordance with United States Standard Measures. All materials shall be measured on the basis
of"in place" quantities and paid for using the units listed in the bid schedule. For materials
specified to be measured in place in a structure, the actual volume within the neat lines of the
structure, as shown on the contract drawings, will be the basis for computing quantities.
2. After the work has been completed, the Engineer will make field measurements of unit
price items in order to determine the quantities of the various items as a basis for payment. On all
unit price items, the contractor will be paid for the actual amount of the work performed in
accordance with the contract documents, as computed from field measurements.
3. Work or quantities not listed in the description of bid items are considered incidental
to other construction and will not be separately measured or paid for.
Bid Item 1 —Supplemental Work
This item is provided to account for supplemental work for unforeseen work which the Engineer
determines is necessary to allow for the work required by the Contract Documents to proceed as
intended without interruption. This item will be used only for this purpose. The dollar amount listed
on the Bid Proposal Form is an estimated allowance set aside by the County and shall be
included on each Bidder's Bid Proposal sheets.
Supplemental work shall be performed only upon direct written authorization from the Engineer and
daily
extra work reports shall be submitted to and approved by the Engineer. The Contractor shall
maintain separate records for extra work performed in accordance with the provisions of Section 5-
1.27, "Records," of the Standard Specifications and the special provisions.
The Contractor will be paid only for the value of completed supplemental work which has been
authorized in writing by the County.
The value of work, which the Owner may authorize under this item, may be less than the amount
shown on the Bid Proposal sheet, and it could be that no supplemental work will be authorized at
all.
Accordingly, payments to the Contractor for supplemental work will likely differ substantially from
the estimated Allowance which is included in the Bid Proposal.
If no supplemental work is authorized or if no authorized supplemental work is performed, then no
payments will be made to the Contractor under this Bid item and the Contract Price will be reduced
by the full amount of the item included in the Bid Proposal for supplemental work. The provisions
in Section 9- 1.06, "Changed Quantity Pay Adjustments" of the Standard Specifications shall not
apply to the item "Supplemental Work Allowance."
The Contractor shall have no claim for anticipated overhead or profit should the County fail to
authorize any supplemental work or should the value of authorized supplemental work be less
than anticipated by the Contractor.
Bid Item 2-Mobilization
Payment for this item shall include full compensation for all labor, materials, tools, equipment and
incidentals making up the cost of mobilization, move-in, move-out, all necessary bonds,
insurance, permits, licenses, and fees required during the performance of the work as specified.
This item also includes demobilization, including the removal of all equipment, supplies, personnel
and incidentals from the project at the end of construction. Securing a staging area/s and paying
for any fee that may be required be the owner/s shall be included in this bid item. This bid item
will be paid for by Lump Sum for the entire project.
This bid item also includes the cost of potholing and locating all existing utilities including all
existing water service locations, sewer service, main sewer depth, telecommunications within the
CSA 1 project limits. Note that the Plans may not include all existing utilities within the project
limits. All existing utilities and water service locations must be marked prior to start of
construction. The bid item unit price shall include full compensation for furnishing all labor, tools,
equipment and materials, along with all associated appurtenances required to complete the work
under this bid item, in conformance with the plans and specifications, and as directed by the
Engineer. This is a lump sum bid item and will be paid at the lump sum price bid. Payment will be
prorated based on the percentage of work completed under this bid item.
Bid Item 3-Traffic Control
This bid item is a lump sum bid for all materials, labor and appurtenances required to maintain
traffic control measures within the project limits in accordance with Section 12 of Standard
Specifications, these special provisions and as directed by the Engineer. The Contractor shall
submit a traffic control plan for review and approval by the County. Traffic control provisions shall
conform to the following requirements:
1. The California Manual on Uniform Traffic Control Devices (MUTCD), latest edition, is
hereby referred to and incorporated herein as though set forth in full. The Contractor shall
be responsible for providing all necessary traffic control facilities, 24 hours per day, 7
days per week for the entire duration of the project.
2. Specific traffic control measures associated with the work of this Contract are as follows:
a. All lane closures must be approved by the County in advance. The road shall be
returned to two-way traffic outside of the hours specified above.
b. The Contractor may use trench plates to re-open the road to two-way traffic
overnight, however, temporary trench resurfacing shall be placed after each
road crossing is
complete.Temporary trench resurfacing shall be maintained until permanent
trench resurfacing is placed. Permanent trench resurfacing shall be
scheduled and placed immediately following acceptance of water installed.
c. Access to all local streets, lodge and residences shall be maintained at all times,
except as noted below. Where the Contractor's operations block access to
driveways, the Contractor shall provide a minimum of forty-eight(48) hour written
notice to the residents and minimize the duration of interruptions to driveway
access.
Full compensation for furnishing all labor(including flagging), materials, tools, equipment and
incidentals, and for doing all work involved for the sole convenience, direction and safety of
public traffic shall be included in this bid item. This bid item shall be paid at the lump sum price
bid. Payment will be prorated based on the percentage of contract work completed.
Bid Item 4—Prepare and Implement Water Pollution Control Plan
The contract lump sum price paid for water pollution control includes full compensation for doing
all the work involved in preparing, submitting, and revising, if necessary, a Water Pollution
Control Plan in accordance with the approved WPCP as specified in the Standard Specifications
and these special provisions, and as directed by the Engineer.
This bid item also includes full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all the work involved in implementing, maintaining, inspecting, and
removing water pollution control practices in accordance with the approved WPCP as specified in
the Standard Specifications and these special provisions, and as directed by the Engineer.
Bid Item 5 -Construction Project Funding Sign
This bid item is a unit price bid, per each, for constructing, erecting, maintaining, and removing
construction project information signs in conformance with the provisions of Section 12-2 of the
Special Provisions and the Project Details.
Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for
doing all work involved in constructing, maintaining, repairing, and removing construction project
information signs shall be included in the unit price bid for each Construction Project Information
Sign, and no additional payment will be made therefor.
Bid Item 6 - Job Site Management
This bid item is a lump sum bid item for the cost of all work involved with CSA 1 job site
management and includes full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all the work involved in spill prevention and control, material
management, waste management, non-stormwater management, and dewatering and
identifying, sampling, testing, handling, and disposing of hazardous waste resulting from your
activities, as specified in the Standard Specifications and these Special Provisions, and as
ordered by the Engineer.
The contractor shall abide by all federal and state regulations regarding removal and disposal of
hazardous waste materials including, but not limited to asbestos cement pipe.
This item also includes providing worker protection from trench failures and other hazards that
may occur during construction. The Contractor shall comply with the provisions of the
Construction Safety Orders, Tunnel Safety Orders, and General Safety Orders issued by the
State of California Division of Industrial Safety, as well as all other applicable laws, ordinances,
and regulations, as they pertain to the protection of workers from the hazard of caving ground.
Bid Item 7 - Finish Project Site
This bid item is a lump sum bid item for the cost of all work involved with CSA 1 for finishing the
project and includes full compensation for furnishing all labor, materials, tools, equipment, and
incidentals and for
doing all the work involved as specified in Section 22 of the Standard specifications, these special
provisions and as ordered by the Engineer and no further compensation will be allowed therefor.
Bid Item 8—Clearing and Grubbing (except existing Tank site):
This item of work shall consist of clearing, grubbing and disposing of vegetation, moving
boulders/rocks (if necessary), as necessary to accommodate installation of a new infrastructure
including but not limited to main pipeline, water service connections, fire hydrants, etc. per
Standard Specifications Section 17-2 and these Special Provisions. Clearing and grubbing related
to the County water storage tank is not included in this bid item. Clearing and grubbing for the
new storage tank site is included in Additive Bid Item 40.
The Contractor shall satisfy themselves of the location of utilities through means of their choosing
to locate and protect the utilities. Minimize surface disturbance to avoid inadvertent damage to
proximity vegetation and properties.
Mature trees adjacent or in proximity to the pipeline easement are to be avoided /protected.
Where proximity is such that mechanical damage by equipment contact to trees of greater than
12" Diameter at Breast Height(DBH) is likely, placing and banding of boards vertically to the tree
trunk may be directed by the Engineer with the expense of such included in the price bid.
Payment for the work of this bid item as completed and accepted by the Engineer shall be at
the lump sum price bid with proportionate progress payment increments allowed.
Bid Item 9—Trench Rock Excavation less than 2%
This item of work includes the extra effort required for rock removal from the water pipeline
trench to realize the required depth and configuration to include disposal of material unsuitable for
trench backfill together with provision and placement of suitable replacement import backfill
material.
The extent of the require rock excavation shall be measured by the Engineer with agreement
required of the Contractor before performance of the work. The "less than 2 feet"shall be with
reference to the trench design bottom elevation with over excavation of not less than 6 inches
required to accommodate trench bedding material cushion between trench bottom rock and pipe
bottom grade line. This item does not apply when the total depth of rock removal is greater than
2 feet above the trench bottom grade line
The amount shown in the Proposal shall be included in each Bidder's proposal. This item may be
deleted entirely by Owner if the Engineer determines that it is unnecessary. If the item is deleted,
no compensation will be made therefor. No costs shall be incurred pertaining to this item unless
directed by the Engineer. This item is excluded from the adjustment of changed quantities as
specified in Standard Specifications Section 9-1.06"Changed Quantity Payment Adjustments".
Payment for the work of this bid item shall be per lineal foot at the unit price bid for the length of
trench requiring rock removal less than 2' by means provided by Contractor and approved by the
Engineer, satisfactorily performed, and accepted by the Engineer as completed work. Blasting
will NOT be allowed in this iob.
Bid Item 10—Trench Rock Excavation more than 2%
This item of work includes the extra effort required for rock removal from the water pipeline
trench to realize the required depth and configuration to include disposal of material unsuitable for
trench backfill together with provision and placement of suitable replacement import backfill
material.
The extent of the require rock excavation shall be measured by the Engineer with agreement
required of the Contractor before performance of the work. The "more than 2 feet" shall be with
reference to the trench design bottom elevation with over excavation of not less than 6 inches
required to accommodate trench bedding material cushion between trench bottom rock and pipe
bottom grade line. This item does not apply when the total depth of rock removal is less than 2
feet above the trench bottom grade line
The amount shown in the Proposal shall be included in each Bidder's proposal. This item may be
deleted entirely by Owner if the Engineer determines that it is unnecessary. If the item is deleted,
no compensation will be made therefor. No costs shall be incurred pertaining to this item unless
directed by the Engineer. This item is excluded from the adjustment of changed quantities as
specified in Standard Specifications Section 9-1.06 "Changed Quantity Payment Adjustments".
Payment for the work of this bid item shall be per lineal foot at the unit price bid for the length of
trench requiring rock removal more than 2' by means provided by Contractor and approved by
the Engineer, satisfactorily performed, and accepted by the Engineer as completed work.
Blasting will NOT be allowed in this fob.
Bid Item 11 —Remove Fire Hydrant:
This bid item is a unit price bid, per each,for removal of existing fire hydrant assemblies at the
locations shown on the Plans, including but not limited to excavation, stockpiling and disposal of
unacceptable backfill material, pipe, fittings, backfill and compaction, removal of pole, capping
the existing line and restoration of unpaved surfaces as show in the plans (Detail 3/CD-3),
Specifications, and as directed by the Engineer. This bid item shall be paid at the unit price bid
per each hydrant removed.
Bid Item 12—Remove Water Valve Boxes:
This bid item is a unit price bid, per each, for removal of existing water valve boxes, including but
not limited to excavation, stockpiling and disposal of unacceptable backfill material, valve box
(including fire hydrant valve boxes), asphalt concrete and/or concrete collar, backfill and
compaction, and restoration of unpaved surfaces as shown in the plans and Specifications, and
as directed by the Engineer. New HMA shall be included in the Permanent Trench Repair HMA
bid item.
Bid Item 13—Remove PRV Valve and vault:
This bid item is a unit price bid, per each, for removal of existing PRV valve and vault, including
but not limited to excavation, stockpiling and disposal of unacceptable backfill material, cutting
and plugging pipe, fittings, removal and disposal of vault and PRV valve, backfill and compaction,
removal of Asphalt concrete as shown in the plans and per these specifications. New HMA shall
be included in the Permanent Trench Repair HMA bid item. The cost of properly abating and
disposing sections of the Asbestos cement pipe shall be included in this bid item.
The Contractor shall be responsible to find a location for disposal of the asbestos pipe and shall
be included in the bid item.
Bid Item 14—Water Service lateral abandonment.
This bid item is a unit price bid, per each service connection abandoned, including but not limited
to excavation, disposal of material, cutting and plugging pipe, fittings, backfill and compaction, as
shown in the plans and per these specifications.
Bid Item 15—2" Dia. C901 SDR 11 HDPE Pipe:
This item of work shall consist of furnishing all labor, materials, tools, equipment and incidentals
for doing all the work involved to install 2" Dia HDPE pipe pursuant to the Construction Drawings,
Standard Specifications and these special provisions, complete in-place and operable.
This bid item shall include, where necessary, asphalt concrete sawcut, removal and disposal;
trenching, bedding, pipe installation including all necessary fittings, thrust block, tracer wire,
marker tape; backfilling and temporary resurfacing. HMA for paved areas shall be included in Bid
Item 36 "Permanent Trench Repair HMA".
This bid item also includes the labor, materials, supplies and equipment for pipeline purging,
pressure testing, disinfecting, flushing and disposal of chlorinated water, sampling and testing of
residual water
after flushing, and performing such additional efforts as may be required to obtain passing test results.
Payment for the work of this bid item shall be for the measured lineal foot of pipe installed when
accepted by the Engineer as complete in place and operable and shall be at the unit price bid.
Bid Item 16—3" Dia. C901 SDR 11 HDPE Pipe:
This item of work shall consist of furnishing all labor, materials, tools, equipment and incidentals
for doing all the work involved to install 3" Dia HDPE pipe pursuant to the Construction Drawings,
Standard Specifications and these special provisions, complete in-place and operable.
This bid item shall include, where necessary, asphalt concrete sawcut, removal and disposal;
trenching, bedding, pipe installation including all necessary fittings, thrust block, tracer wire,
marker tape; backfilling and temporary resurfacing. HMA for paved areas shall be included in Bid
Item 36 "Permanent Trench Repair HMA".
This bid item also includes the labor, materials, supplies and equipment for pipeline purging,
pressure testing, disinfecting, flushing and disposal of chlorinated water, sampling and testing
of residual water after flushing, and performing such additional efforts as may be required to
obtain passing test results.
Payment for the work of this bid item shall be for the measured lineal foot of pipe installed when
accepted by the Engineer as complete in place and operable and shall be at the unit price bid.
Bid Item 17—6" Dia. C906 SDR 11 HDPE Pipe:
This item of work shall consist of furnishing all labor, materials, tools, equipment and incidentals
for doing all the work involved to install 6" Dia HDPE pipe pursuant to the Construction Drawings,
Standard Specifications and these special provisions, complete in-place and operable.
This bid item shall include, where necessary, asphalt concrete sawcut, removal and disposal;
trenching, bedding, pipe installation including all necessary fittings, thrust block, tracer wire,
marker tape; backfilling and temporary resurfacing. HMA for paved areas shall be included in Bid
Item 36 "Permanent Trench Repair HMA".
This bid item also includes the labor, materials, supplies and equipment for pipeline purging,
pressure testing, disinfecting, flushing and disposal of chlorinated water, sampling and testing
of residual water after flushing, and performing such additional efforts as may be required to
obtain passing test results.
Payment for the work of this bid item shall be for the measured lineal foot of pipe installed when
accepted by the Engineer as complete in place and operable and shall be at the unit price bid.
Bid Item 18—2" SDR 11 &6"SDR 11 HDPE Pipe (Same trench):
This item of work shall consist of furnishing all labor, materials, tools, equipment and incidentals
for doing all the work involved to install 2" and 6" Dia HDPE pipe in same trench pursuant to the
Construction Drawings, Standard Specifications and these special provisions, complete in-place
and operable.
This bid item shall include, where necessary, asphalt concrete sawcut, removal and disposal;
trenching, bedding, pipe installation including all necessary fittings, thrust block, tracer wire,
marker tape; backfilling and temporary resurfacing. HMA for paved areas shall be included in Bid
Item 36 "Permanent Trench Repair HMA".
This bid item also includes the labor, materials, supplies and equipment for pipeline purging,
pressure testing, disinfecting, flushing and disposal of chlorinated water, sampling and testing
of residual water after flushing, and performing such additional efforts as may be required to
obtain passing test results.
Payment for the work of this bid item shall be for the measured lineal foot of excavated trench
with pipes installed when accepted by the Engineer as complete in place and operable and shall
be at the unit price bid. The lineal foot includes both pipes.
Bid Item 19—3"SDR 11 &6"SDR 11 HDPE Pipe (Same trench):
This item of work shall consist of furnishing all labor, materials, tools, equipment and incidentals
for doing all the work involved to install 3" and 6" Dia HDPE pipe in same trench pursuant to the
Construction Drawings, Standard Specifications and these special provisions, complete in-place
and operable.
This bid item shall include, where necessary, asphalt concrete sawcut, removal and disposal;
trenching, bedding, pipe installation including all necessary fittings, thrust blocks, concrete anchor
block, tracer wire, marker tape; backfilling and temporary resurfacing. HMA for paved areas shall
be included in Bid Item 36 "Permanent Trench Repair HMA".
This bid item also includes the labor, materials, supplies and equipment for pipeline purging,
pressure testing, disinfecting, flushing and disposal of chlorinated water, sampling and testing
of residual water after flushing, and performing such additional efforts as may be required to
obtain passing test results.
Payment for the work of this bid item shall be for the measured lineal foot of excavated trench
with pipes when accepted by the Engineer as complete in place and operable and shall be at the
unit price bid. The lineal foot includes both pipes.
Bid Item 20—2" Gate Valve Assembly:
This bid item is a unit price bid, per each, for furnishing and installing 2" gate valves at the
locations shown on the plans except where specifically included in another bid item, including but
not limited to trenching, the installation of the valve, polyethylene encasement, thrust block, valve
box, concrete collar, riser, restrained joints, backfilling, and adjusting valve boxes and covers to
finished grade.
The bid item price shall include full compensation for furnishing all labor, tools, equipment and
materials, along with all associated appurtenances required to complete the installation,
construction and testing of the described improvements in fully functional order, in conformance
with the plans and specifications, and as directed by the Engineer. This is a unit price bid item
and will be paid per each 2"valve and valve box installed.
Bid Item 21 —3" Gate Valve Assembly:
This bid item is a unit price bid, per each, for furnishing and installing 3" gate valves at the
locations shown on the plans except where specifically included in another bid item, including but
not limited to trenching, the installation of the valve, polyethylene encasement, thrust block, valve
box, concrete collar, riser, restrained joints, backfilling, and adjusting valve boxes and covers to
finished grade.
The bid item price shall include full compensation for furnishing all labor, tools, equipment and
materials, along with all associated appurtenances required to complete the installation,
construction and testing of the described improvements in fully functional order, in conformance
with the plans and specifications, and as directed by the Engineer. This is a unit price bid item
and will be paid per each 3"valve and valve box installed.
Bid Item 22—6" Gate Valve Assembly:
This bid item is a unit price bid, per each, for furnishing and installing 6" gate valves at the
locations shown on the plans except where specifically included in another bid item, including but
not limited to trenching, the installation of the valve, polyethylene encasement, thrust block, valve
box, concrete collar, riser, restrained joints, backfilling, and adjusting valve boxes and covers to
finished grade.
The bid item price shall include full compensation for furnishing all labor, tools, equipment and
materials, along with all associated appurtenances required to complete the installation,
construction and testing of the described improvements in fully functional order, in conformance
with the plans and specifications, and as directed by the Engineer. This is a unit price bid item
and will be paid per each 6"valve and valve box installed. The valves for the fire hydrant are not
part of this bid item and shall be included in the Bid item "Fire Hydrant Assembly and Lateral"
Bid Item 23—6" Blind Flange:
This bid item is a unit price bid, per each, for furnishing and installing a 6" blind flange at the
locations shown on the plans except where specifically included in another bid item. It includes
the installation of the blind flange and any hardware, nuts or bolts.
The bid item price shall include full compensation for furnishing all labor, tools, equipment and
materials, along with all associated appurtenances required to complete the installation,
construction and testing of the described improvements in fully functional order, in conformance
with the plans and specifications, and as directed by the Engineer. This is a unit price bid item
and will be paid per each 6" blind flange installed.
Bid Item 24—4" Dia.with 1" Dia.bypass Pressure Reducing Valve:
This item of work shall consist of furnishing all labor, materials, tools, equipment and incidentals
for doing all the work involved to install 4" diameter pressure reducing valves with 1" HDPE
manifold, 1" PRV, 1" ball valves, pressure gages, insulation, complete in place as shown in the
plans and special provisions, tested, calibrated and operable.
This item does not include installing the pressure reducing valve concrete vault or lid. That
item and associated work is included in Bid Item 25 - Pressure Reducing Valve Vault" . This
bid item does not include the 6" Gate valves immediately upstream and downstream of the
PRV, those valves shall be included in Bid item 22—6" Gate valve assembly
These items are bid and payable on a unit price per each pressure reducing valve installed and
accepted by Engineer.
Bid Item 25—Pressure Reducing Valve Vault:
This item of work shall consist of furnishing all labor, materials, tools, equipment and incidentals
for doing all the work involved to sawcut, remove and disposed of asphalt concrete, excavate,
place crushed rock, install the concrete valve vault, traffic rated cover or lid, backfill, and compact.
This item does not include installing the pressure reducing valve. That item and associated work
is included in Bid Item 24 24" Dia. with 1" Dia. bypass Pressure Reducing Valve". This bit item
does not include the cost of installing HMA.
These items are bid and payable on a unit price per each vault installed and accepted by Engineer.
Bid Item 26-Fire Hydrant Assembly and Lateral
This bid item is a unit price bid, per each, for furnishing and installing fire hydrant assembly at the
locations shown on the Plans, including but not limited to excavation, stockpiling and disposal of
unacceptable backfill material, placing pipe bedding, furnishing and installing fire hydrant
assembly, pipe, fittings, restrained joints, gate valve, polyethylene encasement, valve box and
concrete collar, crushed rock, backfill and compaction, installation of blue pavement marker and
marker pole, flushing, disinfection, pressure and bacteriological testing, acquisition and disposal
of water used during testing, restoration of unpaved surfaces and any other work in conformance
with the Plans and Specifications, and as directed by the Engineer.
Bid Item 27 -Bacteriological Sampling Station Assembly
This bid item is a unit price bid, per each, for furnishing and installing Bacteriological Sampling
Station (BSS) assembly at the locations shown on the Plans, including but not limited to
excavation, stockpiling and disposal of unacceptable backfill material, HDPE saddle, furnishing
and installing BSS assembly, mounting pole and footing, pipe, fittings, valve, valve box and
concrete collar, backfill and compaction, flushing, disinfection, pressure and bacteriological
testing, acquisition and disposal of water used during testing, restoration of unpaved surfaces
and any other work in conformance with the Plans and Specifications, and as directed by the
Engineer.
Bid Item 28—Air Release Valve Assembly.
This bid item is a unit price bid, per each,for furnishing and installing Air Release Valve (ARV)
assembly at the locations shown on the Plans, including but not limited to excavation, stockpiling
and disposal of unacceptable backfill material, HDPE saddle, furnishing and installing ARV
assembly, steel housing, concrete pad with anchors, pipe, fittings, valve, backfill and compaction,
flushing, disinfection, pressure and bacteriological testing, acquisition and disposal of water used
during testing, restoration of unpaved surfaces and any other work in conformance with the Plans
and Specifications, and as directed by the Engineer
Bid Item 29—1"Water Service Connection W/Meter&Box:
This bid item is a unit bid item, per each, that includes furnishing and installing a 1-inch water
service, for each parcel shown on the plans in the base bid, including but not limited to, public
notices, locating existing service connection, all pavement removal, excavation, stockpiling, and
disposal of unacceptable backfill material, connecting to existing water service on the property
side of the meter, crossing under the road side ditch (when necessary), backfill, furnishing and
installing all pipe and fittings, valves, meter, meter box, insulation, crushed rock, flushing,
disinfection, pressure and bacteriological testing and acquisition and disposal of water using
during testing.
This bid item also includes furnishing all labor and necessary equipment to install and commission
County supplied water meters, encoder and endpoint.
All costs associated with protecting existing utilities and improvements and replacing any
damaged improvements"in kind" shall be included in this bid item unless specifically included in
another bid item.
The bid price item shall include full compensation for furnishing all labor, tools, equipment, and
materials, along with all associated appurtenances required to complete the installation,
construction, and testing of the described improvements in fully functional order, in conformance
with these Plans and Specifications, and as directed by the Engineer. This is a unit bid item and
will be paid per each 1"water service installed.
Bid Item 30—2"Water Service Connection W/Meter&Box&2" PRV in box:
This bid item is a unit bid item, per each, that includes furnishing and installing a 2-inch water
service with pressure reducing valve, for the parcel shown on the plans in the base bid, including
but not limited to, public notices, locating existing service lateral, all pavement removal,
excavation, stockpiling, and disposal of unacceptable backfill material, placing of pipe bedding,
connecting to existing water service on the property side of the meter, backfill, furnishing and
installing all pipe and fittings, valves, meter and meter box, crushed rock, PRV and box,
insulation, flushing, disinfection, pressure and bacteriological testing and acquisition and disposal
of water using during testing.
This bid item also includes furnishing all labor and necessary equipment to install and commission
County supplied water meters, encoder and endpoint.
All costs associated with protecting existing utilities and improvements and replacing any
damaged improvements"in kind"shall be included in this bid item unless specifically included in
another bid item.
The bid price item shall include full compensation for furnishing all labor, tools, equipment, and
materials, along with all associated appurtenances required to complete the installation,
construction, and testing of the described improvements in fully functional order, in conformance
with these Plans and Specifications, and as directed by the Engineer. This is a unit bid item and
will be paid per each 2"water service installed.
Bid Item 31 —1"Water Service Connection W/Meter&Box(APN 113-211-08, 113-211-09&
113-211- 10):
This bid item is a unit bid item, per each, that includes furnishing and installing a 1-inch water
service, for the specific lots with APNs 113-211-08, 113-211-09 & 113-211-10, including but not
limited to, public notices, locating existing service connection, all pavement removal, excavation,
stockpiling, and disposal of unacceptable backfill material, connecting to existing water service
on the property side of the meter, backfill, furnishing and installing all pipe from the main, service
lines and fittings, valves, meter, meter box, insulation, flushing, disinfection, pressure and
bacteriological testing and acquisition and disposal of water using during testing.
This bid item shall also include the necessary work to install the service lines uphill and connect
near the existing residences as shown in the plans and specifications.
This bid item also includes furnishing all labor and necessary equipment to install and commission
County supplied water meters.
All costs associated with protecting existing utilities and improvements and replacing any
damaged improvements"in kind"shall be included in this bid item unless specifically included in
another bid item.
The bid price item shall include full compensation for furnishing all labor, tools, equipment, and
materials, along with all associated appurtenances required to complete the installation,
construction, and testing of the described improvements in fully functional order, in conformance
with these Plans and Specifications, and as directed by the Engineer. This is a unit bid item and
will be paid per each 1"water service installed.
Bid Item 32—1"Service Connection W/Meter Box @ Empty Lots:
This bid item is a unit bid item, per each, that includes furnishing and installing a 1-inch water
service, for each empty parcel shown on the plans (Detail 4/CD-4) in the base bid, including but
not limited to, all pavement removal, excavation, stockpiling, and disposal of unacceptable backfill
material, placing of pipe bedding, backfill, furnishing and installing all pipe and fittings, valves,
meter box, flushing, disinfection, pressure and bacteriological testing and acquisition and
disposal of water using during testing.
Water meters will not be installed in meter boxes at empty lots.
All costs associated with protecting existing utilities and improvements and replacing any
damaged improvements"in kind"shall be included in this bid item unless specifically included in
another bid item.
The bid price item shall include full compensation for furnishing all labor, tools, equipment, and
materials, along with all associated appurtenances required to complete the installation,
construction, and testing of the described improvements in fully functional order, in conformance
with these Plans and Specifications, and as directed by the Engineer. This is a unit bid item and
will be paid per each water service installed.
Bid Item 33—Service Lateral 1" Pressure Reducing Valve&Box:
This bid item is a unit bid item, per each, that includes furnishing and installing a 1-inch pressure
reducing valve, for each corresponding APN detailed in the plans in the base bid, including but
not limited to, public notices, all pavement removal, excavation, stockpiling, and disposal of
unacceptable backfill material, backfill, furnishing and installing all pipe and fittings, insulation,
PRV valve and box with crushed rock, flushing, disinfection, pressure and bacteriological testing
and acquisition and disposal of water using during testing.
All costs associated with protecting existing utilities and improvements and replacing any
damaged improvements"in kind"shall be included in this bid item unless specifically included in
another bid item.
The bid price item shall include full compensation for furnishing all labor, tools, equipment, and
materials, along with all associated appurtenances required to complete the installation,
construction, and testing of the described improvements in fully functional order, in conformance
with these Plans and Specifications, and as directed by the Engineer. This is a unit bid item and
will be paid per each PRV with box installed.
Bid Item 34—Temporary Water Line Relocation (Detail 7/CD-2):
This item of work shall consist of furnishing all labor, materials, tools, equipment, and incidentals
for doing all the work involved in installing or temporarily rerouting the existing water main per
Detail 7/CD-2, around the proposed water main alignment, disinfected, complete in place and
operable. Materials furnished for the temporary main shall include, but not be limited to,fittings,
pipe, trench excavation, plate plug existing pipe after transfer to new system, and backfill. The
cost of properly abating, properly disposing and paying for any fees to dispose the section of
asbestos cement pipe shall also be included in this bid item. See plan details.
These items are bid and payable on a unit price per each Temporary relocation of the water line
per plans and specifications approved and accepted by the Engineer. When 2 pipes are installed
in the same trench, the cost of temporarily intercepting the existing water main to run through with
both new pipes will be paid as one relocation.
The exact quantity of temporary water line relocation is unknown. For bidding purposes, a
quantity has been estimated. The relocation shall be performed only if directed by Engineer.
Should contractor temporarily relocate water line that has not been identified by Engineer,
Contractor will not be reimbursed for such work. No adjustment of contract unit price will be made
for any increase or decrease in the quantity of temporary water line relocation regardless of the
reason for such increase or decrease. The provisions in Section 9-1.06, "Changed Quantity
Payment Adjustments," of the Standard Specifications shall not apply to this bid item.
The value of work, which the Owner may authorize under this item, may be less than the amount
shown on the Bid Proposal sheet, and it could be that no temporary relocation work will be
authorized at all.
Accordingly, payments to the Contractor for this item will likely differ substantially from the
estimated number of relocation that is included in the Bid Proposal.
The Contractor shall have no claim for anticipated overhead or profit should the County fail to
authorize any temporary water line relocation, or should the value of authorized work be less
than anticipated by the Contractor.
Bid Item 35—Service Sewer Bypass (Detail 6/CD-2):
This item of work shall consist of furnishing all labor, materials, tools, equipment, and incidentals
for doing all the work involved in installing or permanently rerouting the existing residential sewer
branch per Detail 6/CD-2, around the proposed water main alignment, complete in place and
operable. Materials furnished for the sewer branch bypass shall include, but not be limited to,
fittings, pipe, trench excavation and backfill. The cost of properly abating, properly disposing and
paying for any fees to dispose the section of asbestos cement pipe shall also be included in this
bid item. See plan details.
These items are bid and payable on a unit price per each Sewer service bypass per plans and
specifications approved and accepted by the Engineer.
The exact quantity of sewer service bypass is unknown. For bidding purposes, a quantity has
been estimated. The relocation shall be performed only if directed by Engineer. Should
contractor bypass a sewer service that has not been identified by Engineer, Contractor will not be
reimbursed for such work. No adjustment of contract unit price will be made for any increase or
decrease in the quantity sewer service bypass regardless of the reason for such increase or
decrease. The provisions in Section 9-1.06, "Changed Quantity Payment Adjustments,"of the
Standard Specifications shall not apply to this bid item.
The value of work, which the Owner may authorize under this item, may be less than the amount
shown on the Bid Proposal sheet, and it could be that no sewer bypass work will be authorized at
all.
Accordingly, payments to the Contractor for this item will likely differ substantially from the
estimated number of relocation that is included in the Bid Proposal.
The Contractor shall have no claim for anticipated overhead or profit should the County fail to
authorize any sewer bypass, or should the value of authorized work be less than anticipated by
the Contractor.
Bid Item 36—Permanent Trench Repair HMA:
This work includes placement within paved roadways permanent trench resurfacing of asphalt concrete
pavement in the main waterline, service lateral, hydrant,ARV, BSS trenches and any other
appurtenant locations over compacted trench backfill with the asphalt concrete to be placed and
compacted as depicted in the construction drawings and as directed in Section 39 of the Special
provisions and Standard Specifications.
This item is bid and payable on TON basis of HMA placed as specified in Section 39 of the
Specifications. Cost of Tack cost shall be included in the cost/TON of HMA.
If additive Bid Item 51, 1/2"Type A HMA(Overlay)"gets awarded,then only the tonnage for 0.35
ft thick section of HMA will be paid under Permanent Trench Repair HMA,the other 0.15 ft section
will be paid as part of the overlay bid item, and the quantities shown in this bid item will be reduced
accordingly. The provisions in Section 9-1.06, "Changed Quantity Payment Adjustments," of the
Standard Specifications shall not apply to this item.
Bid Item 37—Cement Slurry Backfill:
This bid item unit is per cubic yard of slurry cement poured and accepted by the Engineer, and
includes furnishing labor, tools and material for placing slurry cement when crossing sewer main
(if necessary)or when new water pipe has a depth of less than 36 inches per detail 2/CD-3 and
1/CD-4, as shown in the plans and per specifications. Slurry cement utilized for plugging existing
pipe, abandoning existing water infrastructure (i.e. water valves) shall be included in the other
items of work.
The exact quantity of slurry cement to be poured is unknown. For bidding purposes, a quantity
has been estimated. Pouring slurry cement shall be performed only if directed by Engineer.
Should contractor pour slurry cement that has not been identified by Engineer, Contractor will not
be reimbursed for such work. No adjustment of contract unit price will be made for any increase
or decrease in the quantity slurry cement regardless of the reason for such increase or decrease.
The provisions in Section 9-1.06, "Changed Quantity Payment Adjustments," of the Standard
Specifications shall not apply to this bid item.
The value of work, which the Owner may authorize under this item, may be less than the amount
shown on the Bid Proposal sheet, and it could be that no slurry cement will be authorized at all.
Accordingly, payments to the Contractor for this item will likely differ substantially from the
estimated number of relocation that is included in the Bid Proposal.
The Contractor shall have no claim for anticipated overhead or profit should the County fail to
authorize any slurry cement, or should the value of authorized work be less than anticipated by
the Contractor.
Bid Item 38—Miscellaneous Water System Operations:
This item of work includes installing a pressure sensing line to the existing groundwater pumps,
integrating the sensing line with existing pressure switches and coordinating with the County
Operator to set pump operational pressures.
This item also includes modifying the outlet of an existing groundwater well pump, increasing the
size as shown in the plans, reconnecting any mercoid pressure switches, isolation valves,
pressure gauges and any other appurtenant work as shown on the plans, specifications and as
directed by Engineer.
Payment for the work of this bid item as completed and accepted by the Engineer shall be at
the lump sum price bid with proportionate progress payment increments allowed.
Bid Item 39—Startup and Testing
This bid item is a lump sum bid and includes furnishing services associated with startup and
testing as specified herein these specifications. Completed bid item shall provide a complete and
fully operational facility with complete integration between wells, tanks, PRV valve, service
connections, fire hydrant testing, bacteriological sampling station testing, etc.
The bid item price shall include full compensation for furnishing all labor,tools, equipment and
materials, along with all associated appurtenances required to complete the work under this
bid item, in conformance with the Plans and Specifications, and as directed by the Engineer.
This bid item will be paid for by Lump Sum on a prorated basis based on the percentage of
work completed under this bid item.
Additive Bid Item 40—Clearing and Grubbing (Tank site):
This item of work shall consist of clearing, grubbing and disposing of vegetation, relocating rocks
as necessary to accommodate installation of a new tank including but not limited to replacement
of existing water storage tank, pad and any potential access road that Contractor may have
agreed with a property owner.(Tank site is shown in Sheet L-8). Clear and grub shall be per
Standard Specifications Section 17-2 and these Special Provisions. Chipping and scattering of
the cleared and grubbed vegetation for disposal along the easement may be employed. If
disposal along the easement is employed, care shall be taken to retain such disposal debris on
the easement and not on adjacent properties. Clearing and grubbing outside this area is not
included in this bid item and shall be included in Bid Item 8.
The Contractor shall satisfy themselves of the location of utilities through means of their choosing
to locate and protect the utilities. Minimize surface disturbance to avoid inadvertent damage to
proximity vegetation and properties.
Payment for the work of this bid item as completed and accepted by the Engineer shall be at
the lump sum price bid with proportionate progress payment increments allowed.
Additive Bid Item 41 - Construct Retaining wall
This bid item shall be paid per lineal foot of retaining wall constructed and shall include the
cost to furnish all labor, materials, tools, equipment, and incidentals to, installing drain rock,
perforated pipe, filter fabric; forming, furnishing and placing reinforcement; furnishing and
pouring the Portland cement concrete, finish and cure the PCC as specified in the contract
specifications and plans. Measurement for payment will be along the centerline of the wall.
Additive Bid Item 42—Demolish and Haul Off Existing Water Storage Tank
This bid item is a lump sum bid for the cost of all work involved in providing a temporary supply of
water(See Section 15 of these specifications).This bid item al so includes properly emptying the
tank, demolition, removal, and disposal of the existing water storage tank at the project site
including the tank, concrete footings or foundation, attached piping and fittings and all other
appurtenances as specified on the Plans and in these Specifications.. Demolished or removed
sections of asbestos concrete pipe, if any shall be properly disposed of offsite at Contractors
expense.
Additive Bid Item 43—Water Storage Tank Foundation
This bid item is a lump sum bid for all work associated with furnishing all labor, tools, equipment
and materials, to construct the water storage tank foundation as designed per tank
manufacturer, including but not limited to excavation, concrete, rebar, anchors, aggregate base
if used, and any other work to construct a foundation to install the new water storage tank.
Foundation design shall be coordinated with the storage tank supplier and Geotechnical Engineer.
Preparation of the water storage tank pad shall be included in the Water Storage Tank
Foundation Pad Preparation bid item.
Additive Bid Item 44—Water Storage Tank Foundation Pad Preparation
Full compensation for providing all labor, material, equipment and incidentals and for doing all the
construction work involved to achieve the grades as shown on the Plans, including re-grading
existing tank area, over-excavating existing soil per Geotech report with addendum, moisture
conditioning, compacting, pour 2-sack cement base as specified in the plans, these Special
Provisions, Geotechnical Report, Standard Specifications and as directed by the Engineer shall
be included in the lump sum and no additional compensation will be allowed therefor. The cost of
the retaining wall shall be included in Bid item 41 - Construct Retaining wall
Additive Bid Item 45—Furnish and Install Water Storage Tank
This bid item is a lump sum bid for all work associated with furnishing and installing a nominal
30,000-gallon storage tank and includes providing shop drawings and stamped calculations of the
storage tank and its foundation (including anchorage), storage tank, above grade piping, valves,
expansion joints, gauges, tubing, insulation, and related equipment and all appurtenances to be
furnished with the tank as shown in the Plans.
This bid item includes any labor, temporary valves,fittings, pipe, hoses and/or appurtenances to
disinfect, dispose of the water used for disinfection, and pre-fill the tank with water for settling the
foundation per the geotechnical report.
This bid item includes tank drain, access ladders and hatches, tank level indicator, overflow pipe
and ventilation and insulation for all above ground pipe or fitting.
Equipment design shall be coordinated with the storage tank supplier to ensure that any required
tank penetrations and mounting points are provided by the tank manufacturer prior to shipping.
All underground piping required to connect the storage tank to the proposed system on both the
upstream and downstream side will be excluded from this bid item and included in bid item for
pipe installation.
The bid item price shall include full compensation for furnishing all labor, tools, equipment and
materials, shop drawings, along with all associated appurtenances required to complete the work
under this bid item, in conformance with the plans and specifications, and as directed by the
Engineer. This bid item will be paid for by Lump Sum. Payment will be prorated based on the
percentage of work completed under this bid item.
Additive Bid Item 46—Furnish and Install overflow line
This bid item is a lump sum bid for all work associated with furnishing and installing a catch basin
and 2 inch diameter HDPE drainage pipe from the new tank overflow pipe to the area shown in
the plans, including but not limited to catch basin, trench, installation of pipe and backfilled as
specified in these specifications and shown in the plans.
Additive Bid Item No. 47—8" Dia. Fiber Roll (Straw wattles)
The contract unit price paid for lineal foot installed shall include full compensation for furnishing
all labor, materials, equipment and incidentals, and for doing all work involved in providing and
installing straw wattles/fiber rolls complete in place, per manufacturer directions, as shown on the
Plans, as specified in these Special Provisions and Section 21 of the Standard Specifications,
and as directed by the Engineer, and no additional compensation will be allowed therefor.
Measurement of fiber roll will be made by the surveyed centerline length of installed straw
wattles. No adjustments will be made for uneven contours, for overlaps, seams, wastage, or for
material that was damaged from either the fault or negligence of the Contractor.
Additive Bid Item No. 48—Erosion Control Blanket
The contract unit price paid for square foot installed shall include full compensation for furnishing
all labor, materials, equipment and incidentals, and for doing all work involved in providing and
installing erosion control blanket complete in place, per manufacturer directions, as shown on the
Plans, as specified in these Special Provisions and Section 21 of the Standard Specifications, and
as directed by the Engineer, and no additional compensation will be allowed therefor.
Measurement by the square foot(SF) of area installed. Measurement based on a perimeter
survey of the completed installation. No adjustment will be made for uneven contours, for overlap
at seams, or wastage. No measurement will be made for erosion control blanket lost due to
damage resulting from either the fault or the negligence of the Contractor. The measured area
includes blanket placed in anchor trenches in accordance with the Specifications and to the neat
line dimensions shown on the Construction Drawings.
Additive Bid Item No. 49—Hydroseeding
The contract unit price paid for square foot installed shall include full compensation for furnishing
all labor, materials, equipment and incidentals, and for doing all work involved in hydroseeding
complete in place, as shown on the Plans, as specified in these Special Provisions and Section
21 of the Standard Specifications, and as directed by the Engineer, and no additional
compensation will be allowed therefor.
The payment quantity for hydroseeding is paid for by the square feet and the area measured
parallel to the ground surface except overlaps.
Additive Bid Item No.50—Rock Excavation (existing tank site):
The contract unit price paid per Cubic yard of rock excavated at the existing tank site to obtain
the grades shown in the plans.
The extent of the require rock excavation shall be measured by the Engineer with agreement
required of the Contractor before performance of the work.
The amount shown in the Proposal shall be included in each Bidder's proposal. This item may be
deleted entirely by Owner if the Engineer determines that it is unnecessary. If the item is deleted,
no compensation will be made therefor. No costs shall be incurred pertaining to this item unless
directed by the Engineer. This item is excluded from the adjustment of changed quantities as
specified in Standard Specifications Section 9-1.06"Changed Quantity Payment Adjustments".
Blasting will NOT be allowed in this lob.
Additive Bid Item No.51 —1/2" Type A HMA:
The contract unit price paid per TON of HMA to overlay existing road as shown in the plans, for
the thickness shown, and for doing all the work as described in Section 39 of the Standard
Specifications and these special provisions. Cost of Tack cost shall be included in the cost/TON
of HMA.
Additive Bid Item No.52—Adjust Sewer Manhole lid to grade:
The cost for furnishing all labor, materials, tools and equipment and doing all the work involved in
adjusting ring to grade and surface restoration shall be paid as "each" in the bid item "ADJUST
MANHOLE LIDS TO GRADE".
Additive Bid Item No.53—Shoulder Backing:
The contract unit price paid per cubic yard to construct shoulder backing per Section 19-9 of the
Standard Specifications shall include the cost for furnishing all labor, materials, tools and
equipment and doing all the work involved in constructing shoulder backing. The quantity of
shoulder backing is a final pay quantity. Payment for furnishing and installing material will be by
the unit price per cubic yard quoted therefor in Bid Schedule.
Additive Bid Item No.54—Cold Plane (Driveways&transition to road):
The contract unit price paid per square yard to cold plane existing paved driveways to match the
new overlay as shown in the plans, transitioning the end of overlay to existing section of road and
for doing all the work as described in plans, Section 39 of the Standard Specifications and these
special provisions.
Additive Bid Item No.55—Place HMA Miscellaneous Areas:
The payment quantity for place hot mix asphalt(miscellaneous areas) is the area, in square yard,
measured for the in-place area to match existing paved driveway measured from the road edge of
pavement to the match line. Payment for the HMA used for miscellaneous areas is not included in
the payment for place hot mix asphalt (miscellaneous areas)and shall be included in Bid Item 55.
Wing-outs as shown in the plans are not considered Miscellaneous areas and the cost for
furnishing material and labor shall be included in Bid item 55
Additive Bid Item No.56-Supplemental Work(Payment adjustments for price index
fluctuations)
This item is provided solely to provide funds necessary for adjustments to the prices of those oil-
containing materials expressly specified as eligible for such adjustments in "Payment
Adjustments for Price Index Fluctuations," elsewhere in these special provisions.
The amount included for this item is an estimate only, and is a predetermined amount included in
the bid item list for the project.
This item, "Supplemental Work (Payment Adjustments for Price Index Fluctuations" is purely
administrative in nature, is not intended to limit such payment adjustments to the number
provided in the bid item list, nor is it intended to modify or supplement the provisions in "Payment
Adjustments for Price Index Fluctuations," in any manner whatsoever. Any and all such
adjustments shall be made in strict conformance with the requirements in said section.
The provisions in Section 9-1.06, "Changed Quantity Pay Adjustments"of the Standard
Specifications shall not apply to the item "Supplemental Work (Payment Adjustments for Price
Index Fluctuations)."
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 orjudgment. The interest shall begin to accrue on the date the suit is
filed in a court of law.
DIVISION II GENERAL CONSTRUCTION
9 GENERAL
Add to the end of Section 10-1.02C(2):
Protect any irrigation component to be relocated before performing any other construction activity
in the area.
Replace Reserved in Section 10-1.02C(3)with:
Transplant any plant to be transplanted before performing any other construction activity in the area.
Add to the beginning of section 10-1.02E:
Construct the new pavement structure adjacent to the existing traveled way by successively
excavating, preparing subgrade, placing base materials, and paving. Perform these activities
concurrently after you start paving.
If a difference in excess of 0.15 foot exists between the elevation of the existing pavement and
the elevation of an excavation within 8 feet of the traveled way at the end of each working day,
place and compact material against the vertical cut adjacent to the traveled way unless Type K
barrier rail has been placed between the traveled way and the excavation in accordance with
"Type K Temporary Railing "of the Standard Specifications and these Special Provisions. During
the excavation, you may use native material for this purpose except you must use structural
material once you start placing the structural section. Place the material to the top of the existing
pavement and taper at a slope of 4:1 (horizontal:vertical) or flatter to the bottom of the excavation.
Do not use treated base for the taper.
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.
12-2.01 GENERAL
Replace section 12-2 with:
12-2 CONSTRUCTION PROJECT INFORMATION SIGNS
Details for construction project information signs are in Project Details.
Keep construction project information signs clean and in good repair at all times.
12-2.02 MATERIALS
Provide Construction project information signs, posts, and mounting hardware.
Construction project information signs must be wood post signs complying with section 82-3 of
the Standard Specifications. Each sign shall be supported by two 16-feet tall 4x4 smooth wood
posts, painted white.
Sign panels for construction project information signs must be 4 feet tall by 8 feet wide and made
of 3/4 inch thick exterior grade plywood.
The background on construction project information signs must be painted white. Text shall be
black on a white background.
The size of the text and logos on construction project information signs must be as described in
the Project Details. Do not add any additional information unless authorized.
12-2.03 CONSTRUCTION
Provide and Install a total of 1 construction project information signs at the location designated by
the Engineer before starting major work activities visible to highway users.
The Contractor shall construct and maintain signage meeting the guidelines specified in the
Project Details insert, DWR Sign Requirements. The sign shall be prominently displayed in a
location visible to the public.
Before any major physical construction work which is readily visible to highway users is started
on this contract, the Contractor shall furnish and erect construction project information sign at the
location designated by the Engineer. The sign shall conform to the requirements in these special
provisions and Project Details, and as directed by the Engineer.
During the course of construction work, the signs shall be kept clean and in good repair by the
Contractor. Signs destroyed or damaged by the Contractor's operations shall be replaced at the
Contractor's expense.
Upon completion and acceptance of the work, the signs shall remain in place until approved for
removal by the Engineer. The Contractor shall be responsible for removing and disposing of the
signs after acceptance of the work.
12-2.04 PAYMENT
The Department pays you for Construction Funding Signs as follows:
1. 75 percent of the item upon installation of each sign
2. 100 percent of the item upon removal of each sign
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 12-3.31C with:
12-3.31C 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
12-4.01 GENERAL
12-4.01A General
Replace Section 12-4 with: 12-4 MAINTAINING TRAFFIC
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
12-4.01 C 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
12-4.02B 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.
For traffic under 1-way control on unpaved areas, the cones along the centerline need not be placed.
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.
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. Contractor
may parallel park vehicles on the shoulder of the road, provided it is safe and acceptable to the
Engineer.
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 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.
12-4.04B 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
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 with:
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/programs/stormwater/constpermits.shtml
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 1 acres of soil. A WCPC is required for this project.
Replace Section 13-1.01 D(4)(b)with:
13-1.01D(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 1.
Add between the 4th and 5th paragraphs of section 13-3.01C(2)(a):
The Central Valley Regional Water Quality Control Board will review the authorized SWPPP.
Replace Section 13-3.01C(5)with:
13-3.01C(5) Annual Certification
Submit an annual certification of compliance as described in the Caltrans Stormwater Pollution
Prevention Plan (SWPPP)and Water Pollution Control Program (WPCP) Preparation Manual
before July 15th of each year.
Replace Section 13-3.04:
13-3.04 PAYMENT
For a project with 60 original working days or less, the Department pays for prepare stormwater
pollution prevention plan as follows:
1. Total of 75 percent of the item total upon authorization of the SWPPP, and the completed
N.O.I has been posted in the SMARTS public access database for the project.
2. Total of 100 percent of the item total upon Contract acceptance, and the completed N.O.I has
been posted in the SMARTS public access database for the project.
For a project with more than 60 original working days, the Department pays for prepare
stormwater pollution prevention plan as follows:
1. Total of 50 percent of the item total upon authorization of the SWPPP, and the completed
N.O.I has been listed in the SMARTS public access database for the project.
2. Total of 90 percent of the item total upon work completion
3. Total of 100 percent of the item total upon Contract acceptance, and N.O.T has been
closed in the SMARTS public access database for the project.
The Department does not pay for the preparation, collection, laboratory analysis, and reporting of
stormwater samples for nonvisible pollutants if WPC practices are not implemented before
precipitation or if you fail to correct a WPC practice before precipitation.
The Department pays:
1. $500 for each authorized rain event action plan
2. $2,000 for each authorized stormwater annual report upon acceptance by RWQCB
The Department does not adjust the unit price for an increase or decrease in the quantity of:
1. Rain event action plan
2. Storm water sampling and analysis day
3. Storm water annual report
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 13-7.03D with:
13-7.03D 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 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.
Add Section 14-12.04:
14-12.04 RELATIONS WITH SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT
(SJVAPCD)
You are responsible for compliance with all applicable SJVAPCD regulations and requirements.
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.
This project disturbs less than 1 acre of soil.
In accordance with SJVAPCD Regulation VIII — Fugitive PM10 Prohibitions: Rule 8021, an
SJVAPCD approved dust control plan is NOT required for this project. However, you are required
to notify the SJVAPCD prior to commencing construction operations, and you are responsible for
compliance with all applicable rules and regulations of the SJVAPCD.
Replace Section 14-12.05-14.12.08 with:
14-12.05-14.12.08 RESERVED
15 EXISTING FACILITIES
15-1.02 Existing Facilities Must Operate at All Times
The existing Water Distribution site is currently in operation and shall remain in operation to the
greatest extent possible.
The Contractor shall coordinate their operation with the County Operators to minimize any
disruptions to the facility's ability to supply water to the distribution system. All efforts shall be
made to perform contractor activities, that will cause disruptions at times of lowest system
demand. The maximum amount of time the distribution system can be disabled for connections
between existing and new components, pipes, etc. shall be limited to four(4) hours, and outside
of peak demand times. Should the Contractor damage/break the existing water pipeline while
still in operation, the Contractor shall immediately fix the existing water line. The cost for any
potential existing line repairs shall be included in the various items of work and no further
compensation will be allowed therefor. If the Contractor anticipates exceeding this time limit,
Contractor shall have and provide the means and methods to restore the supply of potable
water to the distribution system, until commissioning of the new equipment occurs. All pipe and
fittings used to provide temporary water supply shall be disinfected. Connection shall be
carefully made to avoid contamination of the water supply. If the Engineer suspects that
contamination has occurred, he will direct the Contractor to take necessary tests.
The Contractor shall request permission of the Owner or Owner's representative before
implementation of the Contractor's planned procedures for each specific alteration of existing
facilities, before the alteration begins. The Contractor shall not begin an alteration until specific
permission has been granted by the County in each case. The County will coordinate the
Contractor's planned procedure with the facility operator. The making of connections to existing
facilities or other operations that interfere with the operation of the existing system shall be
coordinated with the County, completed as quickly as possible and within the time limitations
previously mentioned.
Any operational functions of the existing system that are required to facilitate Contractor's
operation will be done by the plant personnel only.
System operation and maintenance personnel will cooperate in every way practicable to
expedite Contractor's operation; however, if it is necessary for the proper operation or
maintenance of portions of the system, the Contractor shall reschedule their operations so there
shall be no conflict with necessary operations or maintenance of the system.
Special attention is directed to the special provisions of each of the items to be installed for
directions and/or guidelines how to execute the work around the existing treatment plants.
Existinq Tank replacement
Contractor will not be allowed to remove existing tank from operation until all component for the
installation of the new tank are available and Contractor has submitted and received approval
from the County of the temporary water supply system. Once all components required for the new
tank installation are onsite and ready for install, the Contractor shall coordinate with County
operator the transition to the temporary supply system. The supply system proposed by
Contractor shall be pre-approved by Engineer and County Operator prior to any implementation.
The temporary system shall be capable to supply 10 gpm minimum, well pumps will not cycle
more than 3 times per hour and minimum of 20 psi at each residence(except for APN 113-211-08,
113-211-09& 113-211- 10 that a minimum of 10 psi shall be provided)
Once temporary system is in place and operational, the existing tank may be disconnected,
demolished and new tank installed as required per Section 100 of these specifications
DIVISION III EARTHWORK AND LANDSCAPE
17 GENERAL
GENERAL
This work shall consist of clearing, grubbing and removing existing vegetation, gravel, dirt, sod
and other objectionable material, as necessary to prepare the work area for further excavation,
grading or resurfacing.
Clearing and grubbing work shall conform to the provisions in "Clearing and Grubbing," of the
Standard Specifications and these Special Provisions. Clearing and grubbing shall be performed
only within the limits of work. Existing vegetation, outside the areas to be cleared and grubbed,
shall be protected from the Contractor's operations unless specifically shown on the plans to be
removed.
Nothing herein shall be construed as relieving the Contractor of their responsibility for final
cleanup of the work area as provided in "Cleanup," of the Standard Specifications.
Contractor is responsible for proper disposal of all material removed from work site under this item..
Replace the 1st sentence in the 2"d paragraph in section 17-2.03B with:
Cut tree branches that extend over the new access road and hang within 20 feet of finished grade
and as directed by the engineer.
Add to end of 17-2.03C:
Any trees with a trunk diameter greater than or equal to 6"will constitute as a "tree removal" and will
have separate bid item. Any tree or shrub less than 6" shall be considered in the bid item for"clearing
and grubbing".
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
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.
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.
The Contractor must not remove any trees unless they are flagged and noted on the plans or as
directed by the Engineer.
Any removal and disposal of all tree debris generated from the operation shall be considered
"post operation clearing."
Grinding material and broadcasting will be allowed as long as is properly disposed within the
County easement and as directed and approved by the Engineer.
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 may choose to do so.
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.
Tree stumps shall be ground to a minimum of 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 to a minimum of 90%
compaction to allow for the construction of the access road. 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.
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
Refer to Section 9-1.03 of these Special Provisions
19 EARTHWORK
Add to Section 19-1.01A Summary
Perform earthwork as required by Geotechnical Report included in the Project Details of these
Special provisions.
Replace the first paragraph and list of Section 19-5.03B with:
Compact earthwork to a relative compaction of at least 95 percent for at least a depth of:
1. 0.5 foot below the grading plane for the width between the outer edges of shoulders on
excavation and embankments smaller than 2.5 feet above original grade.
2. 2.5 feet below the finished grade for the width of the traveled way plus 3 feet on either
side (6 feet wider)on embankments.
Replace Section 19-9.02 with:
Material for shoulder backing may be RAP,native soil generated from roadway excavation,or import
borrow from off site. Material shall be readily compactable, shall not contain deleterious materials,
shall pass 100%through a 2-inch sieve, 20%to 40% passing the#200 sieve, a Plasticity Index less
than 10, and shall provide a stable surface and uniform appearance as determined by the engineer.
20 LANDSCAPE
Replace Section 20-1.02B with:
20-1.02B Water
Make arrangements for supplying water. Water must be of a quality that promotes plant growth.
21 EROSION CONTROL
Add to Section 21-2.02F:
Replace Section 21-2.01C(4)with:
21-2.01 C(4) Tackifier
Submit a certificate of compliance for tackifier and bonded fiber matrix at least 5 business days
before application. Certificates of compliance must include:
1. SDS
2. Product label
3. List of applicable nonvisible pollutant indicators for soil amendment and stabilization
materials as shown in the table titled "Pollutant Testing Guidance Table" in the Caltrans
Construction Site Monitoring Program Guidance Manual. For the manual, go to the
Caltrans Division of Construction website
4. Report of acute and chronic toxicity tests on aquatic organisms complying with EPA methods
5. List of ingredients, including chemical formulation
6. Properties of polyacrylamide in tackifier including:
6.1. Percent purity by weight
6.2. Percent active content
6.3. Average molecular weight
6.4. Charge density
Add to Section 21-2.02F:
Seed selection shall be for Mountain area, with heavy snow and cold temperature. Mix shall
meet Caltrans seed mix for Highway 168, Post Mile 61.
Add to Section 21-2.020(4):
Use Erosion Control Blanket Type B for this project
Add to Section 21-2.02R:
Anchor Posts: Use 1-inch by 1-inch wooden stakes, minimum length 24 inches for 8-inch
diameter straw wattle.
22 FINISHING ROADWAY
Add to Section 22-1.01 GENERAL:
This work includes performing activities specified in this section for all areas where work was
performed under this contract.
DIVISION V SURFACINGS AND PAVEMENTS
36 GENERAL
Replace Section 36-3 with:
36-3 PAVEMENT SMOOTHNESS
36-3.01 GENERAL
36-3.01A Summary
Section 36-3 includes specifications for measuring the smoothness of pavement surfaces.
36-3.01 B Definitions
Reserved
36-3.01 C Submittals 36-3.01 C(1) General Reserved
36-3.01 C(2) Reserved
36-3.01 C(3) Reserved
36-3.01 C(4) Straightedge Measurements
Within 2 business days of measuring smoothness with a straightedge, submit a list of the areas
requiring smoothness correction. Identify the areas by:
1. Location number
2. District-County-Route
3. Beginning station or post mile to the nearest 0.01 mile
4. For correction areas within a traffic lane:
4.1. Lane direction, NB, SB, EB, or WB
4.2. Lane number from left to right in the direction of travel
4.3. Wheel path, L for left, R for right, or B for both
5. For correction areas not within a traffic lane:
5.1. Identify the pavement area, such as shoulder, weigh station, or turnout
5.2. Direction and distance from the centerline, L for left or R for right
6. Estimated size of correction area
36-3.01D Quality Assurance 36-3.01D(1) General Reserved
36-3.01 D(2) Reserved
36-3.01 D(3) Quality Control 36-3.01 D(3)(a) General Reserved
36-3.01 D(3)(b) Smoothness 36-3.01 D(3)(b)(i) General
Test pavement smoothness using a 12-foot straightedge.
36-3.01 D(3)(b)(ii) Reserved 36-3.01 D(3)(b)(iii)Reserved
36-3.01 D(4) Department Acceptance
The Department accepts pavement surfaces for smoothness based on compliance with the
smoothness specifications for the type of pavement surface specified.
For areas that require pavement smoothness determined using a 12-foot straightedge, the
pavement surface must not vary from the lower edge of the straightedge by more than:
1. 0.01 foot when the straightedge is laid parallel with the centerline
2. 0.02 foot when the straightedge is laid perpendicular to the centerline and extends from
edge to edge of a traffic lane
3. 0.02 foot when the straightedge is laid within 24 feet of a pavement conform
36-3.02 MATERIALS
Not Used
36-3.03 CONSTRUCTION
Perform pavement smoothness testing in areas selected by the Engineer in the presence of the
Engineer.
36-3.04 PAYMENT
Not Used
Replace Reserved in section 36-4 with:
36-4.01 GENERAL
Section 36-4 includes specifications for performing work involving residue from grinding and cold
planing that contains lead from paint and thermoplastic.
36-4.02 MATERIALS
Not Used
36-4.03 CONSTRUCTION
Not used
36-4.04 PAYMENT
Not Used
Replace Section 39 with:
39 ASPHALT CONCRETE
39-1 GENERAL
39-1.01 GENERAL
Section 39 includes specifications for performing asphalt concrete work.
39-1.02 MATERIALS
Not Used
39-1.03 CONSTRUCTION
Not Used
39-1.04 PAYMENT
Not Used
39-2 HOT MIX ASPHALT
39-2.01 GENERAL
39-2.01A General
39-2.01A(1) Summary
Section 39-2.01 includes general specifications for producing and placing hot mix
asphalt. HMA includes one or more of the following types:
1. Type A HMA
2. RHMA-G
3. OGFC
4. BWC
5. Minor HMA
WMA technologies must be on the Authorized Material List for WMA authorized technologies.
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.
Wherever reference is made to the following test methods, the year of publication for these test
methods is as shown in the following table:
Test method Year of publication
AASHTO M 17 2011 (2015)
AASHTO M 323 2013
AASHTO R 30 2002 (2015)
AASHTO R 35 2014
AASHTO T 27 2014
AASHTO T 49 2014
AASHTO T 59 2013
AASHTO T 96 2002 (2010)
AASHTO T 164 2014
AASHTO T 176 2008
AASHTO T 209 2012
AASHTO T 269 2014
AASHTO T 275 2007 (2012)
AASHTO T 283 2014
AASHTO T 304 2011
AASHTO T 305 2014
AASHTO T 308 2010
AASHTO T 312 2014
AASHTO T 324 2014
AASHTO T 329 2013
AASHTO T 335 2009
ASTM D36/D36M 2014"
ASTM D92 2012b
ASTM D217 2010
ASTM D297 2013
ASTM D445 2014
ASTM D2007 2011
ASTM D2074 2007 (Reapproved 2013)
ASTM D2995 1999 (Reapproved 2009)
ASTM D4791 2010
ASTM D5329 2009
ASTM D7741/D7741 M 201111
Asphalt Institute MS-2 7th edition (2015)
39-2.01A(2) Definitions
binder replacement: Binder from RAP expressed as a percent of the total binder in the mix.
coarse aggregate: Aggregate retained on a no. 4 sieve.
fine aggregate: Aggregate passing a no. 4 sieve.
leveling course: Thin layer of HMA used to correct minor variations in the longitudinal and
transverse profile of the pavement before placement of other pavement layers.
miscellaneous areas: Areas outside the traveled way and shoulders such as:
1. Median areas not including inside shoulders
2. Island areas
3. Sidewalks
4. Gutters
5. Ditches
6. Overside drains
7. Aprons at ends of drainage structures
8. Driveways and driveway approaches
processed RAP: RAP that has been fractionated.
supplemental fine aggregate: Mineral filler consisting of rock dust, slag dust, hydrated lime,
hydraulic cement, or any combination of these and complying with AASHTO M 17.
39-2.01A(3) Submittals 39-2.01A(3)(a) General Reserved
39-2.01A(3)(b) Job Mix Formula 39-2.01A(3)(b)(i) General
Except for the HMA to be used in miscellaneous areas, dikes, and berms, submit your proposed
JMF for each type of HMA to be used. The JMF must be submitted on the Contractor Job Mix
Formula Proposal form along with:
1. Mix design documentation on Contractor Hot Mix Asphalt Design Data form dated within 12
months of submittal
2. JMF verification on a Caltrans Hot Mix Asphalt Verification form, if applicable
3. JMF renewal on a Caltrans Job Mix Formula Renewal form, if applicable
4. SDS for:
4.1. Asphalt binder
4.2. Supplemental fine aggregate except fines from dust collectors
4.3. Antistrip additives
The Contractor Hot Mix Asphalt Design Data form must show documentation on aggregate quality.
If you cannot submit a Department-verified JMF on a Caltrans Hot Mix Asphalt Verification form
dated within 12 months before HMA production, the Engineer verifies the JMF.
Submit a new JMF if you change any of the following:
1. Target asphalt binder percentage greater than ±0.2 percent
2. Asphalt binder supplier
3. Combined aggregate gradation
4. Aggregate sources
5. Liquid antistrip producer or dosage
6. Average binder content in a new processed RAP stockpile by more than ±2.00 percent from
the average RAP binder content reported on page 4 of your Contractor Hot Mix Asphalt
Design Data form
7. Average maximum specific gravity in a new processed RAP stockpile by more than ±0.060
from the average maximum specific gravity value reported on page 4 of your Contractor
Hot Mix Asphalt Design Data form
8. Any material in the JMF, except lime supplier and source
Allow the Engineer 5 business days from a complete JMF submittal for document review of the
aggregate qualities, mix design, and JMF. The Engineer notifies you if the proposed JMF
submittal is accepted.
If your JMF fails verification testing, submit an adjusted JMF based on your testing. The adjusted
JMF must include a new Contractor Job Mix Formula Proposal form, Contractor Hot Mix Asphalt
Design Data form, and the results of the failed verification testing.
You may submit an adjusted aggregate gradation TV on a Contractor Job Mix Formula Proposal
form before verification testing. Aggregate gradation TV must be within the TV limits specified.
39-2.01A(3)(b)(ii) Job Mix Formula Renewal
You may request a JMF renewal by submitting:
1. Proposed JMF on a Contractor Job Mix Formula Proposal form
2. Previously verified JMF documented on a Caltrans Hot Mix Asphalt Verification form dated
within 12 months
3. Mix design documentation on a Contractor Hot Mix Asphalt Design Data form used for the
previously verified JMF
39-2.01A(3)(b)(iii) Job Mix Formula Modification
For an authorized JMF, submit a modified JMF if you change any of the following:
1. Asphalt binder supplier
2. Liquid antistrip producer
3. Liquid antistrip dosage
You may change any of the above items only once during the Contract.
Submit your modified JMF request at least 15 days before production. Each modified JMF
submittal must include:
1. Proposed modified JMF on Contractor Job Mix Formula Proposal form, marked Modified.
2. Mix design records on Contractor Hot Mix Asphalt Design Data form for the authorized
JMF to be modified.
3. JMF verification on Hot Mix Asphalt Verification form for the authorized JMF to be modified.
4. Test results for the modified JMF in compliance with the mix design specifications. Perform
tests at the mix design OBC as shown on the Contractor Asphalt Mix Design Data form.
With an accepted modified JMF submittal, the Engineer verifies each modified JMF within 10 days
of receiving all verification samples.
39-2.01A(3)(c) Quality Control Plan
With your proposed JMF submittal, submit a QC plan for
HMA. The QC plan must describe the organization and
procedures for:
1. Controlling HMA quality characteristics
2. Taking samples, including sampling locations
3. Establishing, implementing,and maintaining QC
4. Determining when corrective actions are needed
5. Implementing corrective actions
6. Using methods and materials for backfilling core locations
The QC plan must address the elements affecting HMA quality, including:
1. Aggregates
2. Asphalt binder
3. Additives
4. Production
5. Paving
The QC plan must include aggregate QC sampling and testing during lime treatment.
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.
Allow 5 business days for review of the QC plan.
If you change QC procedures, personnel, or sample testing locations, submit a QC plan
supplement before implementing the proposed change. Allow 3 business days for review of the
QC plan supplement.
39-2.01A(3)(d) Test Results
For mix design, JMF verification, production start-up, and each 10,000 tons, submit AASHTO T
283 and AASHTO T 324 (Modified)test results to the Engineer.
Submit all QC test results, except AASHTO T 283 and AASHTO T 324 (Modified), within 3
business days of a request. Submit AASHTO T 283 QC tests within 15 days of sampling.
For tests performed under AASHTO T 324 (Modified), submit test data and 1 tested sample set
within 5 business days of sampling.
If coarse and fine durability index tests are required, submit test results within 2 business days of
sampling.
If a tapered notched wedge is used, submit compaction test result values within 24 hours of testing.
39-2.01A(3)(e) Reserved
39-2.01A(3)(f) Liquid Antistrip Treatment
If liquid antistrip treatment is used, submit the following with your proposed JMF submittal:
1. One 1 pt sample
2. Infrared analysis, including copy of absorption spectra
3. Certified copy of test results
4. Certificate of compliance for each liquid antistrip shipment. On each certificate of compliance,
include:
4.1. Your signature and printed name
4.2. Shipment number
4.3. Material type
4.4. Material specific gravity
4.5. Refinery
4.6. Consignee
4.7. Destination
4.8. Quantity
4.9. Contact or purchase order number
4.10. Shipment date
5. Proposed proportions for the liquid antistrip
For each delivery of liquid antistrip to the HMA production plant, submit a 1 pt sample to the
Engineer. Submit shipping documents. Label each liquid antistrip sampling container with:
1. Liquid antistrip type
2. Application rate
3. Sample date
4. Contract number
At the end of each day's production shift, submit production data in electronic media. Present data
on electronic media in a tab delimited format. Use line feed carriage return with 1 separate record
per line for each production data set. Allow enough fields for the specified data. Include data titles
at least once per report. For each HMA mixing plant type, submit the following information in the
order specified:
1. For batch plant mixing:
1.1. Production date
1.2. Time of batch completion
1.3. Mix size and type
1.4. Each ingredient's weight
1.5. Asphalt binder content as a percentage of the total weight of mix
1.6. Liquid antistrip content as a percentage of the asphalt binder weight
2. For continuous mixing plant:
2.1. Production date
2.2. Data capture time
2.3. Mix size and type
2.4. Flow rate of wet aggregate collected directly from the aggregate weigh belt
2.5. Aggregate moisture content as a percentage of the dry aggregate weight
2.6. Flow rate of asphalt binder collected from the asphalt binder meter
2.7. Flow rate of liquid antistrip collected from the liquid antistrip meter
2.8. Asphalt binder content as a percentage of the total weight of mix calculated from:
2.8.1. Aggregate weigh belt output
2.8.2. Aggregate moisture input
2.8.3. Asphalt binder meter output
2.9. Liquid antistrip content as a percentage of the asphalt binder weight calculated from:
2.9.1. Asphalt binder meter output
2.9.2. Liquid antistrip meter output
39-2.01A(3)(g) Lime Treatment
If aggregate lime treatment is used, submit the following with your proposed JMF submittal and
each time you produce lime-treated aggregate:
1. Exact lime proportions for fine and coarse virgin aggregates
2. If marination is required, the averaged aggregate quality test results within 24 hours of sampling
3. For dry lime aggregate treatment, a treatment data log from the dry lime and aggregate
proportioning device in the following order:
3.1. Treatment date
3.2. Time of day the data is captured
3.3. Aggregate size being treated
3.4. HMA type and mix aggregate size
3.5. Wet aggregate flow rate collected directly from the aggregate weigh belt
3.6. Aggregate moisture content, expressed as a percentage of the dry aggregate weight
3.7. Flow rate of dry aggregate calculated from the flow rate of wet aggregate
3.8. Dry lime flow rate
3.9. Lime ratio from the authorized JMF for each aggregate size being treated
3.10. Lime ratio from the authorized JMF for the combined aggregates
3.11. Actual lime ratio calculated from the aggregate weigh belt output, aggregate
moisture input, and dry lime meter output, expressed as a percentage of the dry
aggregate weight
3.12. Calculated difference between the authorized lime ratio and the actual lime ratio
4. For lime slurry aggregate treatment, a treatment data log from the slurry proportioning
device in the following order:
4.1. Treatment date
4.2. Time of day the data is captured
4.3. Aggregate size being treated
4.4. Wet aggregate flow rate collected directly from the aggregate weigh belt
4.5. Moisture content of the aggregate just before treatment, expressed as a percentage of
the dry aggregate weight
4.6. Dry aggregate flow rate calculated from the wet aggregate flow rate
4.7. Lime slurry flow rate measured by the slurry meter
4.8. Dry lime flow rate calculated from the slurry meter output
4.9. Authorized lime ratio for each aggregate size being treated
4.10. Actual lime ratio calculated from the aggregate weigh belt and slurry meter output,
expressed as a percentage of the dry aggregate weight
4.11. Calculated difference between the authorized lime ratio and actual lime ratio
4.12. Dry lime and water proportions at the slurry treatment time
Each day during lime treatment, submit the treatment data log on electronic media in tab delimited
format. Each continuous treatment data set must be a separate record using a line feed carriage
return to present the specified data on 1 line. The reported data must include data titles at least
once per report.
39-2.01A(3)(h) Warm Mix Asphalt Technology
If a WMA technology is used, submit the following with your proposed JMF submittal:
1. SDS for the WMA technology
2. For water injection foam technology:
2.1. Name of technology
2.2. Proposed foaming water content
2.3. Proposed HMA production temperature range
2.4. Certification from binder supplier stating no antifoaming agent is used
3. For additive technology:
3.1. Name of technology
3.2. Percent admixture by weight of binder and percent admixture by total weight of
HMA as recommended by the manufacturer
3.3. Methodology for inclusion of admixture in laboratory-produced HMA
3.4. Proposed HMA production temperature range
Collect and hold data for the duration of the Contract and submit the electronic media daily. The
snapshot of production data must include the following:
1. Production date
2. Production location
3. Time of day the data is captured
4. HMA mix type being produced and target binder rate
5. HMA additive type, brand, and target rate
6. Temperature of the binder and HMA mixture
7. For a continuous mixing plant, the rate of flow of the dry aggregate calculated from the wet
aggregate flow rate as determined by the conveyor scale
8. For a continuous mixing plant, the rate of flow of the asphalt meter
9. For a continuous mixing plant, the rate of flow of HMA additive meter
10. For batch plant mixing, actual batch weights of all ingredients
11. Dry aggregate to binder ratio calculated from metered ingredient output
12. Dry aggregate to HMA additive ratio calculated from metered output
At the end of each day's production shift, submit electronic media from the HMA plant process
controller. Present data on electronic media in comma-separated values or tab-separated values
format. The captured data for the ingredients represented by the production snapshot must have
allowances for sufficient fields to satisfy the amount of data required by these specifications and
include data titles at least once per report.
39-2.01A(3)(i) Reserved
39-2.01A(3)(m)-39-2.01A(3)(o) Reserved
39-2.01A(4) Quality Assurance 39-2.01A(4)(a) General
AASHTO T 324 (Modified) is AASHTO T 324 with the following parameters:
1. Target air voids must equal 7.0 ± 1.0 percent
2. Specimen height must be 60± 1 mm
3. Number of test specimens must be 4 to run 2 tests
4. Do not average the 2 test results
5. Test specimen must be a 150 mm gyratory compacted specimen
6. Test temperature must be set at:
6.1. 113 ±2 degrees F for PG 58
6.2. 122 ±2 degrees F for PG 64
6.3. 131 ±2 degrees F for PG 70 and above
7. Measurements for impression must be taken at every 100 passes along the total length of the
sample
8. Inflection point is the number of wheel passes at the intersection of the creep slope and the
stripping slope at maximum rut depth
9. Testing shut off must be set at 25,000 passes
10. Submersion time for samples must not exceed 4 hours
Take samples under California Test 125.
If a WMA technology is used, a technical representative for the WMA technology must attend the
preconstruction meeting.
39-2.01A(4)(b) Job Mix Formula Verification
The Engineer verifies the JMF from samples taken from HMA produced by the plant to be used. The
production set point at the plant must be within ±0.2 from the asphalt binder percentage TV shown in
your Contractor Job Mix Formula Proposal form. Notify the Engineer at least 2 business days before
sampling materials. Samples may be taken from a different project including a non-Department project
if you make arrangements for the Engineer to be present during sampling.
In the Engineer's presence and from the same production run, take samples of:
1. Aggregates. Coarse, fine, and supplemental fine aggregates must be taken from the
combined cold-feed belt or the hot bins. If lime treatment is required, samples must be taken
from individual stockpiles before lime treatment. Samples must be at least 120 lb for each
coarse aggregate, 80 lb for each fine aggregate, and 10 lb for each type of supplemental fine
aggregate. For hot-bin samples, the Department combines these aggregate samples to verify
the TV submitted on a Contractor Job Mix Formula Proposal form.
2. Asphalt binder. Take at least four 1 qt samples. Each sample must be in a cylindrical-shaped
can with an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt
binder must be sampled with the components blended in the proportions to be used.
3. RAP. Samples must be at least 50 lb from each fractionated stockpile used or 100 lb from the belt.
4. Plant-produced HMA. The HMA samples must be at least 250 lb.
For aggregate, RAP, and HMA, split the samples into at least 4 parts and label their
containers. Submit 3 parts and keep 1 part.
After acceptance of the JMF submittal, the Engineer verifies each proposed JMF within 20 days of
receiving all verification samples.
For JMF verification, the Engineer tests the following for compliance with the specifications:
1. Aggregate quality
2. Aggregate gradation
3. Voids in mineral aggregate on laboratory-produced HMA
4. HMA quality characteristics for Department acceptance
To verify the HMA for air voids, voids in mineral aggregate, and dust proportion, the Engineer
uses an average of 3 briquettes. The Engineer tests plant-produced material.
If the Engineer verifies the JMF, the Engineer furnishes you a Hot Mix Asphalt Verification form.
If the Engineer's test results on plant-produced samples do not show compliance with the
specifications, the Engineer notifies you. Adjust your JMF based on your testing unless the
Engineer authorizes reverification without adjustments. JMF adjustments may include a change
in:
1. Asphalt binder content TV up to±0.20 percent from the OBC value submitted on the
Contractor Hot Mix Asphalt Design Data form
2. Aggregate gradation TV within the TV limits specified in the aggregate gradation table
You may adjust the JMF only once due to a failed verification test.
For each HMA type and aggregate size specified, the Engineer verifies up to 2 proposed JMF
submittals including a JMF adjusted after verification failure. If you submit more than 2 JMFs for
each type of HMA and aggregate size, the Engineer deducts $3,000 from payments for each
verification exceeding this limit. This deduction does not apply to verifications initiated by the
Engineer or if a JMF expires while HMA production is stopped longer than 30 days.
A verified JMF is valid for 12 months.
39-2.01A(4)(c) Job Mix Formula Authorization
You may start HMA production if:
1. Engineer's review of the JMF shows compliance with the specifications
2. Department has verified the JMF within 12 months before HMA production
3. Engineer authorizes the verified JMF
39-2.01A(4)(d) Job Mix Formula Renewal
For a JMF renewal and upon request, in the Engineer's presence and from the same production
run, take samples of:
1. Aggregates. Coarse,fine, and supplemental fine aggregates must be taken from the
combined cold-feed belt or the hot bins. If lime treatment is required, samples must be
taken from individual stockpiles before lime treatment. Samples must be at least 120 lb for
each coarse aggregate, 80 lb for each fine aggregate, and 10 lb for each type of
supplemental fines. For hot-bin samples, the Department combines these aggregate
samples to verify the TV submitted on a Contractor Job Mix Formula Proposal form.
2. Asphalt binder. Take at least four 1 qt samples. Each sample must be in a cylindrical-shaped
can with an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt
binder must be sampled with the components blended in the proportions to be used.
3. RAP. Samples must be at least 50 lb from each fractionated stockpile.
4. Plant-produced HMA. The HMA samples must be at least 250 lb.
Notify the Engineer at least 2 business days before sampling materials. For aggregate, RAP, and
HMA, split samples into at least 4 parts. Submit 3 parts and use 1 part for your testing.
Allow the Engineer 5 business days from a complete JMF reverification submittal for document
review of the aggregate qualities, mix design, and JMF.
The most recent aggregate quality test results within the past 12 months may be used for
verification of JMF renewal or upon request, the Engineer may perform aggregate quality tests
for verification of JMF renewal.
The Engineer verifies the JMF for renewal under section 39-2.01A(4)(b)except:
1. Engineer keeps the samples until you provide test results for your part on a Contractor
Job Mix Formula Renewal form.
2. Department tests samples of materials obtained from the HMA production unit after you
submit test results that comply with the mix design specifications.
3. After completion of the JMF verification renewal document review, the Engineer
verifies each proposed JMF within 20 days of receiving the verification renewal
samples and the complete Contractor Job Mix Formula Renewal form.
4. You may not adjust the JMF due to a failed verification.
5. For each HMA type and aggregate gradation specified, the Engineer verifies at no cost
to you 1 proposed JMF renewal within a 12-month period.
If the Engineer verifies the JMF renewal, the Engineer furnishes you a Hot Mix Asphalt
Verification form. The Hot Mix Asphalt Verification form is valid for 12 months.
39-2.01A(4)(e) Job Mix Formula Modification
The Engineer verifies the modified JMF after the modified JMF HMA is placed and verification
samples are taken within the first 750 tons. The Engineer tests verification samples for
compliance with:
1. Hamburg wheel track mix design specifications
2. Air void content
3. Voids in mineral aggregate on plant-produced HMA mix design specifications
4. Dust proportion mix design specifications
The Engineer may test for moisture susceptibility for compliance with the mix design specifications.
If the modified JMF is verified, the Engineer revises your Hot Mix Asphalt Verification form to
include the new asphalt binder source, new liquid antistrip producer, or new liquid antistrip dosage.
Your revised form will have the same expiration date as the original form.
If a modified JMF is not verified, stop production and any HMA placed using the modified JMF is
rejected. The Engineer deducts$2,000 from payments for each JMF modification.
39-2.01A(4)(f) Certifications 39-2.01A(4)(f)(1) General
Laboratories testing aggregate and HMA qualities used to prepare the mix design and JMF must
be qualified under AASHTO Re:Source program and the Caltrans Independent Assurance
Program.
39-2.01A(4)(f)(ii) Hot Mix Asphalt Plants
Before production, the HMA plant must have a current qualification under the Caltrans Material
Plant Quality Program.
39-2.01A(4)(f)(iii)-39-2.01A(4)(f)(v) Reserved
39-2.01A(4)(g) Reserved
39-2.01A(4)(h) Quality Control 39-2.01A(4)(h)(i) General
QC test results must comply with the specifications for Department acceptance.
Prepare 3 briquettes for air voids content and voids in mineral aggregate determination. Report
the average of 3 tests.
Except for smoothness, if 2 consecutive QC test results or any 3 QC test results for 1 day's
production do not comply with the materials specifications:
1. Stop HMA production
2. Notify the Engineer
3. Take corrective action
4. Demonstrate compliance with the specifications before resuming production and placement
For QC tests performed under AASHTO T 27, results are considered 1 QC test regardless of
number of sieves out of compliance.
Do not resume production and placement until the Engineer authorizes your corrective action proposal.
You are not entitled to compensation for the suspension of work resulting from
noncompliance with quality control requirements, including those identified in the QC Plan.
39-2.01A(4)(h)(ii) Reserved 39-2.01A(4)(h)(iii) Aggregates 39-2.01A(4)(h)(iii)(A) General
Reserved
39-2.01A(4)(h)(iii)(B) Aggregate Lime Treatments
If lime treatment is required, sample coarse and fine aggregates from individual stockpiles before
lime treatment. Combine aggregate in the JMF proportions. Test the aggregates under the test
methods and frequencies shown in the following table:
Aggregate Quality Control During Lime Treatment
Quality characteristic Test method Minimum sampling and testing
frequency
Sand equivalents,b AASHTO T 176 1 per 750 tons of untreated aggregate
Percent of crushed particles AASHTO T 335
Los Angeles Rattler AASHTO T 96
Fine aggregate angularity AASHTO T 304, Method A 1 per tons 2 per project
Flat and elongated particles ASTM D4791 whicheeverver is s greater
Fine durability index AASHTO T 210
aReport test results as the average of 3 tests from a single sample.
'Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections
4.7, "Manual Shaker," 7.1.2, "Alternate Method No. 2,"8.4.2, "Manual Shaker Method, and
8.4.3, "Hand Method," do not apply. Prepare the stock solution as specified in section 4.8.1,
"Stock solution with formaldehyde,"except omit the addition of formaldehyde.
For lime slurry aggregate treatment, determine the aggregate moisture content at least once
every 2 hours of treatment. Calculate moisture content under AASHTO T 255 and report it as a
percent of dry aggregate weight. Use the moisture content calculations as a set point for the
proportioning process controller.
The device controlling lime and aggregate proportioning must produce a treatment data log. The
log must consist of a series of data sets captured at 10-minute intervals throughout daily
treatment. The data must be a treatment activity register and not a summation. The material
represented by a data set is the quantity produced 5 minutes before and 5 minutes after the
capture time. Collected data must be stored by the controller for the duration of the Contract.
If 3 consecutive sets of recorded treatment data indicate a deviation of more than 0.2 percent
above or below the lime ratio in the authorized JMF, stop treatment and take corrective action.
If a set of recorded treatment data indicates a deviation of more than 0.4 percent above or below
the lime ratio in the authorized JMF, stop treatment and do not use the material represented by
that set of data in HMA.
If 20 percent or more of the total daily treatment indicates a deviation of more than 0.2 percent
above or below the lime ratio in the authorized JMF, stop treatment and do not use that day's
treated aggregate in HMA.
The Engineer may order you to stop aggregate treatment activities for any of following:
1. You fail to submit treatment data log.
2. You fail to submit aggregate QC data for marinated aggregate.
3. You submit incomplete, untimely, or incorrectly formatted data.
4. You do not take corrective actions.
5. You take late or unsuccessful corrective actions.
6. You do not stop treatment when proportioning tolerances are exceeded.
7. You use malfunctioning or failed proportioning devices.
If you stop treatment for noncompliance, notify the Engineer of any corrective actions taken and
conduct a successful 20-minute test run before resuming treatment.
39-2.01A(4)(h)(iv) Liquid Antistrip Treatment
For continuous mixing or batch-plant mixing, sample asphalt binder before adding liquid antistrip.
For continuous mixing, sample the combined asphalt binder and liquid antistrip after the static
mixer.
39-2.01A(4)(h)(v) Production Start-up Evaluation
You and the Engineer evaluate HMA production and placement at production start-up.
Within the first 750 tons produced on the 1 st day of HMA production, in the Engineer's presence,
and from the same production run, take samples of:
1. Aggregates. Samples must be at least 120 lb for each coarse aggregate, 80 lb for
each fine aggregate, and 10 lb for each type of supplemental fines. For hot-bin
samples, the Department combines these aggregate samples.
2. Asphalt binder. Take at least four 1 qt samples. Each sample must be in a cylindrical-shaped
can with an open top and friction lid. If the asphalt binder is modified or rubberized, the asphalt
binder must be sampled with the components blended in the proportions to be used.
3. RAP. Samples must be at least 50 lb.
4. HMA. The HMA samples must be at least 250 lb.
Sample aggregates from the combined cold-feed belt or hot bin. Take RAP samples from the
RAP system.
For aggregates, RAP, and HMA, split the samples into at least 4 parts and label their containers.
Submit 3 parts and keep 1 part.
You and the Engineer must test the samples and report test results, except for AASHTO T 324
(Modified) and AASHTO T 283 test results, within 5 business days of sampling. For AASHTO T
324 (Modified) and AASHTO T 283 test results, report test results within 15 days of sampling. If
you proceed before receipt of the test results, the Engineer may consider the HMA placed to be
represented by these test results.
39-2.01A(4)(h)(vi) Hot Mix Asphalt Density
During HMA placement determine HMA density using a nuclear gauge. On the 1st day of
production, develop a correlation factor between cores and nuclear gauge under California Test
375.
Test for in-place density using cores and a nuclear gauge. Test at random locations you select
and include the test results in your QC production tests reports.
39-2.01A(4)(h)(vii) RESERVED
39-2.01A(4)(h)(viii) Density Cores
Except for HMA pavement placed using method compaction, take 4-or 6-inch diameter density
cores at least once every 5 business days. Take 1 density core for every 250 tons of HMA from
random locations the Engineer selects. Take density cores in the Engineer's presence, and
backfill and compact holes with authorized material. Before submitting a density core, mark it with
the density core's location and place it in a protective container.
If a density core is damaged, replace it with a density core taken within 1 foot longitudinally from
the original density core location. Relocate any density core located within 1 foot of a rumble strip
to 1 foot transversely away from the rumble strip.
For a tapered notched wedge joint, take 4-or 6-inch diameter density cores 6 inches from the
upper vertical notch of the completed longitudinal joint for every 3,000 feet at locations selected
by the Engineer. Take cores after the adjacent lane is placed and before opening the pavement
to traffic. Take cores in the presence of the Engineer, and backfill and compact holes with
authorized material. Before submitting a density core, mark it with the core's location, and place
it in a protective container.
39-2.01A(4)(h)(ix) Pavement Smoothness
For HMA pavement within 3 feet from and parallel to the construction joint formed between curbs,
gutters, or existing pavement, test pavement smoothness using a 12-foot straightedge.
39-2.01A(4)(h)(x) Reserved
39-2.01A(4)(i) Department
Acceptance 39-2.01A(4)(i)(i)
General
The Department tests treated aggregate for acceptance before lime treatment except for gradation.
The Engineer takes HMA samples for AASHTO T 283 and AASHTO T 324 (Modified)from any of
the following locations:
1. Plant
2. Truck
3. Windrow
The Engineer takes HMA samples for all other tests from any of the following locations:
1. Plant
2. Truck
3. Windrow
4. Mat behind the paver
To obtain workability of the HMA sample for splitting, the Engineer reheats each sample of HMA
mixture not more than 2 cycles. Each reheat cycle is performed by placing the loose mixture in
a mechanical forced-draft oven for 2 hours or less after the sample reaches 140 degrees F.
The Engineer splits samples and provides you with a part if you request this.
No single aggregate or HMA test result may represent more than 750 tons or one day's
production, whichever is less, except AASHTO T 283 and AASHTO T 324 (Modified).
Except for smoothness, if 2 consecutive Department acceptance test results or any 3 Department
acceptance test results for 1 day's production do not comply with the specifications:
1. Stop HMA production
2. Take corrective action
3. Demonstrate compliance with the specifications before resuming production and placement
For Department acceptance tests performed under AASHTO T 27, results are considered 1
Department acceptance test regardless of the number of sieves out of compliance.
The Engineer accepts HMA based on:
1. Authorized JMF
2. Authorized QC plan
3. Asphalt binder compliance
4. Asphalt emulsion compliance
5. Visual inspection
6. Pavement smoothness
39-2.01A(4)(i)(ii) In-Place Density
Except for HMA pavement placed using method compaction, the Engineer tests the density core
you take from each 250 tons of HMA. The Engineer determines the percent of theoretical
maximum density for each density core by determining the density core's density and dividing by
the theoretical maximum density.
Density cores must be taken from the final layer, cored through the entire pavement thickness
shown. Where OGFC is required, take the density cores before placing OGFC.
If the percent of theoretical maximum density does not comply with the specifications, the
Engineer may accept the HMA and take a payment deduction as shown in the following table:
Reduced Payment Factors for Percent of Maximum Theoretical Density
HMA percent of Reduced payment HMA percent of Reduced payment
maximum theoretical factor maximum theoretical factor
density density
91.0 0.0000 97.0 0.0000
90.9 0.0125 97.1 0.0125
90.8 0.0250 97.2 0.0250
90.7 0.0375 97.3 0.0375
90.6 0.0500 97.4 0.0500
90.5 0.0625 97.5 0.0625
90.4 0.0750 97.6 0.0750
90.3 0.0875 97.7 0.0875
90.2 0.1000 97.8 0.1000
90.1 0.1125 97.9 0.1125
90.0 0.1250 98.0 0.1250
89.9 0.1375 98.1 0.1375
89.8 0.1500 98.2 0.1500
89.7 0.1625 98.3 0.1625
89.6 0.1750 98.4 0.1750
89.5 0.1875 98.5 0.1875
89.4 0.2000 98.6 0.2000
89.3 0.2125 98.7 0.2125
89.2 0.2250 98.8 0.2250
89.1 0.2375 98.9 0.2375
89.0 0.2500 99.0 0.2500
<89.0 Remove and replace >99.0 Remove and replace
For acceptance of a completed tapered notched wedge joint, the Engineer determines density
from cores you take every 3,000 feet.
39-2.01A(4)(i)(iii) RESERVED
39-2.01A(4)(i)(iv) Dispute Resolution
You and the Engineer must work together to avoid potential conflicts and to resolve disputes
regarding test result discrepancies. Notify the Engineer within 5 business days of receiving a test
result if you dispute the test result.
If you or the Engineer dispute the 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 third party participates in a dispute resolution, it must
be qualified under AASHTO Materials Reference Laboratory program, and the Caltrans'
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. Caltrans laboratory in a district or region not in the district or region the project is located
2. Caltrans Transportation Laboratory
3. Laboratory not currently employed by you or your HMA producer
If the Department's portion of the split QC samples or acceptance samples are not available, the
independent third party uses any available material representing the disputed HMA for evaluation.
For a dispute involving JMF verification, the independent third party performs referee testing as
specified in the 5th paragraph of section 39-2.01A(4)(b).
If the independent third party determines the Department's test results are valid, the Engineer deducts
the independent third party's testing costs from payments. If the independent third party determines
your test results are valid, the Department pays the independent third party's testing costs.
39-2.01 B Materials 39-2.01 B(1) General
Reserved
39-2.01 B(2) Mix Design 39-2.01 B(2)(a) General
The HMA mix design must comply with the Superpave HMA mix design as described in MS-2
Asphalt Mix Design Methods by the Asphalt Institute.
The Contractor Hot Mix Asphalt Design Data form must show documentation on aggregate quality.
39-2.01 B(2)(b) Hot Mix Asphalt Treatments
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.
Do not use an aggregate blend with a plasticity index greater than 10.
If the plasticity index is from 4 to 10, treat the aggregate blend with dry lime with marination or
lime slurry with marination.
If the plasticity index is less than 4, treat the aggregate blend with dry lime or lime slurry with
marination, or treat the HMA with liquid antistrip.
39-2.01 B(2)(c) Warm Mix Asphalt Technology
For HMA with WMA additive technology, produce HMA mix samples for your mix design using
your methodology for inclusion of WMA admixture in laboratory-produced HMA. Cure the samples
in a forced-air draft oven at 275 degrees F for 4 hours± 10 minutes.
For WMA water injection foam technology, the use of foamed asphalt for mix design is not required.
39-2.01 B(3) Asphalt Binder
Asphalt binder must comply with section 92.
For a leveling course, the grade of asphalt binder for the HMA must be PG 64-10 or PG 64-16.
39-2.01 B(4) Aggregates 39-2.01 B(4)(a) General
Aggregates must be clean and free from deleterious substances.
The aggregates for a leveling course must comply with the grading specifications for Type A
HMA in section 39-2.02B(4)(b).
39-2.01 B(4)(b) Aggregate Gradations
Aggregate gradation must be determined before the addition of asphalt binder and must include
supplemental fine aggregates. Test for aggregate gradation under AASHTO T 27. Do not wash
the coarse aggregate. Wash the fine aggregate only. Use a mechanical sieve shaker.Aggregate
shaking time must not exceed 10 minutes for each coarse and fine aggregate portion.
Choose a TV within the TV limits shown in the table titled "Aggregate Gradation for Type A HMA
(Percentage Passing)".
Gradations are based on nominal maximum aggregate size.
39-2.01 B(4)(c) Aggregate Lime Treatments 39-2.01 113(4)(c)(i) General
If aggregate lime treatment is required as specified in section 39-2.01 B(2)(b), the virgin aggregate
must comply with the aggregate quality specifications.
Lime for treating aggregate must comply with section 24-2.02.
Water for lime treatment of aggregate with lime slurry must comply with section 24-
1.02B. Notify the Engineer at least 24 hours before the start of aggregate treatment.
Do not treat RAP.
The lime ratio is the pounds of dry lime per 100 lb of dry virgin aggregate expressed as a
percentage. Water content of slurry or untreated aggregate must not affect the lime ratio.
Coarse and fine aggregate fractions must have the lime ratio ranges shown in the following table:
Aggregate fractions Lime ratio percent
Coarse 0.4-1.0
Fine 1.5-2.0
Combined 0.8-1.5
The lime ratio for fine and coarse aggregate must be within ±0.2 percent of the lime ratio in the
accepted JMF. The lime ratio must be within ±0.2 percent of the authorized lime ratio when you
combine the individual aggregate sizes in the JMF proportions. The lime ratio must be determined
before the addition of RAP.
If marination is required, marinate treated aggregate in stockpiles from 24 hours to 60 days
before using in HMA. Do not use aggregate marinated longer than 60 days.
Treated aggregate must not have lime balls or clods.
39-2.01 B(4)(c)(ii) Dry Lime
If marination is required:
1. Treat and marinate coarse and fine aggregates separately
2. Treat the aggregate and stockpile for marination only once
3. Treat the aggregate separately from HMA production
Proportion dry lime by weight with an automatic continuous proportioning system.
If you use a batch-type proportioning system for HMA production, control proportioning in
compliance with the specifications for continuous mixing plants. Use a separate dry lime
aggregate treatment system for HMA batch mixing including:
1. Pugmill mixer
2. Controller
3. Weigh belt for the lime
4. Weigh belt for the aggregate
If a continuous mixing plant for HMA production without lime-marinated aggregates is used, use
a controller that measures the blended aggregate weight after any additional water is added to
the mixture. The controller must determine the quantity of lime added to the aggregate from the
aggregate weigh belt input in connection with the manually input total aggregate moisture, the
manually input target lime content, and the lime proportioning system output. Use a continuous
aggregate weigh belt and pugmill mixer for lime treatment in addition to the weigh belt for the
aggregate proportioning to asphalt binder in the HMA plant. If you use a water meter for moisture
control for lime treatment, the meter must comply with Caltrans' MPQP manual.
When mixing dry lime with aggregate, the aggregate moisture content must ensure complete
lime coating. The aggregate moisture content must not cause aggregate to be lost between the
point of weighing the combined aggregate continuous stream and the dryer. Add water to the
aggregate for mixing and coating before dry lime addition. Immediately before mixing lime with
aggregate, water must not visibly separate from the aggregate.
Mix aggregate, water, and dry lime with a continuous pugmill mixer with twin shafts. Immediately
before mixing lime with aggregate, water must not visibly separate from the aggregate. Store dry
lime in a uniform and free-flowing condition. Introduce dry lime to the pugmill in a continuous
process. The introduction must occur after the aggregate cold feed and before the point of
proportioning across a weigh belt and the aggregate dryer. Prevent loss of dry lime.
The pugmill must be equipped with paddles arranged to provide sufficient mixing action and
mixture movement. The pugmill must produce a homogeneous mixture of uniformly coated
aggregates at mixer discharge.
If the aggregate treatment process is stopped longer than 1 hour, clean the equipment of partially
treated aggregate and lime.
Aggregate must be completely treated before introduction into the mixing drum.
39-2.01 B(4)(c)(iii) Lime Slurry
For lime slurry aggregate treatment, treat aggregate separate from HMA production. Stockpile
and marinate the aggregate.
Proportion lime and water with a continuous or batch mixing system.
Add lime to the aggregate as slurry consisting of mixed dry lime and water at a ratio of 1 part lime
to from 2 to 3 parts water by weight. The slurry must completely coat the aggregate.
Immediately before mixing lime slurry with the aggregate, water must not visibly separate from the
aggregate.
Proportion lime slurry and aggregate by weight in a continuous process.
39-2.01 B(5) Liquid Antistrip Treatment
Liquid antistrip must be from 0.25 to 1.0 percent by weight of asphalt binder. Do not use liquid
antistrip as a substitute for asphalt binder.
Liquid antistrip total amine value must be 325 minimum when tested under ASTM D2074.
Use only 1 liquid antistrip type or brand at a time. Do not mix liquid antistrip types or brands. Store and
mix liquid antistrip under the manufacturer's instructions.
39-2.01 B(6)-39-2.01 B(7) Reserved
39-2.01 B(8) Hot Mix Asphalt Production 39-2.01 B(8)(a) General
Do not start HMA production before verification and authorization of JMF.
The HMA plant must have a current qualification under Caltrans' Material Plant Quality Program.
Weighing and metering devices used for the production of HMA modified with additives must
comply with Caltrans' MPQP. If a loss-in-weight meter is used for dry HMA additive, the meter
must have an automatic and integral material delivery control system for the refill cycle.
Calibrate the loss-in-weight meter by:
1. Including at least 1 complete system refill cycle during each calibration test run
2. Operating the device in a normal run mode for 10 minutes immediately before starting the
calibration process
3. Isolating the scale system within the loss-in-weight feeder from surrounding vibration
4. Checking the scale system within the loss-in-weight feeder for accuracy before and
after the calibration process and daily during mix production
5. Using a minimum 15 minute or minimum 250 lb test run size for a dry ingredient delivery
rate of less than 1 ton per hour.
6. Complying with the limits of Table B, "Conveyor Scale Testing Extremes," in Caltrans' MPQP
Proportion aggregate by hot or cold-feed control.
Aggregate temperature must not be more than 375 degrees F when mixed with the asphalt
binder. Asphalt binder temperature must be from 275 to 375 degrees F when mixed with
aggregate.
Mix HMA ingredients into a homogeneous mixture of coated
aggregates. 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 WMA technology
Density based 240-325
Method 260-325
If you stop production for longer than 30 days, a production start-up evaluation is required.
39-2.01 B(8)(b) Liquid Antistrip
If 3 consecutive sets of recorded production data show that the actual delivered liquid antistrip
weight is more than ±1 percent of the authorized mix design liquid antistrip weight, stop
production and take corrective action.
If a set of recorded production data shows that the actual delivered liquid antistrip weight is more
than ±2 percent of the authorized mix design liquid antistrip weight, stop production. If the liquid
antistrip weight exceeds 1.2 percent of the asphalt binder weight, do not use the HMA
represented by that data.
The continuous mixing plant controller proportioning the HMA must produce a production data
log. The log must consist of a series of data sets captured at 10-minute intervals throughout daily
production. The data must be a production activity register and not a summation. The material
represented by the data is
the quantity produced 5 minutes before and 5 minutes after the capture time. For the duration of
the Contract, the collected data must be stored by the plant controller or a computer's memory at
the plant.
The Engineer orders proportioning activities stopped for any of the following reasons:
1. You fail to submit data
2. You submit incomplete, untimely, or incorrectly formatted data
3. You fail to take corrective actions
4. You take late or unsuccessful corrective actions
5. You fail to stop production when proportioning tolerances are exceeded
6. You use malfunctioning or failed proportioning devices
If you stop production, notify the Engineer of any corrective actions taken before resuming.
39-2.01 B(8)(c) Warm Mix Asphalt Technology
Proportion all ingredients by weight. The HMA plant process controller must be the sole source of
ingredient proportioning control and be fully interfaced with all scales and meters used in the
production process. The addition of the HMA additive must be controlled by the plant process
controller.
Liquid ingredient additive, including a normally dry ingredient made liquid, must be proportioned
with a mass flow meter at continuous mixing plants. Use a mass flow meter or a container scale
to proportion liquid additives at batch mixing plants.
Continuous mixing plants using HMA additives must comply with the following:
1. Dry ingredient additives for continuous production must be proportioned with a conveyor
scale or a loss-in-weight meter.
2. HMA plant process controller and ingredient measuring systems must be capable of
varying all ingredient-feed rates proportionate with the dry aggregate delivery at all
production rates and rate changes.
3. Liquid HMA additive must enter the production stream with the binder. Dry HMA additive
must enter the production stream at or before the mixing area.
4. If dry HMA additives are used at continuous mixing HMA plants, bag-house dust systems
must return all captured material to the mix. This requirement is waived for lime-treated
aggregates.
5. HMA additive must be proportioned to within ±0.3 percent of the target additive rate.
Batch mixing plants using HMA additives must comply with the following:
1. Metered HMA additive must be placed in an intermediate holding vessel before being
added to the stream of asphalt binder as it enters the pugmill.
2. If a container scale is used, weigh additive before combining with asphalt binder. Keep the
container scale separate from other ingredient proportioning. The container scale capacity
must be no more than twice the volume of the maximum additive batch size. The container
scale's graduations must be smaller than the proportioning tolerance or 0.001 times the
container scale capacity.
3. Dry HMA additive proportioning devices must be separate from metering devices for the
aggregates and asphalt binder. Proportion dry HMA additive directly into the pugmill, or
place in an intermediate holding vessel to be added to the pugmill at the appropriate time in
the batch cycle. Dry ingredients for batch production must be proportioned with a hopper
scale.
4. Zero tolerance for the HMA additive batch scale is±0.5 percent of the target additive weight.
The indicated HMA additive batch scale weight may vary from the preselected weight setting
by up to±1.0 percent of the target additive weight.
39-2.01 B(9) Geosynthetic Pavement Interlayer
Geosynthetic pavement interlayer must comply with the specifications for pavement fabric,
paving mat, paving grid, paving geocomposite grid, or geocomposite strip membrane as shown.
The asphalt binder for geosynthetic pavement interlayer must be PG 64-10, PG 64-16, or PG 70-10.
39-2.01 B(10) Tack Coat
Tack coat must comply with the specifications for asphaltic emulsion or asphalt binder. Choose
the type and grade of emulsion or binder.
39-2.01B(11) Miscellaneous Areas , Dikes, & Berms
For miscellaneous areas, dikes, and berms:
1. Use Minor HMA.
2. Choose the aggregate gradation from:
2.1. 3/8-inch Type A HMA aggregate gradation
2.2. 1/2-inch Type A HMA aggregate gradation
2.3. dike mix aggregate gradation
3. Choose asphalt binder Grade PG 64-28.
4. Minimum asphalt binder content must be:
4.1. 6.40 percent for 3/8-inch Type A HMA aggregate gradation
4.2. 5.70 percent for 1/2-inch Type A HMA aggregate gradation
4.3. 6.00 percent for dike mix aggregate gradation
If you request and the Engineer authorizes, you may reduce the minimum asphalt binder content.
Aggregate gradation for dike mix must be within the TV limits for the specified sieve size shown
in the following table:
Dike Mix Aggregate Gradation
(Percentage Passing)
Sieve size Target value limit Allowable tolerance
1/2" 100 --
3/8" --- 95- 100
No. 4 73-77 TV± 10
No. 8 58-63 TV± 10
No. 30 29-34 TV± 10
No. 200 0- 14
For HMA used in miscellaneous areas, dikes, and berms, sections 39-2.01A(3), 39-2.01A(4), 39-
2.01 B(2), 39-2.01 B(4)(c), and 39-2.01 B(5)—(10) do not apply.
39-2.01C Construction 39-2.01C(1) General
Do not place HMA on wet pavement or frozen surface.
You may deposit HMA in a windrow and load it in the paver if:
1. Paver is equipped with a hopper that automatically feeds the screed
2. Loading equipment can pick up the windrowed material and deposit it in the paver hopper
without damaging base material
3. Activities for depositing, pickup, loading, and paving are continuous
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
HMA placed in a windrow on the roadway surface must not extend more than 250 feet in front of
the loading equipment or material transfer vehicle.
You may place HMA in 1 or more layers on areas less than 5 feet wide and outside the traveled
way, including shoulders. You may use mechanical equipment other than a paver for these
areas. The equipment must produce uniform smoothness and texture.
HMA handled, spread, or windrowed must not stain the finished surface of any improvement,
including pavement.
Do not use petroleum products such as kerosene or diesel fuel to release HMA from trucks,
spreaders, or compactors.
HMA must be free of:
1. Segregation
2. Coarse or fine aggregate pockets
3. Hardened lumps
4. Marks
5. Tearing
6. Irregular Texture
Complete finish rolling activities before the pavement surface temperature is:
1. Below 150 degrees F for HMA with unmodified binder
2. Below 140 degrees F for HMA with modified binder
39-2.01C(2) Spreading and Compacting Equipment 39-2.01C(2)(a) General
Paving equipment for spreading must be:
1. Self-propelled
2. Mechanical
3. Equipped with a screed or strike-off assembly that can distribute HMA the full width of a traffic lane
4. Equipped with a full-width compacting device
5. Equipped with automatic screed controls and sensing devices that control the thickness,
longitudinal grade, and transverse screed slope
Install and maintain grade and slope references.
The screed must be heated and produce a uniform HMA surface texture without tearing, shoving,
or gouging.
The paver must not leave marks such as ridges and indentations unless you can eliminate them
by rolling.
Rollers must be equipped with a system that prevents HMA from sticking to the wheels. You may
use a parting agent that does not damage the HMA or impede the bonding of layers.
In areas inaccessible to spreading and compacting equipment:
1. Spread the HMA by any means to obtain the specified lines, grades, and cross sections
2. Use a pneumatic tamper, plate compactor, or equivalent to achieve thorough compaction
39-2.01C(2)(b) Material Transfer Vehicle
If a material transfer vehicle is specified, the material transfer vehicle must have sufficient
capacity to prevent stopping the paver and must be capable of:
1. Either receiving HMA directly from trucks or using a windrow pickup head to load it from a
windrow deposited on the roadway surface
2. Remixing the HMA with augers before transferring into the paver's receiving hopper or feed system
3. Transferring HMA directly into the paver's receiving hopper or feed system
39-2.01 C(2)(c) Method Compaction Equipment
For method compaction, each paver spreading HMA must be followed by at least one of each of
the following 3 types of rollers:
1. Breakdown roller must be a vibratory roller specifically designed to compact HMA. The roller
must be capable of at least 2,500 vibrations per minute and must be equipped with
amplitude and frequency controls. The roller's gross static weight must be at least 7.5 tons.
2. Intermediate roller must be an oscillating-type pneumatic-tired roller at least 4 feet wide.
Pneumatic tires must be of equal size, diameter, type, and ply. The tires must be inflated to
60 psi minimum and maintained so that the air pressure does not vary more than 5 psi.
3. Finishing roller must be a steel-tired, 2-axle tandem roller. The roller's gross static weight
must be at least 7.5 tons.
Each roller must have a separate operator. Rollers must be self-propelled and reversible.
39-2.01C(2)(d)-39-2.01C(2)(f) Reserved
39-2.01 C(3) Surface Preparation 39-2.01 C(3)(a) General
Before placing HMA, remove loose paving particles, dirt, and other extraneous material by any
means including flushing and sweeping.
39-2.01C(3)(b) Subgrade
Prepare subgrade to receive HMA under the sections for the material involved. Subgrade must be
free of loose and extraneous material.
39-2.01 C(3)(c) Reserved
39-2.01 C(3)(d) Reserved
39-2.01 C(3)(e) Reserved
39-2.01 C(3)(f) Tack Coat
Apply a tack coat:
1. To existing pavement including planed surfaces
2. Between HMA layers
3. To vertical surfaces of:
3.1. Curbs
3.2. Gutters
3.3. Construction joints
Equipment for the application of tack coat must comply with section 37-1.03B.
Before placing HMA, apply a tack coat in 1 application at the minimum residual rate shown in the
following table for the condition of the underlying surface:
Tack Coat Application Rates for HMA
Minimum residual rates (gal/sq yd)
CSS1/CSS1h, CRS1/CRS2, Asphalt binder and
HMA over: SS1/SS1 h and RS1/RS2 and PMRS2/PMCRS2
QS1h/CQS1h QS1/CQS1 and
asphaltic emulsion asphaltic emulsion PMRS2h/PMCRS2h
asphaltic emulsion
New HMA(between layers) 0.02 0.03 0.02
Concrete pavement and
existing asphalt concrete 0.03 0.04 0.03
surfacing
Planed pavement 0.05 0.06 0.04
If a stress absorbing membrane interlayer as specified in section 37-2.05 is applied, the tack coat
application rates for new HMA apply.
Notify the Engineer if you dilute asphaltic emulsion with water. The weight ratio of added water to
asphaltic emulsion must not exceed 1 to 1.
Measure added water either by weight or volume under section 9-1.02 or use water meters from
water districts, cities, or counties. If you measure water by volume, apply a conversion factor to
determine the correct weight.
With each dilution, submit:
1. Weight ratio of water to bituminous material in the original asphaltic emulsion
2. Weight of asphaltic emulsion before diluting
3. Weight of added water
4. Final dilution weight ratio of water to asphaltic emulsion
Apply a tack coat to vertical surfaces with a residual rate that will thoroughly coat the vertical face
without running off.
If authorized, you may:
1. Change tack coat rates
2. Omit tack coat between layers of new HMA during the same work shift if:
2.1. No dust, dirt, or extraneous material is present
2.2. Surface is at least 140 degrees F
Immediately in advance of placing HMA, apply additional tack coat to damaged areas or where
loose or extraneous material is removed.
Close areas receiving tack coat to traffic. Do not allow the tracking of tack coat onto pavement
surfaces beyond the job site.
If you use an asphalt binder for tack coat, the asphalt binder temperature must be from 285 to
350 degrees F when applied.
39-2.01C(3)(g)Geosynthetic Pavement Interlayer
Where shown, place geosynthetic pavement interlayer over a coat of asphalt binder and in
compliance with the manufacturer's instructions. Do not place the interlayer on a wet or frozen
surface. If the interlayer, in compliance with the manufacturer's instructions, does not require
asphalt binder, do not apply asphalt binder before placing the interlayer.
Before placing the interlayer or asphalt binder:
1. Clean the pavement of loose and extraneous material.
If the interlayer requires asphalt binder, immediately before placing the interlayer, apply asphalt
binder at a rate specified by the interlayer manufacturer; at 0.25±0.03 gal per square yard of
interlayer; or at a rate that just saturates the interlayer; whichever is greater. Apply asphalt
binder the width of the interlayer plus 3 inches on each side. At an interlayer overlap, apply
asphalt binder on the lower interlayer the same overlap distance as the upper interlayer.
If asphalt binder tracked onto the interlayer or brought to the surface by construction equipment
causes interlayer displacement, cover it with a small quantity of HMA.
If the interlayer placement does not require asphalt binder, apply tack coat prior to placing HMA
at the application rates specified under section 39-2.01 C(3)(f) based on the condition of the
underlying surface on which the interlayer was placed.
Align and place the interlayer with no overlapping wrinkles, except a wrinkle that overlaps may
remain if it is less than 1/2 inch thick. If the overlapping wrinkle is more than 1/2 inch thick, cut the
wrinkle out and overlap the interlayer no more than 2 inches.
Overlap the interlayer borders between 2 to 4 inches. In the direction of paving, overlap the
following roll with the preceding roll at any break.
You may use rolling equipment to correct distortions or wrinkles in the
interlayer. Before placing HMA on the interlayer, do not expose the interlayer
to:
1. Traffic, except for crossings under traffic control and only after you place a small HMA quantity
2. Sharp turns from construction equipment
3. Damaging elements
Pave HMA on the interlayer during the same work shift. The minimum HMA thickness over the
interlayer must be 0.12 foot including at conform tapers.
39-2.01C(4) Longitudinal Joints 39-2.01C(4)(a) General
Longitudinal joints in the top layer must match lane lines. Alternate the longitudinal joint offsets
in the lower layers at least 0.5 foot from each side of the lane line. Other longitudinal joint
placement patterns are allowed if authorized.
A vertical longitudinal joint of more than 0.15 foot is not allowed at any time between adjacent lanes
open to traffic.
For an HMA thickness of 0.15 foot or less, the distance between the ends of the adjacent
surfaced lanes at the end of each day's work must not be greater than can be completed in the
following day of normal paving.
For an HMA thickness greater than 0.15 foot, you must place HMA on adjacent traveled way
lanes or shoulder such that at the end of each work shift the distance between the ends of HMA
layers on adjacent lanes is from 5 to 10 feet. Place additional HMA along the transverse edge at
each lane's end and along the exposed longitudinal edges between adjacent lanes. Hand rake
and compact the additional HMA to form temporary conforms. You may place kraft paper or other
authorized release agent under the conform tapers to facilitate the taper removal when paving
activities resume.
If placing HMA against the edge of existing pavement, saw cut or grind the pavement straight and
vertical along the joint and remove extraneous material.
39-2.01C(4)(b) Tapered Notched Wedge
Not used
39-2.01 C(5) Pavement Edge Treatments
Construct edge treatment on the HMA pavement as shown.
Where a tapered edge is required, use the same type of HMA used for the adjacent lane or shoulder.
The edge of roadway where the tapered edge is to be placed must have a solid base, free of
debris such as loose material, grass, weeds, or mud. Grade the areas to receive the tapered
edge as required.
The tapered edge must be placed monolithic with the adjacent lane or shoulder and must be
shaped and compacted with a device attached to the paver.
The device must be capable of shaping and compacting HMA to the required cross section as
shown. Compaction must be accomplished by constraining the HMA to reduce the cross sectional
area by 10 to 15 percent. The device must produce a uniform surface texture without tearing,
shoving, or gouging and must not leave marks such as ridges and indentations. The device must
be capable of transitioning to cross roads, driveways, and obstructions.
For the tapered edge, the angle of the slope must not deviate by more than ±5 degrees from the
angle shown. Measure the angle from the plane of the adjacent finished pavement surface.
If paving is done in multiple lifts, the tapered edge must be placed with each lift.
Short sections of hand work are allowed to construct tapered edge transitions. The test section:
1. Must not be less than 0.1 mile in length.
2. Must have a width equal to the width of the pavement and tapered edge to be paved in
one pass during production.
3. Locations shall be proposed by the Contractor and approved by the Engineer.
The test section must be constructed with asphalt paver fitted with one of the following FHWA-
approved tapered edge devices:
1. "Shoulder Wedge Maker" manufactured by Transtech Systems, Inc.,1594
State Street, Schenectady, NY 12304, Telephone 1-800-724-6306 or 518-370-
5558
2. "Advant-Edger" manufactured by Advant-Edge Paving Equipment LLC, 33 Old
Niskayuna Road, Loudonville, NY 12211, Telephone 814-422-3343
3. "Ramp Champ" manufactured by Advant-Edge Paving Equipment LLC, 33 Old
Niskayuna Road, Loudonville, NY 12211, Telephone 814-422-3343
4. "SafeTSlope" manufactured by Troxler Electronic Laboratories, Inc., 3008 E.
Cornwallis Rd. Research Triangle Park, NC 27709, Telephone 877-876-9537
Comply with manufacturer's instructions for attaching the device(s)to the paver. The Engineer
accepts the use of selected tapered edge device when edge shape and compaction of the test
section are in compliance with plans and specifications. No further paving operations which
include the construction of the tapered edge shall commence unless means and methods for
constructing the tapered edge are approved by the Engineer.
39-2.01C(6) Widening Existing Pavement
If widening existing pavement, construct new pavement structure to match the elevation of the
existing pavement's edge before placing HMA over the existing pavement.
39-2.01C(7) Shoulders, Medians, and Other Road Connections
Until the adjoining through lane's top layer has been paved, do not pave the top layer of:
1. Shoulders
2. Tapers
3. Transitions
4. Road connections
5. Driveways
6. Curve widenings
7. Chain control lanes
8. Turnouts
9. Turn pockets
If the number of lanes changes, pave each through lane's top layer before paving a tapering
lane's top layer. Simultaneous to paving a through lane's top layer, you may pave an adjoining
area's top layer, including shoulders. Do not operate spreading equipment on any area's top layer
until completing final compaction.
If shoulders or median borders are shown, pave shoulders and median borders adjacent to the
lane before opening a lane to traffic.
If shoulder conform tapers are shown, place conform tapers concurrently with the adjacent lane's
paving.
If a driveway or a road connection is shown, place additional HMA along the pavement's edge to
conform to road connections and driveways. Hand rake, if necessary, and compact the additional
HMA to form a smooth conform taper.
New paving shall tie smoothly into previously resurfaced mats, existing pavement and to private
drives. Place additional HMA along the pavement's edge to conform to private drives and private
road connections as shown in the Project Details.
Hand rake, if necessary, and compact the additional HMA to form a smooth conform taper.
Feather down the HMA to zero thickness at the approximate rate of 20 feet per 0.08-foot thickness
at all match lines across the travel lanes including the beginning and end of construction and at all
intersections unless otherwise shown or described in the Project Details and as directed by the
Engineer.
39-2.01 C(8) Leveling
Section 39-2.01 C(8)applies if a bid item for hot mix asphalt(leveling) is shown on the Bid Item List.
Fill and level irregularities and ruts with HMA before spreading HMA over the base, existing
surfaces, or bridge decks. You may use mechanical equipment other than a paver for these
areas. The equipment must produce uniform smoothness and texture. HMA used to change an
existing surface's cross slope or profile is not paid for as hot mix asphalt (leveling).
39-2.01C(9) Miscellaneous Areas , Dikes, & Berms
Prepare the area to receive HMA for miscellaneous areas , dikes, and berms, including
excavation and backfill as needed.
Spread the HMA in miscellaneous areas in 1 layer and compact to the specified lines and grades.
In median areas adjacent to slotted median drains, each layer of HMA must not exceed 0.20 foot
maximum compacted thickness.
The finished surface must be:
1. Textured uniformly
2. Compacted firmly
3. Without depressions, humps, and irregularities
39-2.01C(10)-39-2.01C(14) Reserved
39-2.01 C(15) Compaction 39-2.01 C(15)(a) General
Rolling must leave the completed surface compacted and smooth without tearing, cracking, or
shoving. If a vibratory roller is used as a finish roller, turn the vibrator off.
Do not open new HMA pavement to traffic until its mid depth temperature is below 160 degrees F.
If the surface to be paved is both in sunlight and shade, pavement surface temperatures are
taken in the shade.
39-2.01C(15)(b) Method Compaction
Use method compaction for all conditions.
HMA compaction coverage is the number of passes needed to cover the paving width. A pass is 1
roller's movement parallel to the paving in either direction. Overlapping passes are part of the
coverage being made and are not a subsequent coverage. Do not start a coverage until
completing the prior coverage.
Method compaction must consist of performing:
1. Breakdown compaction of each layer with 3 coverages using a vibratory roller. The speed
of the vibratory roller in miles per hour must not exceed the vibrations per minute divided
by 1,000. If the HMA layer thickness is less than 0.08 foot, turn the vibrator off.
2. Intermediate compaction of each layer of HMA with 3 coverages using a pneumatic-tired
roller at a speed not to exceed 5 mph.
3. Finish compaction of HMA with 1 coverage using a steel-tired roller.
Start rolling at the lower edge and progress toward the highest part.
The Engineer may order fewer coverages if the layer thickness of HMA is less than 0.15 foot. The
compacted lift thickness must not exceed 0.25 foot.
39-2.01C(15)(c)-39-2.01C(15)(e) Reserved
39-2.01C(16) Smoothness Corrections
If the pavement surface does not comply with section 39-2.01A(4)(i)(iii), grind the pavement to
within specified tolerances, remove and replace the pavement, or place an overlay of HMA. Do
not start corrective work until your method is authorized.
Do not use equipment with carbide cutting teeth to grind the pavement unless authorized.
Smoothness corrections must leave at least 75 percent of the specified HMA thickness. If
ordered, core the pavement at the locations selected by the Engineer. Coring, including traffic
control, is change order work. Remove and replace deficient pavement areas where the overlay
thickness is less than 75 percent of the thickness specified.
Corrected HMA pavement areas must be uniform rectangles, half the lane width, with edges:
1. Parallel to and along the nearest HMA pavement edge or lane line
2. Perpendicular to the pavement centerline
On ground areas not to be overlaid with OGFC, apply a fog seal under section 37-4.02.
Where corrections are made within areas requiring testing with inertial profiler, reprofile the entire
lane length with the inertial profiler.
Where corrections are made within areas requiring testing with a 12-foot straightedge, retest the
corrected area with the straightedge.
39-2.01 C(17) Data Cores
Not Used.
39-2.01 D Payment
The payment quantity for geosynthetic pavement interlayer is the area measured from the actual
pavement covered.
Except for tack coat used in minor HMA, payment for tack coat is not included in the payment for
hot mix asphalt.
The Department does not adjust the unit price for an increase or decrease in the tack coat quantity.
The payment quantity for HMA of the type shown on the Bid Item List is measured based on the
combined mixture weight. If recorded batch weights are printed automatically, the bid item for
HMA is measured by using the printed batch weights, provided:
1. Total aggregate and supplemental fine aggregate weight per batch is printed. If
supplemental fine aggregate is weighed cumulatively with the aggregate, the total aggregate
batch weight must include the supplemental fine aggregate weight.
2. Total virgin asphalt binder weight per batch is printed.
3. Each truckload's zero tolerance weight is printed before weighing the first batch and after
weighing the last batch.
4. Time, date, mix number, load number and truck identification is correlated with a load slip.
5. Copy of the recorded batch weights is certified by a licensed weigh master and submitted.
The payment quantity for place hot mix asphalt dike or berm of the type shown on the Bid Item
List is the length measured from end to end. Payment for the HMA used to construct the dike or
berm is not included in the payment for place hot mix asphalt dike or berm.
The payment quantity for place hot mix asphalt(miscellaneous areas) is the area measured for
the in- place compacted area. Payment for the HMA used for miscellaneous areas is not included
in the payment for place hot mix asphalt (miscellaneous areas).
The Engineer does not adjust the unit price for an increase or decrease in the prepaving grinding
day quantity.
39-2.02 TYPE A HOT MIX ASPHALT
39-2.02A General
39-2.02A(1) Summary
Section 39-2.02 includes specifications for producing and placing Type A hot mix asphalt. You may
produce Type A HMA using an authorized WMA technology.
39-2.02A(2) Definitions
Reserved
39-2.02A(3) Submittals 39-2.02A(3)(a) General
Reserved
39-2.02A(3)(b) Job Mix Formula
The JMF must be based on the superpave HMA mix design as described in MS-2 Asphalt Mix Design
Methods by the Asphalt Institute.
39-2.02A(3)(c) Reclaimed Asphalt Pavement
Submit QC test results for RAP gradation with the combined aggregate gradation within 2
business days of taking RAP samples during Type A HMA production.
39-2.02A(3)(d)-39-2.02A(3)(f) Reserved
39-2.02A(4) Quality Assurance 39-2.02A(4)(a) General
Reserved
39-2.02A(4)(b) Quality Control 39-2.02A(4)(b)(i) General
Reserved
39-2.02A(4)(b)(ii) Aggregates
Test the quality characteristics of aggregates under the test methods and frequencies shown in
the following table:
Aggregate Testing Frequencies
Quality characteristic Test method Minimum testing frequency
Gradation AASHTO T 27
Sand equivalent',° AASHTO T 176 1 per 750 tons and any remaining part
Moisture content AASHTO T 255
Crushed particles AASHTO T 335
Los Angeles Rattler AASHTO T 96
Flat and elongated particles ASTM D4791 1 per ve is tons 2 per project
whicheever is
Fine aggregate angularity AASHTO T 304 greater
Method A
Coarse durability index AASHTO T 210 1 per 3,000 or 1 per paving day,
Fine durability index AASHTO T 210 whichever is greater
aIf RAP is used, test the combined aggregate gradation under California Test 384.
'Reported value must be the average of 3 tests from a single sample.
°Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7,
"Manual Shaker," 7.1.2, "Alternate Method No. 2,"and 8.4.3, "Hand Method,"do not apply.
Prepare the stock solution as specified in section 4.8.1, "Stock solution with formaldehyde,"
except omit the addition of formaldehyde.
dTest at continuous mixing plants only. If RAP is used, test the RAP moisture content at
continuous mixing plant and batch mixing plant.
For lime treated aggregate, test aggregate before treatment and test for gradation and moisture
content during HMA production.
39-2.02A(4)(b)(iii) Reclaimed Asphalt Pavement
Sample and test processed RAP at a minimum frequency of 1 sample per 1,000 tons with a
minimum of 6 samples per fractionated stockpile. If the fractionated stockpile has not been
augmented, the 3 RAP samples taken and tested for mix design can be part of this minimum
sample requirement. If a processed RAP stockpile is augmented, sample and test processed
RAP quality characteristics at a minimum frequency of 1 sample per 500 tons of augmented RAP.
The combined RAP sample when tested under AASHTO T 164 must be within ±2.00 percent of
the average asphalt binder content reported on page 4 of your Contractor Hot Mix Asphalt Design
Data form. If a new processed RAP stockpile is required, the average binder content of the new
processed RAP stockpile must be within ±2.00 percent of the average binder reported on page 4
of your Contractor Hot Mix Asphalt Design Data form.
The combined RAP sample when tested under AASHTO T 209 must be within ±0.06 of the
average maximum specific gravity reported on page 4 of your Contractor Hot Mix Asphalt Design
Data form.
During Type A HMA production, sample RAP twice daily and perform QC testing for:
1. Aggregate gradation at least once a day under California Test 384
2. Moisture content at least twice a day
39-2.02A(4)(b)(iv)-39-2.02A(4)(b)(viii) Reserved
39-2.02A(4)(b)(ix) Type A Hot Mix Asphalt Production
Test the quality characteristics of Type A HMA under the test methods and frequencies shown in
the following table:
Type A HMA Production Testing Frequencies
Quality characteristic Test method Minimum testing frequency
Asphalt binder content AASHTO T 308, Method A 1 per 750 tons and any remaining part
HMA moisture content AASHTO T 329 1 per 2,500 tons but not less than 1
per paving day
Air voids content AASHTO T 269 1 per 4,000 tons or 2 every 5 paving
days, whichever is greater
Voids in mineral MS-2MS-2 Asphalt Mixture
aggregate Volumetrics 1 per 10,000 tons or 2 per project
Dust proportion MS-2MS-2 Asphalt Mixture whichever is greater
Volumetrics
Density of core California Test 375 2 per paving day
Nuclear gauge density California Test 375 3 per 250 tons or 3 per paving day,
whichever is greater
Hamburg wheel track AASHTO T 324 (Modified) 1 per 10,000 tons or 1 per project,
Moisture susceptibility AASHTO T 283 whichever is greater
39-2.02A(4)(c)-39-2.02A(4)(d) Reserved
39-2.02A(4)(e) Department Acceptance
The Department accepts Type A HMA based on compliance with:
1. Aggregate quality requirements shown in the following table:
Aggregate Quality
Quality characteristic Test method Requirement
Aggregate gradation' AASHTO T 27 JMF ±Tolerance
Percent of crushed particles
Coarse aggregate (min, %)
One-fractured face 95
Two-fractured faces 90
Fine aggregate(min, %) AASHTO T 335
(Passing No.4 sieve
and retained on No. 8 sieve.)
One-fractured face 70
Los Angeles Rattler(max, %)
Loss at 100 Rev. AASHTO T 96 12
Loss at 500 Rev. 40
Sand equivalent(min.)',c AASHTO T 176 47
Flat and elongated particles(max, % by ASTM D4791 10
weight at 5:1
Fine aggregate angularity(min, %)d AASHTO T 304, Method A 45
Coarse durability index(Dc, min) AASHTO T 210 65
Fine durability index(Df, min) AASHTO T 210 50
aThe Engineer determines combined aggregate gradations containing RAP under California Test 384.
'Reported value must be the average of 3 tests from a single sample.
°Use of a sand reading indicator is required as shown in AASHTO T 176, Figure 1. Sections
4.7, "Manual Shaker," 7.1.2, "Alternate Method No. 2," 8.4.2 Manual Shaker Method, and
8.4.3, "Hand Method,"do not apply. Prepare the stock solution as specified in section 4.8.1,
"Stock solution with formaldehyde,"except omit the addition of formaldehyde.
aThe Engineer waives this specification if HMA contains 10 percent or less of nonmanufactured
sand by weight of total aggregate. Manufactured sand is fine aggregate produced by crushing
rock or gravel.
2. If RAP is used, RAP quality requirements shown in the following table:
Reclaimed Asphalt Pavement Quality
Quality characteristic Test method Requirement
Binder content(%within the average value reported) AASHTO T 164 ±2.00
Specific gravity(within the average value reported) AASHTO T 209 ±0.06
3. In place Type A HMA quality requirements shown in the following table:
Type A HMA Acceptance In Place
Quality characteristic Test method Requirement
Asphalt binder content(%) AASHTO T 308
Method A JMF-0.30, +0.50
HMA moisture content(max, %) AASHTO T 329 1.00
Air voids content at Ndeslgn (%)a,b AASHTO T 269 4.0± 1.5
(5.0± 1.5 for 1-inch aggregate)
Voids in mineral aggregate on laboratory- MS-2MS-2
produced HMA(min, %)d Asphalt Mixture
Gradation: Volumetrics
No. 4 16.5-19.5
3/8-inch 15.5-18.5
1/2-inch 14.5-17.5
3/4-inch 13.5-16.5
1-inch
with WAS = 1-inch 13.5-16.5
with WAS =3/4-inch 14.5-17.5
Voids in mineral aggregate on plant-produced MS-2MS-2
HMA(min, %)a Asphalt Mixture
Gradation: Volumetrics°
No. 4 15.5-18.5
3/8-inch 14.5-17.5
1/2-inch 13.5-16.5
3/4-inch 12.5-15.5
1-inch
with WAS = 1-inch 12.5-15.5
with WAS = 3/4-inch 13.5-16.5
Dust proportion MS-2MS-2
Asphalt Mixture 0.6-1.39
Volumetrics
Density of core (% of max theoretical density)',f California Test 91.0-97.0
375
Hamburg wheel track (min number of passes at AASHTO T 324
0.5-inch rut depth) (Modified)
Binder grade:
PG 58 10,000
PG 64 15,000
PG 70 20,000
PG 76 or higher 25,000
Hamburg wheel track(min number of passes at AASHTO T 324
inflection point) (Modified)
Binder grade:
PG 58 10,000
PG 64 10,000
PG 70 12,500
PG 76 or higher 15,000
Moisture susceptibility(min, psi, dry strength) AASHTO T 283 100
Moisture susceptibility(min, psi,wet strength) AASHTO T 283 70
aPrepare 3 briquettes. Report the average of 3 tests.
bThe Engineer determines the bulk specific gravity of each lab-compacted briquette under
AASHTO T 275, Method A, and theoretical maximum specific gravity under AASHTO T 209,
Method A. °Determine bulk specific gravity under AASHTO T 275, Method A.
dThe Engineer determines the laboratory-prepared Type A HMA value for only mix design
verification. 'The Engineer determines percent of theoretical maximum density under
California Test 375 except the Engineer uses:
1. AASHTO T 275 to determine in-place density of each density core
2. AASHTO T 209, Method A to determine theoretical maximum density instead of
calculating test maximum density
qhe Engineer determines theoretical maximum density under AASHTO T 209, Method A, at the
frequency specified in California Test 375, part 5, section D.
gFor lime-treated aggregates, the dust proportion requirement is 0.6-1.5.
39-2.02B Materials 39-2.02B(1) General Reserved
39-2.02B(2) Type A Hot Mix Asphalt Mix Design
The mix design for Type A HMA must comply with the requirements shown in the following table:
Type A HMA Mix Design Re uirements
Quality characteristic Test method Requirement
Air voids content(%) AASHTO T 269a Ninitial> 8.0
Ndesign = 4.0
(Ndesign=5.0 for 1-Inch
aggregate)
Nmax> 2.0
Gyration compaction (no. of gyrations) AASHTO T 312 Ninitial = 8
Ndesign= 85.0
Nmax= 130
Voids in mineral aggregate (min, %)b MS-2
Gradation: Asphalt Mixture
No. 4 Volumetrics 16.5-19.5
3/8-inch 15.5-18.5
1/2-inch 14.5-17.5
3/4-inch 13.5-16.5
1-inch
with WAS = 1-inch 13.5-16.5
with WAS = 3/4-inch 14.5-17.5
Dust proportion MS-2
Asphalt Mixture 0.6-1.3
Volumetrics
Hamburg wheel track(min number of passes AASHTO T 324
at 0.5-inch rut depth) (Modified)°
Binder grade:
PG 58 10,000
PG 64 15,000
PG 70 20,000
PG 76 or higher 25,000
Hamburg wheel track(min number of passes AASHTO T 324
at the inflection point) (Modified)°
Binder grade:
PG 58 10,000
PG 64 10,000
PG 70 12,500
PG 76 or higher 15,000
Moisture susceptibility, dry strength (min, psi) AASHTO T 283° 100
Moisture susceptibility,wet strength (min, AASHTO T 283c,d 70
psi)
'Calculate the air voids content of each specimen using AASHTO T 275, Method A, to
determine bulk specific gravity. Use AASHTO T 209, Method A, to determine theoretical
maximum specific gravity.
Use a digital manometer and pycnometer when performing AASHTO T 209.
'Measure bulk specific gravity using AASHTO T 275, Method A.
°Test plant-produced Type A HMA.
'Freeze thaw required.
For Type A HMA mixtures using RAP, the maximum allowed binder replacement is 25.0 percent
in the upper 0.2 foot exclusive of OGFC and 40.0 percent below. The binder replacement is
calculated as a percentage of the approved JMF target asphalt binder content.
For Type A HMA with a binder replacement percent less than or equal to 25 percent of your
specified OBC, you may request that the performance graded asphalt binder grade with upper
and lower temperature classifications be reduced by 6 degrees C from the specified grade.
For Type A HMA with a binder replacement greater than 25 percent of your specified OBC and
less than or equal to 40 percent of OBC,you must use a performance graded asphalt binder grade
with upper and lower temperature classifications reduced by 6 degrees C from the specified grade.
39-2.02B(3) Asphalt Binder
The grade of asphalt binder for Type A HMA must be PG 64-28.
39-2.02B(4) Aggregates 39-2.02B(4)(a) General
Before the addition of asphalt binder and lime treatment, the aggregates must comply with the
requirements shown in the following table:
Aggregate Quality
Quality characteristic Test method Requirement
Percent of crushed particles:
Coarse aggregate (min, %)
One-fractured face 95
Two-fractured faces AASHTO T 335 90
Fine aggregate (min, %)
(Passing No. 4 sieve
and retained on No. 8 sieve.)
One-fractured face 70
Los Angeles Rattler(max, %)
Loss at 100 Rev. AASHTO T 96 12
Loss at 500 Rev. 40
Sand equivalent(min)a AASHTO T 176 47
Flat and elongated particles (max, % by weight at 5:1) ASTM D4791 10
Fine aggregate angularity(min, %)' I AASHTO T 304, Method A 45
Coarse durability index(Dc, min) AASHTO T 210 65
Fine durability index(Df, min) AASHTO T 210 50
aThe reported value must be the average of 3 tests from a single sample. Use of a sand
reading indicator is required as shown in AASHTO T 176, Figure 1. Sections 4.7, "Manual
Shaker," 7.1.2, "Alternate Method No. 2," 8.4.2 Manual Shaker Method, and 8.4.3, "Hand
Method," do not apply. Prepare the stock solution as specified in section 4.8.1, "Stock
solution with formaldehyde," except omit the addition of formaldehyde.
'The Engineer waives this specification if the Type A HMA contains 10 percent or less of
nonmanufactured sand by weight of total aggregate. Manufactured sand is fine aggregate
produced by crushing rock or gravel.
39-2.02B(4)(b) Aggregate Gradations
The aggregate gradations for Type A HMA must comply with the requirements shown in the
following table:
Aggregate Gradation Requirements
Type A HMA pavement thickness shown Gradation
0.10 foot 3/8 inch
Greater than 0.10 to less than 0.20 foot 1/2 inch
0.20 to less than 0.25 foot 3/4 inch
0.25 foot or greater 3/4 inch or 1 inch
Aggregate gradation must be within the TV limits for the specified sieve size shown in the
following tables:
Aggregate Gradations for Type A
HMA(Percentage Passing)
1 inch
Sieve size Target value limit Allowable tolerance
1" 100 --
3/4" 88-93 TV±5
1/2" 72-85 TV±6
3/8" 55-70 TV±6
No. 4 35-52 TV±7
No. 8 22-40 TV±5
No. 30 8-24 TV±4
No. 50 5-18 TV±4
No. 200 3.0-7.0 TV±2.0
3/4 inch
Sieve size Target value limit Allowable tolerance
ill 100 --
3/4" 90-98 TV±5
1/2" 70-90 TV±6
No. 4 42-58 TV±5
No. 8 29-43 TV±5
No. 30 10-23 TV±4
No. 200 2.0-7.0 TV±2.0
1/2 inch
Sieve size Target value limit Allowable tolerance
3/4" 100 1/2" 95-98 TV± 5
3/8" 72-95 TV± 5
No. 4 52-69 TV± 5
No. 8 35-55 TV± 5
No. 30 15-30 TV±4
No. 200 2.0-8.0 TV± 2.0
3/8 inch
Sieve size Target value limit Allowable tolerance
1/2" 100 --
3/8" 95-98 TV± 5
No. 4 55-75 TV± 5
No. 8 30-50 TV± 5
No. 30 15-35 TV± 5
No. 200 2.0-9.0 TV±2.0
No. 4
Sieve size Target value limit Allowable tolerance
3/8" 100 No. 4 95-98 TV± 5
No. 8 70-80 TV±6
No. 30 34-45 TV± 5
No. 200 2.0-12.0 TV±4.0
39-2.02B(5) Reclaimed Asphalt Pavement
You may substitute RAP for part of the virgin aggregate in a quantity up to 15 percent of the
aggregate blend.
Provide enough space at your plant for complying with all RAP handling requirements. Provide a
clean, graded base, well drained area for stockpiles.
If RAP is from multiple sources, blend the RAP thoroughly and completely before fractionating. For
RAP substitution of 15 percent of the aggregate blend or less, fractionation is not required.
Isolate the processed RAP stockpiles from other materials. Store processed RAP in conical or
longitudinal stockpiles. Processed RAP must not be agglomerated or be allowed to congeal in
large stockpiles.
39-2.02B(6)-39-2.02B(10) Reserved
39-2.02B(11) Type A Hot Mix Asphalt Production
If RAP is used, the asphalt plant must automatically adjust the virgin asphalt binder to account for
RAP percentage and RAP binder.
During production, you may adjust hot-or cold-feed proportion controls for virgin aggregate and
RAP. RAP must be within ±3 of RAP percentage described in your Contractor Job Mix Formula
Proposal form without exceeding 15 percent.
39-2.02C Construction
Place Type A HMA in lifts as shown in the project details.
Where the pavement thickness shown is greater than 0.30 foot, you may place Type A HMA in
multiple lifts not less than 0.15 foot each. If placing Type A HMA in multiple lifts:
1. Aggregate gradation must comply with the requirements shown in the following table:
Aggregate Gradation Requirements
Type A HMA lift thickness Gradation
0.15 to less than 0.20 foot 1/2 inch
0.20 foot to less than 0.25 foot 3/4 inch
0.25 foot or greater 3/4 inch or 1 inch
2. Apply a tack coat before placing a subsequent lift
3. The Engineer evaluates each HMA lift individually for compliance
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.
Spread Type A HMA at the ambient air and surface temperatures shown in the following table:
Minimum Ambient Air and Surface Tem eratures
Lift thickness Ambient air(OF) I Surface (OF)
(feet) Unmodified Modified asphalt Unmodified Modified asphalt
asphalt binder binder asphalt binder binder
Type A HMA and Type A HMA produced with WMA water injection 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
For Type A HMA and Type A HMA produced with WMA water injection technology placed under
method compaction, if the asphalt binder is:
1. Unmodified, complete:
1.1. 1st coverage of breakdown compaction before the surface temperature drops
below 250 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 150 degrees F
2. Modified, complete:
2.1. 1st coverage of breakdown compaction before the surface temperature drops
below 240 degrees F
2.2. Breakdown and intermediate compaction before the surface temperature drops
below 180 degrees F
2.3. Finish compaction before the surface temperature drops below 140 degrees F
For Type A HMA produced with WMA additive technology placed under method compaction,
if the asphalt binder is:
1. Unmodified, complete:
1.1 1st 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. 1st 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.
You may cool Type A HMA with water when rolling activities are complete if authorized.
39-2.02D Payment
Not Used
39-3 EXISTING ASPHALT CONCRETE
39-3.01 GENERAL
39-3.01A General
Section 39-3.01 includes general specifications for performing work on existing asphalt concrete
facilities. Work performed on existing asphalt concrete facilities must comply with section 15.
39-3.01 B Materials
Not Used
39-3.01 C Construction
Before removing a portion of an asphalt concrete facility, make a 2-inch deep saw cut to a true
line along the limits of the removal area.
39-3.01 D Payment
Not Used
39-3.02 REPLACE ASPHALT CONCRETE SURFACING
39-3.02A General
Section 39-3.02 includes specifications for replacing asphalt concrete surfacing.
39-3.0213 Materials
HMA to be used for replacing asphalt concrete surfacing must comply with Type A HMA as
specified in section 39-2.02.
The grade of asphalt binder must be PG 64-28. Tack coat must comply with section 39-2.01 B(10).
39-3.02C Construction
Where replace asphalt concrete surfacing is shown, remove the asphalt concrete surfacing and,
if necessary, base to a depth of 6 inches below the grade of the existing surfacing and replace
with HMA. The Engineer determines the exact limits of asphalt concrete surfacing to be replaced.
The width of each removal shall be a minimum of four feet wide or as determined by the Engineer
Use cold planned material for shoulder backing inside the project limits, as per these
specifications and as directed by the Engineer.
Replace asphalt concrete in a lane before the lane is specified to be opened to traffic.
Before removing asphalt concrete, outline the replacement area and cut neat lines with a saw or
grind to a depth of 6 inches below the grade of the existing surfacing. Do not damage any
asphalt concrete and base remaining in place.
If you excavate the base beyond the specified plane, replace it with HMA.
Do not use a material transfer vehicle for replacing asphalt concrete surfacing. Before placing HMA,
apply a tack coat as specified in section 39-2.01 C(3)(f). Place HMA using method compaction as
specified in section 39-2.01 C(2)(c).
The contract price paid per unit shown on the Bid Item List for Replace Asphalt Concrete Pavement
shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals,
and for doing all work involved in repairing pavement, complete in place, including disposal of
removed material, as specified in the Standard Specifications and these special provisions, and as
directed by the Engineer.
The quantity of Replace Asphalt Concrete Pavement to be paid for will be the actual volume repaired.
39-3.02D Payment
The payment quantity for replace asphalt concrete surfacing is the volume determined from the
dimensions shown.
39-3.03 REMOVE ASPHALT CONCRETE DIKES& BERMS
39-3.03A General
Section 39-3.03 applies to removing asphalt concrete dikes and berms outside the limits of excavation.
39-3.0313 Materials
Not Used
39-3.03C Construction
Reserved
39-3.03D Payment
Not Used
39-3.04 COLD PLANING ASPHALT CONCRETE PAVEMENT
39-3.04A General
Section 39-3.04 includes specifications for cold planning asphalt concrete pavement.
Cold planning asphalt concrete pavement includes the removal of pavement markers, traffic
stripes, and pavement markings within the area of cold planning.
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.
39-3.0413 Materials
HMA for temporary tapers must be of the same quality that is used for the HMA overlay or
comply with the specifications for minor HMA in section 39-2.07.
39-3.04C Construction 39-3.04C(1) General
Do not use a heating device to soften the pavement. The cold planing machine must be:
1. Equipped with a cutter head width that matches the planing width unless a wider cutter
head is authorized.
2. Equipped with automatic controls for the longitudinal grade and transverse slope of the
cutter head and:
2.1. If a ski device is used, it must be at least 30 feet long, rigid, and a 1-piece unit.
The entire length must be used in activating the sensor.
2.2. If referencing from existing pavement,the cold planing machine must be controlled by
a self- contained grade reference system. The system must be used at or near the
centerline of the roadway.On the adjacent pass with the cold planing machine,a joint-
matching shoe may be used.
3. Equipped to effectively control dust generated by the planing operation
4. Operated such that no fumes or smoke is produced.
Replace broken, missing, or worn machine teeth.
If you do not complete placing the HMA surfacing before opening the area to traffic, you must:
1. Construct a temporary HMA taper to the level of the existing pavement.
2. Place HMA during the next work shift.
3. Submit a corrective action plan that shows you will complete cold planing and placement of
HMA in the same work shift. Do not restart cold planing activities until the corrective action
plan is authorized.
39-3.04C(2) Grade Control and Surface Smoothness
Install and maintain grade and transverse slope references. The final cut must result in a neat and
uniform surface.
The completed surface of the planed pavement must not vary more than 0.02 foot when measured
with a 12-foot straightedge parallel with the centerline.With the straightedge at right angles to the
centerline, the transverse slope of the planed surface must not vary more than 0.03 foot.
Where lanes are open to traffic, the drop-off of between adjacent lanes must not be more than 0.15 foot.
39-3.04C(3) Planed Material
Remove cold planed material concurrently with planing activities such that the removal does not
lag more than 50 feet behind the planer.
39-3.04C(4) Temporary HMA Tapers
If a drop-off between the existing pavement and the planed area at transverse joints cannot be
avoided before opening to traffic, construct a temporary HMA taper.
Compact by any method that will produce a smooth riding surface
Completely remove temporary tapers before placing permanent surfacing.
39-3.04D Payment
Not Used
39-3.05 REMOVE BASE AND SURFACING
39-3.05A General
Section 39-3.05 includes specifications for removing base and asphalt concrete surfacing.
39-3.05B Materials
Not Used
39-3.05C Construction
Where base and surfacing are described to be removed, remove base and surfacing to a depth of at
least 6 inches below the grade of the existing surfacing. Backfill resulting holes and depressions with
embankment material under section 19.
39-3.051) Payment
The payment quantity for remove base and surfacing is the volume determined from the
dimensions shown.
39-3.06-39-3.08 RESERVED
DIVISION VIII MISCELLANEOUS CONSTRUCTION
72 SLOPE PROTECTION
Replace the 1st and 2nd paragraph of Section 72-2.02B with:
For method A& 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 d (inches) d5U`(inches) ( diocy Placement
diameter° particle inches)
Diameter weight Class Min Max Min Max Max Method
(inches) W .,`
1 6 20lb 3.7 5.2 5.7 6.9 1 12.0 B
II 9 60lb 5.5 7.8 8.5 10.5 18.0 B
111 12 150 lb 7.3 10.5 11.5 14.0 24.0 B
IV 15 300lb 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
aFor RSP Classes I-Vill, use Class 8 RSP fabric. For RSP Classes IX-XI, use Class 10 RSP fabric.
elntermediate 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.
`'Values 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.
78 INCIDENTAL CONSTRUCTION
Add the Following to Section 78-2
Damaged or destroyed survey monuments shall be replaced with new survey monuments.
Survey monuments shall be constructed or adjusted, as applicable, in accordance with Standard
Drawing A-74 Type D.
Survey control for the reestablishment of survey monuments will be provided by the Department.
DIVISION IX TRAFFIC CONTROL DEVICES
82 SIGNS AND MARKERS
Replace Section 82-1.01A with:
82-1.01A Summary
Section 82-1 includes general specifications for fabricating and installing sign panels and markers
and constructing roadside signs.
Signs and markers must comply with the California MUTCD, California Sign Specifications, and
the FHWA publication Standard Highway Signs and Markings. For the California Sign
Specifications, go to the Caltrans Traffic Operations website.
Replace Item 1 of the 2nd paragraph of section 82-2.02A with:
1. Phrase Property of The County of Fresno
Add to section 82-2.02B:
Signs must be 0.080 inch thick aluminum alloy and street name signs must be 0.125 inch thick
alloy faced on both sides.
Add to section 82-2.02C:
Reflective sheeting on all signs shall be 3M Diamond Grade DG3 Series 4000 or equal and must
meet ASTM Type XI specifications.
Add to section 82-2.02D:
All signs must have the 3M 1160 graffiti resistant clear overlay film or equal.
Replace Section 82-2.04 with:
82-2.04 PAYMENT
Not Used
Add to section 82-3.02A:
All new roadside signs must be square post 14 gauge steel.
Add to section 82-3.02B:
All post for traffic signs must be 2"X2"X10' square by 14 gauge steel,with 7/16 inch holes punched
one inch on center on all four sides for the entire length of the post.
Welded Anchor (2 '/4"X2 '/4"X30") and sleeve (2 '/2"X2 '/z"X18") shell be used as a base to anchor
post in the ground. Hole size and placement must be the same as the metal post.
All mounting hardware shall be either galvanized or stainless steel. Banding shall be 3/4 inch wide
stainless steel with flare leg sign brackets. Hose clamps are not permitted. All signs shall be
mounted using 3/8" aluminum drive rivets. Nuts and bolts are not permitted.
Replace item 1 in the list in the 2nd paragraph of section 83-2.02C(1)(a)with:
1. Wood line posts.
Replace item 2 in the list in the 2nd paragraph of section 83-2.02C(1)(a)with:
2. Wood blocks for line posts.
Replace Section 82-3.02D with:
82-3.02D Laminated Wood Box Posts
Furnish a laminated wood box post with an attached metal cap at the top of each post.
Replace the last line of section 82-3.04 with:
Full compensation for furnishing sign panels is included in the bid item price per each Roadside Sign
- One Post and Roadside Sign - Two Post. One or more sign panels furnished and installed on a
single post will be counted as(1)one Roadside Sign-One Post. One or more sign panels furnished
and installed on two posts will be counted as (1) one Roadside Sign -Two Post.
84 MARKINGS
Add to Section 84-1.03:
Before obliterating any pavement delineation (traffic stripes, pavement markings)that is to be
replaced on the same alignment and location, as determined by the Engineer, the pavement
delineation shall be referenced by the Contractor, with a sufficient number of control points to
reestablish the alignment and location of the new pavement delineation. The references shall
include the limits or changes in striping pattern, including one- and 2-way barrier lines, limit lines,
crosswalks and other pavement markings. Full compensation for referencing existing pavement
delineation shall be considered as included in the contract prices paid for various items of work
and no additional compensation will be allowed.
The Contractor shall protect pedestrian crosswalks, stop bars, rumble bars, and rumble Botts'
dots from damage or displacement, unless otherwise directed by the Engineer.
Replace or repair facilities, which are damaged with your operation, at your expense.
Add to the end of item 2 in the list in the 1st paragraph of Section 84-2.01C:
except for thermoplastic
Add between the 1 st and 2nd paragraphs of section 84-2.01 C:
For each lot or batch of thermoplastic, submit a manufacturer's certificate of compliance with test
results for the tests specified in section 84-2.01 D. The date of test must be within 1 year of use.
Add to the end of section 84-2.01 D:
Each lot or batch of thermoplastic must be tested under California Test 423 for:
1. Brookfield Thermosel viscosity
2. Hardness
3. Yellowness index,white only
4. Daytime luminance factor
5. Yellow color, yellow only
6. Glass bead content
7. Binder content
During the installation of thermoplastic traffic stripes or markings at the job site, apply a test
stripe of the thermoplastic on suitable material in the presence of the Engineer. The test stripe
must be at least 1 foot in length. The test stripe will be tested for yellow color, daytime luminance
factor, and yellowness index requirements.
Delete the 1st paragraph of Section 84-2.03C(2)(a)
Replace the 2nd paragraph of section 84-2.03C(2)(b)with:
Apply extruded thermoplastic for a traffic stripe at a rate of at least 0.37 lb of thermoplastic per
foot of 4- inch-wide solid stripe. The applied thermoplastic traffic stripe must be at least 0.100
inch thick.
Replace Section 84-2.03C(2)(c)with:
Apply sprayable thermoplastic under State Specification PTH-02SPRAY at a temperature from 350 to
400 degrees F.
Apply sprayable thermoplastic at a rate of at least 0.22 lb of thermoplastic per foot of 4-inch-wide
solid stripe.
The applied sprayable thermoplastic material must be 0.08 inch (80 mil)thick.
Replace Reserved in section 84-9.03C with:
Residue from the removal of painted or thermoplastic traffic stripes and pavement markings
contains lead from the paint or thermoplastic. The average lead concentrations are less than 1,000
mg/kg total lead and 5 mg/L soluble lead. This residue:
1. Is a nonhazardous waste
2. Does not contain heavy metals in concentrations exceeding the thresholds
established by the Health and Safety Code and 22 CA Code of Regs
3. Is not regulated under the Federal Resource Conservation and Recovery Act
(RCRA), 42 USC § 6901 et seq.
Management of this material exposes workers to health hazards that must be addressed in your
lead compliance plan.
DIVISION XI MATERIALS
90 CONCRETE
Replace Section 90-1.01 D(3)with:
90-1.01 D(3) Shrinkage
If shrinkage limitations are specified, test the concrete under AASHTO T 160, modified as follows:
1. Prepare specimens that have a 4 by 4-inch cross section.
2. Remove each specimen from the mold 23± 1 hours after mixing the concrete and
place the specimen in lime water at 73 ± 3 degrees F until 7 days age.
3. Take a comparator reading at 7 days age and record it as the initial reading.
4. Store the specimens in a humidity-controlled room maintained at 73±3 degrees F and 50±4
percent relative humidity for the remainder of the test.
5. Take subsequent readings at 7, 14, 21, and 28 days drying.
Perform AASHTO T 160 testing at a laboratory that is accredited to perform AASHTO T 160 or
that maintains a current rating of 3 or better for the Cement and Concrete Reference Laboratory
concrete proficiency sample program.
Shrinkage test data authorized by Caltrans no more than 3 years before the 1st day of the
Contract is authorized for the entire Contract. The test data must be for concrete with similar
proportions and using the same materials and material sources to be used on the Contract.
Concrete is considered to have similar proportions if no more than 2 mix design elements are
varied and the variation is within the tolerances shown in the following table:
Mix design element Tolerance(±)
Water to cementitious material ratio 0.03
Total water content(%) 5
Coarse aggregate content(%) 10
Fine aggregate content(%) 10
SCM content(%) 5
Admixture as originally doseda (%) 25
aAdmixtures must be the same brand.
Replace Section 90-2.02E With:
90-2.02E Production
Sections 90-1.02F, 90-1.02G(1), 90-1.02G(2), 90-1.02G(3), and 90-1.02G(4)do not apply to
minor concrete.
Store, proportion, mix, transport, and discharge the cementitious material, water, aggregate, and
admixtures in compliance with recognized standards of good practice that result in thoroughly
and uniformly mixed concrete suitable for the intended use. Recognized standards of good
practice are outlined in various industry publications, such as those issued by ACI, AASHTO, or
by Caltrans.
Use a quantity of water that produces concrete with a consistency that complies with section 90-
1.02G(6). Do not add water during hauling or after arrival at the delivery point unless allowed by
the Engineer.
Discharge ready-mixed concrete from the transport vehicle while the concrete is still plastic and
before stiffening occurs. Take whatever action is necessary to eliminate quick stiffening, except
do not add water.
Conditions contributing to quick stiffening are:
1. Elapsed time of 1.5 hours in agitating hauling equipment or 1 hour in nonagitating hauling
equipment
2. More than 250 revolutions of the drum or blades after introduction of the cementitious
material to the aggregates
3. Concrete temperature over 90 degrees F
The mixing time in a stationary mixer must be at least 50 seconds and no more than 5 minutes.
The minimum required revolutions at mixing speed for transit-mixed concrete must be at least
that recommended by the mixer manufacturer and must be increased as needed to produce
thoroughly and uniformly mixed concrete.
If you add a high-range water-reducing admixture to the concrete at the job site, the total
revolutions must not exceed 300.
Replace Section 90-4.02 With:
90-4.02 MATERIALS
You may use Type III portland cement in PC concrete.
The specifications for SCM content in section 90-1.02B(3)do not apply to PC
concrete. For PC concrete, the SCM content must comply with one of the
following:
1. Any combination of portland cement and SCM satisfying the following
equation: Equation 1:
[(25xUF) + (12x FA) + (10xFB) + (6xSL)]/TC>_X
where:
UF=silica fume, metakaolin, or UFFA, including the quantity in blended cement, Ib/cu yd
FA = natural pozzolan or fly ash complying with AASHTO M 295, Class F or N, with a CaO
content of up to 10 percent, including the quantity in blended cement, Ib/cu yd
FB= natural pozzolan or fly ash complying with AASHTO M 295, Class F or N, with a CaO
content of greater than 10 percent and up to 15 percent, including the quantity in
blended cement, Ib/cu yd
SL= GGBFS, including the quantity in blended cement, Ib/cu yd
TC=total quantity of cementitious material, Ib/cu yd
X= 0.0 for innocuous aggregate, 3.0 for all other aggregate
2. 15 percent Class F fly ash with at least 48 oz of LiNO3 solution added per 100 lb of portland
cement. The CaO content of the fly ash must not exceed 15 percent.
Any combination of SCM and portland cement for which the expansion of cementitious
material and aggregate does not exceed 0.10 percent when tested under ASTM C1567.
Submit test data with each mix design. Test data authorized by Caltranst no more than 3
years before the 1 st day of the Contract is authorized for the entire Contract. The test data
must be for the same concrete mix and must use the same materials and material sources to
be used on the Contract.
If municipally supplied potable water is used for PC concrete, the testing specified in section 90-
1.02D is waived unless requested.
Portland cement based repair material must be on the Authorized Material List for precast
Portland cement based repair material.
92 ASPHALT BINDERS
Replace 92-1.01 D(2)With:
92-1.01 D(2) Certification
Asphalt binder suppliers must comply with the Caltrans Certification Program for Suppliers of
Asphalt. For a copy of the certification program, go to the METS website.
Replace Section 92-1.02B With 92-1.02B Performance Grade Asphalt Binders
PG asphalt binder must comply with the requirements shown in the following table:
PG Asphalt Binders
Requirement
Quality characteristic Test PG PG PG PG PG
method 58-22a 64-10 64-16 64-28 70-10
Original Binder
Flash point(min, °C) AASHTO 230 230 230 230 230
T 48
Solubility'(min, %) AASHTO 99 99 99 99 99
T 44
Viscosity at 135'Cc AASHTO
(max, Pa-s) T 316 3.0 3.0 3.0 3.0 3.0
Dynamic shear
Test temperature at 10 AASHTO
rad/s (°C) T 315 58 64 64 64 70
G*/sin(delta) (min, kPa) 1.00 1.00 1.00 1.00 1.00
G*/sin delta max, kPa 2.00 2.00 2.00 2.00 2.00
RTFOf teste AASHTO
mass loss (max, %) T 240 1.00 1.00 1.00 1.00 1.00
RTFOI Test Aged Binder
Dynamic shear
Test temperature at 10 AASHTO
rad/s (°C) T 315 58 64 64 64 70
G*/sin(delta)(min, kPa) 2.20 2.20 2.20 2.20 2.20
Ductility at 25 °C (min, cm) AASHTO
T 51 75 75 75 75 75
PAV9 AASHTO
Test temperature (°C) R 28 100 100 100 100 110
RTFOf Test and PAV9 Aged Binder
Dynamic shear,
Test temperature at 10 AASHTO
rad/s (°C) T 315 22d 31d 28d 22d 34d
G*sin(delta)(max, kPa) 5000 5000 5000 5000 5000
Creep stiffness,
Test temperature, °C AASHTO -12 0 -6 -18 0
S-value (max, MPa) T 313 300 300 300 300 300
M-value (min) 0.300 0.300 0.300 0.300 0.300
allse as asphalt rubber base stock for high mountain and high desert area.
'The Engineer waives solubility requirements if the supplier is an authorized material source
as defined by the Caltrans Certification Program for Suppliers of Asphalt.
°The Engineer waives this specification if the supplier provides written certification the
asphalt binder can be adequately pumped and mixed at temperatures meeting applicable
safety standards. dTest the sample at 3 °C higher if it fails at the specified test temperature.
G*sin(delta) remains 5000 kPa maximum.
'The residue from mass change determination may be used for other tests.
fRTFO means rolling thin film oven.
9PAV means Pressure Aging Vessel.
PG modified asphalt binder must comply with the requirements shown in the following table:
PG Modified Asphalt Binders
Requirement
Quality characteristic Test method PG PG PG
58-34 M 64-28 M 76-22 M
Original Binder
Flash point(min, °C) AASHTO T 48 230 230 230
Solubility(min, %) AASHTO T 44a 97.5 97.5 97.5b
Viscosity at 135°C° AASHTO T 316
max, Pa-s 3.0 3.0 3.0
Dynamic shear,
Test temperature at 10 AASHTO T 315
rad/s (°C) 58 64 76
G*/sin(delta)(min, kPa) 1.00 1.00 1.00
RTF09 testd, o AASHTO T 240
Mass loss (max, /o) 1.00 1.00 1.00
RTF09 Test Aged Binder
Dynamic shear,
Test temperature at 10 AASHTO T 315
rad/s (°C) 58 64 76
G*/sin(delta)(min, kPa) 2.20 2.20 2.20
Dynamic shear,
Test temperature at 10 AASHTO T 315
rad/s, °C
Delta (max, degree) 80e 80e 80e
Elastic recoveryf,
Test temperature(°C) AASHTO T 301 25 25 25
Recovery min, % 75 75 65
PAVh, AASHTO R 28
Temperature(°C) 100 100 110
RTF09 Test and PAVh Aged Binder
Dynamic shear,
Test temperature at 10 AASHTO T 315
rad/s (°C) 16 22 31
G*sin(delta)(max, kPa) 5000 5000 5000
Creep stiffness,
Test temperature(°C) -24 -18 -12
S-value (max, Mpa) AASHTO T 313 300 300 300
M-value (min) 0.300 0.300 0.300
aThe Department allows ASTM D5546 or ASTM D7553 instead of AASHTO T 44.
Particles recovered from ASTM D5546 or ASTM D7553 or AASHTO T 44 must be
less than 250 pm. bReport only for spray application.
'The Engineer waives the viscosity requirements if the supplier provides written
certification the asphalt binder can be adequately pumped and mixed at temperatures
meeting applicable safety standards.
'The residue from mass change determination may be used for other tests.
eTest temperature is the temperature at which G*/sin(delta) is 2.2 kPa. A graph of log
G*/sin(delta) plotted against temperature may be used to determine the test
temperature when G*/sin(delta) is 2.2 kPa.A graph of(delta)versus temperature may
be used to determine delta at the temperature when G*/sin(delta) is 2.2 kPa. The graph
must have at least 2 points that envelope G*/sin(delta) of 2.2 kPa, and the test
temperature must not be more than 6 degree C apart. The Engineer also accepts direct
measurement of delta at the temperature when G*/sin(delta) is 2.2 kPa.
(Tests without a force ductility clamp may be performed.
9RTFO means rolling thin film oven.
hPAV means Pressure Aging Vessel.
Do not modify PG modified asphalt binder using polyphosphoric acid.
Crumb rubber must be from automobile and truck tires and must be free from contaminants
including fabric, metal, minerals, and other nonrubber substances.
PG modified asphalt binder modified with crumb rubber must be homogeneous and must not
contain visible particles of crumb rubber.
The supplier of PG modified asphalt binder modified with crumb rubber must:
1. Report the quantity of crumb rubber by weight of asphalt binder
2. Certify a minimum of 10 percent of crumb rubber by weight of asphalt binder
DIVISION XII - BUILDING CONSTRUCTION
Section 99—Pipeline Construction 99-1 GENERAL
99-1.01 GENERAL
1.1 WORK INCLUDED
A. Section 99 includes specifications for work that consists of furnishing all labor,
materials and equipment necessary for the installation of a new water distribution
system with service lines within the service limits of County of Fresno County
Service Areas(CSA) 1.The work includes, but is not limited to, installation of water
mains, water services, fire hydrants, bacteriological sampling stations (BSS),
appurtenances,water system tie-ins to the existing tank sites, disinfecting,testing,
trench resurfacing, and abandonment of the existing water distribution system.
B. The primary components are generally described as follows:
1. Installation of new 2", 3" &6"water mains.
2. Installation of new water service laterals, meters and meter boxes(from
water main to edge of right of way). County will furnish new water meters.
3. Installation of water service piping (on private property)from tie in point
of new service line to meter in right of way
4. Installation of new Fire Hydrants.
5. Installation of Combination Air Valves
6. Installation of Bacteriological Sampling Stations
7. Pavement trench resurfacing.
8. Removal of section of Asbestos Cement Pipe (as necessary)
9. Abandonment of existing water distribution systems (i.e. -water mains,
appurtenances, and services).
1.2 TIME CONSTRAINTS
A. Contractor shall supervise, inspect, and direct the Work competently and apply
such skills and expertise as may be necessary to perform the Work in accordance
with the Contract Documents. Contractor shall be solely responsible for the
specific means, methods, techniques, sequence, or procedure of construction
required to complete the project as specified by the Contract Documents.
Contractor shall be responsible to see that the completed Work complies
accurately with the Contract Documents.
1.3 ORDER OF WORK
A. The order of work shall be executed as described below. The Contractor shall
submit a phased work plan and schedule to the Engineer for review and approval
prior to the start of construction activities. Any proposed deviations to the execution
of work, as described below, are subject to approval by the County and Engineer
in advance of construction. Construction will be divided into the three major
phases of work as described below.
B. The Contractor shall complete all three (3) phases of work within the time limits
specified in Section 8-1.04A of the Special Provisions.
C. Phase No. 1 —Water System Improvements
1. The Engineer has made a diligent effort to accurately show existing water
services on the Plans, however, the Contractor is responsible for verifying
the location of all existing buried utilities, including existing water services,
as a first order of work. Existing water services are shown on the plans
based on information available to the Engineer. The Contractor shall
submit a marked up set of plans detailing the location of utilities that
deviate from the plans, including water service locations and actual depth
of utilities potholed for review by the Engineer prior to proceeding with
construction.
2. New water service laterals shall be located offset of existing water services
as detailed on the Plans. Coordinate with County of Fresno Resources
Division. Notice shall be sent to the public before water service lateral
installation.
3. The Engineer will provide one initial set of construction stakes for the new
water line. Modifications may be required to water main alignments due to
deviations in actual existing conditions and utilities. County and Contractor
will work diligently and re-mark(if needed) proposed water main locations
that change upon approval by the Engineer.
4. The Contractor and Engineer will stake the preferred locations of the new
water meter boxes following plans requirements.
5. Install water mains, water service laterals, fire hydrants, combination air
valves, bacteriological sampling stations, and all appurtenant facilities, as
shown on the plans. The Contractor shall maintain water supply to the
system and existing users without interruption other than momentary minor
periods for cut-over of lines.
6. The Contractor shall be responsible for A-C pipeline breakages that may
occur during the construction of the new HDPE pipeline, performing the
repair of same, and subjected to monetary assessment for service
interruptions. The monetary assessment would be$100 per hour, per
connection for extended interruptions of more than four(4) hours.
7. The new water main will be installed at similar depth as active water main
at many locations. The Contractor shall remove existing asbestos cement
pipe as needed to install new water main. Contractor shall abide by federal
and state regulations for removal and disposal of pipe and provide proper
worker protection for all asbestos pipe removal. At locations where
conflicts with active water mains exist, Contractor shall install temporary
re-connections as detailed on the plans.
8. If a portion of existing water services are temporarily removed, Contractor
shall reconnect water services to existing main to maintain service until new
water mains and services are active. Similarly, at locations where conflicts
exist between new water main and existing water services, Contractor
shall re-route existing water service around new water main to maintain
connection to existing active water main.
9. Contractor shall install County furnished meters, as specified in these
Specifications. The Contractor shall record serial numbers of meters
installed at each address and shall furnish a list to the Owner for use by the
County of Fresno to develop a billing list.
10. Disinfect and test water system improvements in conformance with the
requirements of these Specifications. The water system improvements
must be accepted in writing by the County after successful completion of
testing (and by DDW for Bacteriological tests). No connections shall be
made to the County's water system (or existing customer hookups) until
the improvements have been accepted.
a. Temporary connections with backflow preventors will be allowed to
fill water main for testing
11. Connect to new water storage.
12. Phase No. 2 shall not be started until Phase No. 1 is complete and
accepted by County. The Contractor may be allowed to proceed with
Phase No. 2 prior to completing "replacement of existing improvements"
work described below, if approved by the County.
13. Replacement of existing improvements:
a. Any existing improvements, in County road right of way or on
private property, damaged shall be replaced "in kind" and restored
to its original condition.
D. Phase No. 2—Water Service Connection
1. Disconnect each customer from old water service and connect to new
water service.
2. The Contractor shall notify residents in conformance with the notification
requirements as per these specifications
3. The existing water service lines shall be cut between the old meter boxes
and the right of way lines as shown in the plans. The existing service lines
from the old meter boxes shall be capped and the existing service lines to
the houses will be connected to the new meters and water services with
Schedule 80 PVC pipe and fittings.
4. For parcels APN 113-211-08, 113-211-09 & 113-211-10 the following will
be performed:
a. The existing water service lines at these APNs will need special
attention. Refer to Service Connections section in these Special
Provisions
5. All pipe and fittings shall be thoroughly disinfected before
reconnecting the existing lines to the new water service lines.
6. Phase No. 3 shall not be started until Phase No. 2 is complete and
accepted by County.
E. Phase No. 3—Water System Abandonment
a. The Contractor shall abandon the existing water system in conformance
with the requirements of these Specifications and the Plans.
F. Final Walk-through and written acceptance of the project will take place after
all work is complete.
99-1.02 TRAINING,MEETINGS AND PUBLIC AWARENESS
Training and meetings are held at times and locations you and the Engineer agree to. Contractor
shall conform to the following order of work for the tie-in locations:
Coordinate with County of Fresno Resources Division on any water supply interruption. Provide
the Resources Division a minimum of 7-days written notice of each supply interruption, including
expected interruption duration. Each supply interruption shall not exceed 4 hrs. Any interruption
longer than four(4) hours will be subject to monetary assessment as specified in Section 99-
1.01.
Provide impacted owners with written notice, minimum 3 days prior to isolating tie-in locations.
a. Written notice shall provide owners with the following information:
i.Day and hours in which services will be down.
ii. The owner may experience a temporary reduction in water
pressure until the new water main construction is completed.
iii. Approximate date in which new water main will be completed and
online.
b. Written notice shall be approved by the Engineer prior to distribution.
99-2 PIPING AND VALVES
The Contractor shall furnish and install pipes,fittings, and valves in conformance with these
special provisions, as shown on the plans and as directed by the Engineer.
AWWA standards shall govern in all conditions not covered by these special provisions.
At the discretion of the Engineer, any pipes, valves, or equipment damaged in either appearance
or function as a result of the Contractor's operations shall be replaced at the Contractor's expense
and no further compensation will be allowed therefor.
99-2.01 MATERIAL LIST AND DRAWINGS
In conformance with the provisions in Section 5-1.23B, "Shop Drawings,"of the Standard
Specifications and these special provisions, the Contractor shall submit a list of materials and
equipment which the Contractor proposes to install together with the drawings and other data as
specified in these special provisions immediately after receiving notice of approval of the
Contract.
The materials list shall be a complete listing of the manufacturer, catalog number, size, and
capacity of the manufactured articles. There shall be a working drawing for each piece of
equipment as planned to be installed and for other materials to be fabricated for the installation.
Submit dimensional drawings for each valve. Submit materials of construction for all valve parts
including reference standard and grade. Indicate NSF-61 certification where valve will be used in
drinking water service.Submit details of valve pilot control system including solenoid valves
where used. Provide cavitation curve clearly indicating the acceptable inlet and outlet pressures
for the design flow range.
99-2.02 MATERIALS
99-2.02A Painting&Insulation
The above ground existing and new facilities, including valves, pipe, and fittings shall be painted
with one application of commercial quality pre-treatment, vinyl wash primer and a minimum of
one application of commercial quality fast drying exterior enamel. The finish color shall be dark
green closely matching Federal Standard No. 595C, Color No. 14062.
All above ground piping and valve, valves in vaults, water meters, shall be insulated to protect
against freezing.
99-2.0213 Pipe Excavation and Backfill
The width of excavation for pipes shall be the pipe diameter plus the clear space to each side of
the pipe. It shall be 6-inch minimum on each side of the pipe for pipe diameter smaller than 12-in
and 12-in minimum for pipe with 12-in or larger diameter unless otherwise shown on the plans,
specified in these special provisions or permitted by the Engineer.
The minimum depth of excavation shall be 0.5-feet below the bottom of the pipe in unstable soils
or rock, otherwise, depth to pipe invert. The Engineer may lower the depth of excavation an
additional one foot with no additional compensation for structure excavation or structure backfill.
If the depth of excavation is lowered by more than one foot,the structure excavation and structure
backfill required below a plane 1.5-foot below the bottom of the pipe as shown on the plans will
be paid for as extra work in accordance with the provisions in Section 4-1.05 of the Standard
Specifications.
Backfill material may be material from excavation, free of stones or lumps 1 1/2-inches in
greatest dimension, vegetable matter, or other unsatisfactory material unless otherwise shown on
the plans or as determined by the Engineer. Backfill material shall comply with the following table:
Gradation of structure backfill
Sieve Size Percentage Passing
1-1/2" 100
No 4 25-70
No 50 5-20
No 200 0-5
99-2.02C Warning Tape
During the backfilling process, all pipes shall have a continuous warning tape placed throughout
their length at a depth of eighteen (18) inches above the pipe surface. The tape shall be six (6)
inches wide. Tape material shall be formulated from 100 percent virgin polyolefin resins. Resins
shall be pigmential for chemical stability and resistance to sulfide staining (color fastness). Tape
shall be constructed by the mechanical (non-adhesive) lamination of two plies of three layers
blown film in such a manner as to produce a bi-axially oriented structure. The tape shall be able to
provide a 700 percent elongation prior to rupture as per ASTM-D882.
The tape shall meet or exceed the standards provided in the Materials Specification List, included
in these Standards. The warning tape shall be manufactured with a permanent APWA line color
pigment at a maximum of every thirty(30) inches along its length, be imprinted with a continuous
warning message as follows:
"CAUTION:WATER LINE BURIED BELOW"
At tees, tape ends, etc.,the warning tape shall be tied together(spliced)with knot to create a
continuous warning tape throughout the length of the pipeline and associated branch lines,
appurtenances, etc.
99-2.02D Tracer Wire
In addition to the warning tape the contractor shall furnish and strap detector wire to water pipe
as it is installed with plastic tie wraps spaced at a maximum of 6 feet on center. Wire shall be
AWG size#10, type UF, UL listed, with single copper conductor. During installation, wire shall be
strapped to the pipe exterior with plastic tie-wraps every six(6)feet of pipe as approved by the
Engineer. The Contractor shall also leave an approximately 6 inches of loop (extra wire to allow
movement) at every eighty(80)feet of pipe, at every corner and angles in the pipeline. Splices
due to breaks in wire continuity shall be made with a solderless direct bury connector installed in
accordance with the manufacturer's instructions. The solderless connector shall then be sealed
with silicon putty and taped to prevent the entry of moisture.
The wire shall form a continuous electrical circuit between any two contact points on the new
pipeline. Wire shall be stubbed out to the point where new pipe connects to existing mains
unless otherwise directed by the Engineer. Where the wire terminates, the ends of the wire shall
be stripped bare a minimum of 18-inches and grounded into the native soil material. Tracer wire
shall not be coiled in a water valve box. The tracer wire shall be tested for electrical continuity
before final acceptance of work.
Contractor shall conduct a satisfactory continuity test prior to Engineer acceptance.
99-2.02E Pipes,Valves and Fittings
The Contractor shall furnish and install all valves, pipe, and fittings as shown on the plans and as
directed by the Engineer. Internal ferrous surfaces of valves, pipe, and fittings in contact with
water shall be coated with an NSF-61 approved fusion bonded epoxy coating per ANSI/AWWA
C550 unless otherwise specified in these special provisions.
99-2.02F HDPE Pipe
HDPE pipes and fittings shall be DR 11 (200 psi), PE 4710.All HDPE materials, including
lubricants, shall be evaluated, tested and certified for conformance with ANSI/NSF Standard 61.
HDPE pipe and tubing shall conform to the requirements of the most current version of AWWA
C-901 (1/2"through 3")or C-906 (4"through 63").
HDPE fittings shall be molded fittings meeting the material requirements of these special
provisions and all applicable requirements of AWWA C-901 or AWWA C-906.
Polyethylene fittings shall have the same internal pressure rating as the mating pipe. At the point
of fusion, the wall thickness and outside diameter of the fitting shall be in accordance with
AWWA C-901 or
AWWA C-906 for the same pipe size.
Pipe, tubing and fittings shall be homogenous throughout, and free of visible cracks, holes, foreign
inclusions, blisters, dents or other injurious defects. The pipe, tubing, and fittings shall be uniform
in color, density, and other physical properties.
HDPE pipe and fittings joined to HDPE pipe and fittings shall be joined by thermal butt fusion per
the manufacturer's recommended procedures.
Contractor shall provide to the Engineer an affidavit from the manufacturer certifying that the
materials and equipment used to perform the work involved in this contract meet the
requirements of these special provisions. The Contractor shall also provide certification that
personnel performing the fusion of pipe or fittings are trained by the manufacturer/distributor of
the material being fused. The Contractor shall submit individual Weld Joint Reports of all fused
pipe and fittings, detailing specifications and equipment used, time of fusion, interfacial and
gauge pressures, heating temperatures, GPS location of the joints and weather conditions.
The Engineer will also be inspecting the following:
1. On both sides, the double bead should be rolled over to the surface, and be uniformly
rounded and consistent in size all around the joint
2. The gap(A) between the two single beads must not be below the fusion surface
throughout the entire circumference of the butt joint
1
3. The displacement(V) between the fused end must not exceed 10% of the
pipe/fitting minimum wall thickness
V ---
4. Bead width (B), shall be as per Table II
Table 11
Bead Widths per Wall Thickness
Minimum Approximate Bead Approximate Bead
Wall Width (B), in. Minimum Wall Width(8),in.
Thickness, Thickness, in.
in. Minimum Maximum I Minimum Maximum
.118 5/32 1/4 1.06 - 19132- 25132
.157 5/32 _ 9/32 ---- 1.18 — 5/8 -13116
.197 -M3116 V 5/16 T 1.34 21/32 7/8
.246 �.. 1/4 11/32 _-1.57 11/16 29/32 u
.315 9/32 3/8 1.77 25/32 1
.354 5/16 7/16 _ 1.9_7_ 7/8 1-1/16
.433 11/32 _ 1/2 2.16 15/16 1-3/16
.512 3/8_ 9/16` 2.36 -` 1 _ 1-1/4
.630 7/16 19/32 2.56 1-1/8� 1-7116 w
.710 1/2 5/8 2.76 1-3/16 1-1/2
.750 1/2 - 11116 2.95 1-1/4 _ 1-9/16
.870 1/2 11116 _3.15 _ 1-5/16 1-11/16
.940 9/16 v 3/4 3.35 _ 1-3/8 1-3/4
3.54 1-1/2 1-13/16
Instructions'__.,
Determine the wall thickness of the pipe/fitting. Find the wall thickness above. If the exact wail
thickness is not shown, use the next lowest wall thickness for determination of bead width.
5. The size differential (Smax-Smin) between two single beads shall not exceed X%of the
actual bead width (B)-.
S
X = - * 100
B
Where:
X = Percent difference of bead
width, % Pipe to pipe,
maximum X= 10% Pipe
to fitting, maximum X=
20%
Fitting to fitting, maximum X
=20% S = Smax-Smin, inches
B =Width of bead, inches
53�18X
Smin
Not meeting the specifications listed above will be grounds for the Engineer to reject the
connection, regardless of the certification of the manufacturer. If the Engineer rejects the
connection, Contractor shall properly cut the pipe and perform the connection again at no extra
cost to the County.
Pipe shall be permanently marked in accordance with all applicable ANSI/AWWA standards.
Marking shall be heat-stamped indent print and shall remain legible under normal handling and
installation practices.
Contractor shall be responsible for field set-up and performance of the fusion equipment and the
fusion procedure used by the operator. Upon request, the Contractor shall verify the fusion quality
by making and testing per the Manufacturer's recommended qualification procedure. The
Contractor shall be responsible for the necessary adjustments to the set-up, equipment, and
operation and fusion procedure.
Fusions that fail the qualification procedure shall be redone at the Contractor's expense and no
additional compensation will be allowed therefor.
99-2.02G Flanges
All flanges shall be furnished complete with all gaskets, necessary bolts, and other items as
required to form a complete flange connection. The ends of flanged fittings, valves, pipes, shall
conform to ANSI B16.1 for flanged fittings, Class 125, ductile iron, or equivalent.
Pipe-Flange gasket materials shall conform to ASME B16.21, nonmetallic,flat, asbestos-free
unless otherwise directed by the Engineer.
Flange bolts and nuts shall conform to ASME B18.2.1-1996 (R2005), carbon steel, unless
otherwise approved by the Engineer.
Flange bolts and nuts shall be stainless steel type 304, in all connections buried underground
unless otherwise approved by the Engineer.
99-2.02H Gate Valves
Ductile-Iron Resilient Wedge Tapping Gate Valves 2 Through 16 Inches (AWWA C509 or C515):
Valles shall comply with AWWA C515 or C509, UL 262 Listed, NSF 61 and the following. Valves
shall be of the bolted bonnet type with nonrising stems. Valve stems shall be Type 304 or 316
stainless steel or cast, forged, or rolled bronze. Stem nuts shall be made of solid bronze. Bronze
for internal working parts, including stems, shall not contain more than 2% aluminum or more than
7%zinc. Bronze shall conform to ASTM B62 or ASTM B584 (Alloy C83600), except the stem
bronze shall have a minimum tensile strength of 60,000 psi, a minimum yield strength of 30,000
psi, and a minimum of 10% elongation in 2 inches (ASTM B584 or B763, Alloy C87600 or
C99500). Body bolts shall be Type 316 stainless steel. Ends shall be flanged, Class 125, ASME
B16.1.
Provide reduction thrust bearings above the stem collar. Stuffing boxes shall be O-ring seal type
with two rings located in stem above thrust collar. Each valve shall have a smooth unobstructed
waterway free from any sediment pockets.
Valves shall be lined and coated at the place of manufacture with either fusion-bonded epoxy or
heat- cured liquid epoxy. Minimum epoxy thickness shall be 8 mils.
Manufacturers: Clow, American Flow Control, Mueller, or equal.
99-2.021 Butterfly Valves
Resilient seat butterfly valves shall conform to the standards of ANSI/AWWA C-504. Unless
otherwise shown on the plans Butterfly valves shall be ductile iron and be equipped with lever
handles.
Flanged end connections shall fully conform with ANSI B16.1 for Class 125 or equivalent.
Resilient seats shall be Buna-N located on the valve disc and shall provide a continuous seating
surface.
Valve specs.: Valves shall be Ductile Iron body, Wafer type, Ductile Iron disk, 416 SS Stem,
Lever with standard lock out, Buna-N seat, bubble tight with zero leakage rated at 200 psig WOG.
Shall meet ANSI 125/150 lb. class flanges, MSS-SP-67, API 609, &AWWA C504. Manufactured
by Sure Flow Equipment, Inc. or approved equal.
99-2.02J Swing Check Valves
Swing check valves shall be iron-body and shall conform to the latest revision of ANSI/AWWA C-
508. Check valve disc and clapper arm assembly shall be removable from the check valve body
without having to remove the check valve from the pipeline. The check valve shafts are to be
stainless steel with corrosion-resistant bearings and the valve seating surfaces shall be bronze.
The valves are to have internal ferrous surfaces coated with a NSF-61 approved coating.
Check Valves shall be manufactured by American Flow Control series 50-SC, M&H Valve
Company style 59, Clow or approved equal.
Flanged end connections shall fully conform with ANSI B16.1 for Class 125 or equivalent.
99-2.02K Pressure Reducing Valves and other components for PRV manifold:
The Contractor's attention is directed to Section 5-1.23A of these special provisions regarding
project submittals. Submit dimensional drawings for each valve. Submit materials of construction
for all valve parts including reference standard and grade. Indicate NSF-61 certification where
valve will be used in drinking water service. Submit details of valve pilot control system including
solenoid valves where used. Provide cavitation curve clearly indicating the acceptable inlet and
outlet pressures for the design flow range.
Valve Design
The valve shall be hydraulically operated, single diaphragm actuated, globe pattern conforming to
AWWA C530. Pressure rating Class 150 Ibs (250 psi)
The valve shall consist of three major components: the body with seat installed, the cover with
bearing installed, and the diaphragm assembly. The diaphragm assembly shall be the only
moving part and shall form a sealed chamber in the upper portion of the valve, separating
operating pressure from line pressure. Packing glands and/or stuffing boxes are not permitted
and there shall be no pistons operating the main valve or pilot controls.
The pilot system shall be manufactured and furnished by the same company that manufactures
the main valve.
Repairs and modifications other than the replacement of the main valve body shall be possible
without removing the main valve from the line.
All valves shall be designed to open and close smoothly at a controlled rate to prevent pressure
surges.
Materials of Construction
Valves serving in drinking water service shall be certified to ANSI/NSF-61 and shall comply with
California AB1953—no lead.
Valve body and cover shall be ASTM A536 ductile iron. The disc retainer shall be cast iron or ductile
iron. The disc guide, valve seat, and bearing shall be bronze or stainless steel as required by the
application. The seal disc shall be Buna-N rubber. The diaphragm shall be constructed of a non-
wicking nylon fabric bonded with Buna-N rubber.
The stem, nut, spring, and fasteners shall be 304 or 316 stainless steel.
Valve End Connections
Valves 2 inches and larger shall have flanged ends. Flanges for ductile-iron valves shall be
ductile iron, same grade as the valve. Flanges shall be flat face. Do not provide raised-face
mating flanges on the connecting piping.
Integral check feature
Where indicated under"Service Conditions", the valve pilot control system shall be configured so
that the valve acts as a check valve permitting flow in only the forward direction.
Material Specification for Pilot Control:
Component Material
Body&Cover Bronze, Low Lead CuZn21 Si3P or UNS
C87850 Pilot Trim Brass & Stainless Steel 303
Rubber Buna-NO
Connections FNPT
Pressure Rating 400 psi Max.
Temperature Range Water to
180oF Max. Control Tubing Copper
Control Fittings Brass
Valves
Type 1 —Class 150 Pressure-Reducing Valves:
The pressure reducing valve shall maintain a constant downstream pressure regardless of
changing flow rate and/or inlet pressure. The pressure-reducing pilot control system shall be a
direct-acting, adjustable, spring loaded, normally open, diaphragm valve designed to permit flow
when controlled pressure is less than the spring setting. The pilot control is held open by the
force of the compression on the spring above the diaphragm, and it closes when the delivery
pressure acting on the underside of the diaphragm exceeds the spring setting. The pilot control
system shall include a fixed orifice. No variable orifices shall be permitted. The pilot system shall
include an opening speed control on all valves 3" and smaller. The pilot control shall have a
second downstream sensing port which can be utilized to install a pressure gauge.
Pilot system adjustment range shall be as shown under"service conditions". If not specifically
indicated under"service conditions" the manufacturer shall provide their recommended
adjustment range.
Valve shall be Cla-Val 90-01 series or equal.
Bolts and Nuts for Flanged Valves
Bolts and nuts for flanged valves shall be as specified for the piping to which the valves are
connected. Provide washers for each nut. Washers shall be of the same material as the nuts.
Gaskets for Flanges
Gaskets for flanged end valves shall be as specified for the piping to which the valve is connected.
Spare Parts
Spare parts of the type and quantity as recommended by the manufacturer shall be furnished for
all devices furnished under these sections. All spare parts shall be wrapped in bubble wrap,
sealed in a polyethylene bag complete with dehumidifier, then packed in cartons and labeled with
indelible markings. Complete ordering information including manufacturer's part number, part
ordering information including manufacturer, part number, part name, and equipment name and
number(s)for which the part is to be used shall be supplied with the required spare parts. The
spare parts shall be delivered and stored in a location directed by the Engineer.
EXECUTION
Shipment and Storage
Ship and deliver valves in accordance with AWWA C530, Section 6 and as follows.
Provide threaded openings with nonmetallic (such as plastic) plugs or caps. Install caps or plugs
at the place of valve manufacture prior to shipping.
Inspect valves on receipt for damage in shipment and conformance with quantity and description
on the shipping notice and order. Unload valves carefully to the ground without dropping. Use
forklifts or slings under skids. Do not lift valves with slings or chain around valve bonnet, pilot
housing, or through waterway. Lift valves with eyebolts or rods through flange holes or chain
hooks at ends of valve parts.
Protect the valve and pilot system from weather and the accumulation of dirt, rocks, and debris.
Also, see the manufacturer's specific storage instructions.
Coating
Valve shall be coated with fusion bonded epoxy coating (interior and exterior) applied in
accordance with AWWA C116.
Valve Service Conditions
Valve service conditions shall be as
shown below. Valve Tag Number(s):
Pressure Reducing Valve
Valve Size 4 inches
Valve Type Type- 1
Specific Model Number 90-01
Pattern Globe
Minimum Flow 4 gpm
Maximum Flow 800 gpm
Downstream Pressure Range 15—75 psi
Downstream Pressure Set 38 psi
Anti-Cavitation Trim No
Integral Flow Metering No
Position Transmitter No
Position Indicator No
Integral Check Feature Yes
Limit Switch No
Pressure Gauges Yes
F
rientation of pressure controls,gauges,tubing, Per Plans
tc.
Valve Installation
Remove covers over flanged openings and plugs from threaded openings, after valves have
been lifted off the truck and placed at the point to which it will be connected to the adjacent
piping.
Bolt holes of flanged valves shall straddle the horizontal and vertical centerlines of the pipe run
to which the valves are attached. Clean flanges by wire brushing before installing flanged
valves. Clean flange bolts and nuts by wire brushing, lubricate threads as specified in the piping
specifications, and tighten nuts uniformly and progressively. If flanges leak under pressure
testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten
the bolts and nuts, and retest the joints. Joints shall be watertight.
Clean threaded joints by wire brushing or swabbing.Apply Teflon®joint compound or Teflon®
tape to pipe threads before installing threaded valves. Joints shall be watertight.
Handle valves carefully when positioning, avoiding contact or impact with other equipment or vault
or building walls.
Clean valve interiors and adjacent piping of foreign material prior to making up valve to pipe joint
connection. Prepare pipe ends and install valves in accordance with the pipe manufacturer's
instructions for the joint used. Do not deflect pipe-valve joint. Do not use a valve as a jack to pull
pipe into alignment. The installation procedure shall not result in bending of the valve/pipe
connection with pipe loading.
Prior to assembly, coat threaded portions of stainless-steel bolts and nuts with lubricant.
1 inch Pressure reducing valve for manifold
Pressure Reducing Valve shall be bronze and manufactured in compliance with ANSI/AWWA
C800. Contractor is responsible to select proper fitting threads. Brass components in contact with
potable water shall conform to ASTM B584, Alloys C89833 or C89836. Brass components not in
contact with water shall be conform to ASTM B62 or ASTM B584, Alloys C83600, C89833, or
C89836. Bronze alloys having a maximum lead content of 0.25%, a maximum zinc content of
7.0%, and a minimum copper content of 80% may be substituted for the bronze alloys specified
above. Minimum pressure rating shall be 300 psi. Downstream pressure range from 25 psi to 75
psi. PRV shall be calibrated to 40 psi to downstream pressure. PRV shall be A.Y McDonald,
Ford Ballcorp, James Jones, or equal.
1 inch ball valve
Ball Valve shall be bronze and manufactured in compliance with ANSI/AWWA C800. Contractor
is responsible to select proper fitting threads. Brass components in contact with potable water
shall conform to ASTM B584, Alloys C89833 or C89836. Brass components not in contact with
water shall be conform to ASTM B62 or ASTM B584,Alloys C83600, C89833, or C89836. Bronze
alloys having a maximum lead content of 0.25%, a maximum zinc content of 7.0%, and a
minimum copper content of 80% may be substituted for the bronze alloys specified above.
Minimum pressure rating shall be 300 psi. Ball valve shall be AX McDonald, Ford Ballcorp,
James Jones, or equal.
Valve Pressure Testing
Test valves at the same time that the connecting pipelines are pressure tested. See Section 99-
2.02L for pressure testing requirements. Protect or isolate any parts of valves, operators, or
control and instrumentation systems whose pressure rating is less than the test pressure.
PAYMENT
Refer to Section 9-1.08 for Payment and Bid Item description.
99-2.02L Pressure and Leakage Test
Pipe, valves, fittings, etc. shall be pressure tested in accordance with the provisions in
ANSI/AWWA C-600.
The Contractor shall furnish all fittings, adapters, backflow preventers, etc., required to supply
water for pressure and leakage testing to the mains and its appurtenances. Pressure and leak
testing shall be performed in the presence of the Engineer.
Hydrostatic testing shall only be performed after the line has been cleaned of debris, restraint
devices are installed, and all backfill is in place. All testing and inspection shall be performed after
final backfill and compaction operations are complete. If the Contractor so desires, he may
pretest the lines at his own expense, but final testing must be performed after compaction
requirements have been approved.
All newly installed sections of buried pressure piping shall be pressure and leakage tested as
described herein.
1. For buried pressure pipelines,tests shall be made on two or more valved sections not
to exceed 2,500 feet in length. The Contractor shall furnish all necessary equipment,
material and labor required.
2. Tests shall be made after the trench has been backfilled and compacted, but not until
at least 5 days have elapsed since any thrust blocks in the section have been poured.
3. The pipe shall be slowly filled with water and ensuring all air expelled from section
being tested without causing surges or damage to the line and its appurtenances. All
air within the pipe shall be purged.The line shall stand full of water for at least twenty-
four hours prior to testing to allow all air to escape. A test pressure equal to 1.5 times
the design pressure (for this project 110 psi) , of the pipe measured at the point of
lowest elevation pressure, or 100 psi, whichever is greater, shall be applied.
4. The test pressure in the line shall be maintained for a period of 2 hours.Test pressure
shall be maintained within 5 psi during the test period. Conduct a leakage test
concurrently with the pressure test. Leakage is defined as the volume of water that
must be supplied into the newly laid pipeline to maintain pressure within+/-5 psi of the
test pressure after it is filled and purged of air. The water required to maintain test
pressure shall be measured by means of a graduated barrel, drum, or similar device
at the pump suction or through a meter.
Allowable leakage at the specified test pressure shall not exceed the amounts
allowed by AWWA C600, L = SDI P
148,000
Where:
L=Testing allowance in gallon
per hour. S = Length of pipe
tested in feet.
D = Nominal diameter of the pipe in inches.
P=Average test pressure during the hydrostatic test, in pounds per sq. inch.
Hydrostatic testing allowance per 1,000 ft. of pipeline in gph.
PSI 4" 6" 8" 101, 12" 14" 16" 18" 20" 24"
200 0.38 0.57 0.76 0.96 1.15 1.34 1.53 1.72 1.91 2.29
175 0.36 0.54 0.72 0.89 1.07 1.25 1.43 1.61 1.79 2.15
150 0.33 0.50 0.66 0.83 0.99 1.16 1.32 1.49 1.66 1.99
125 0.30 0.45 0.60 0.76 0.91 1.06 1.21 1.36 1.51 1.81
100 0.27 0.41 0.54 0.68 0.81 0.95 1.08 1.22 1.35 1.62
5. Should testing disclose any visible leaks or leakage greater than that allowed, the
defective joints or pipe shall be located, repaired,and re-tested until satisfactory.The
cost of any retests, including time for the Engineer, shall be borne by the Contractor
at no additional cost to the project.
99-2.02M Service Connections
This work shall consist of furnishing and installing new water service connections from the new
water main line to existing service connection at the property line in conformance with applicable
AWWA/ANSI standards for the component installed as shown on the plans and in accordance
with these special provisions, or as directed by the Engineer.
Water service assemblies furnished and installed by the Contractor shall be in conformance with
all applicable parts of AWWA/ANSI C800 and shall be NSF approved for use in potable water
service. The Contractor shall furnish all labor, materials, tools and equipment necessary to install
complete service connections, ready for connection by the water user, as shown on the plans and
in accordance with these special provisions, or as directed by the Engineer.
Contractor must submit a typical sketch indicating all the component included in the service
connection from the electrofusion saddle to the point of connection to the existing service as
shown in Detail 5/CD-2 of the construction drawing.
Service pipe and corporations stop shall be of the size specified on the plans or these special
provisions. Service pipe shall be PE 4710/3408 (SDR 9)and shall conform to AWWA C901. The
Contractor is responsible for verifying and supplying the necessary fittings to transition to existing
connections.
PE shall conform to AWWA C901, ASTM D3035, ASTM D2737, and shall be NSF certified for
use in potable water service. Compression type fittings for PE shall include solid tubular metal
stiffeners.
Internal stiffeners shall not extend past the coupling nut or clamp. The pipe shall contain no
recycled compound except that generated in the manufacturer's own plant from resin of same
specification from the same raw material pipe.
The Contractor shall handle PE tubing in a manner as to prevent damage to the tubing, including
excessive abrasion, cutting, and kinking. The minimum radius of curvature allowed when
bending PE shall be 30 diameters, and reverse bending (bending against the coil)shall not go
beyond straight.
In the event any PE tubing is cut to a depth equal to, or greater than, ten percent of the wall
thickness or kinked, the damaged portion shall be replaced. Replacement of Polyethylene tubing
shall be done at the Contractor's expense and no additional compensation shall be allowed
therefor.
Electrofusion HDPE saddles with underpart strap shall be used for all service connection taps, all
connection for air vacuum lines made on HDPE pipe unless otherwise specified on the plans or
directed by the Engineer. Conventional HDPE saddles will not be allowed in this project.
Electrofusion saddles shall be installed with an electrofusion processor. All fusions must take
place with proper equipment recommended by the manufacturer. Welder performing the work
shall be trained by manufacturer and/or distributor of the part being installed. Each electrofusion
shall be logged with the electrofusion processor. Each log shall be submitted to the Engineer and
compared to the recommendation of the manufacturer for review and approval. Contractor shall
not tap the main line until the Engineer approves the fusion.
In the event that a log does not match recommendation of the manufacturer, and the Engineer
decides to reject the connection, the Contractor shall abandon the saddle and perform new saddle
installation at the location directed by the Engineer at no extra cost to the County.
Service taps shall not be made closer than 18-inches to a bell coupling joint, or fitting. Service
taps shall not be less than two feet apart. Service taps shall be located opposite the service
locations so that the service laterals will be perpendicular to the street centerline. Service tap
locations varying more than two feet from the perpendicular must be approved by the Engineer
prior to installation. Where dissimilar metals are joined, a dielectric connection, approved by the
Engineer shall be provided. Hole size drilled in the pipe shall be the same size as the
corporation stop. The cutting tool shall be a shell type (hole)cutter which will retain the coupon.
Contractor shall excavate back the existing service line near the right of way line to intercept it,
abandon it per plans, and properly connect to the new service line. The Contractor shall supply all
necessary piping from the main pipe to the point of connection regardless of the location of the
existing service line and/or the new service connection and shall be included as part of the bid
item.
There are several service connections where the Engineer could not locate them. Contractor is
responsible for locating them.
99-2.02M (1)- Parcels APN 113-211-08, 113-211-09& 113-211-10 the following will be performed:
The Contractor shall cut the existing water service lines near the existing house perimeter at the
top of the hill (+/- 50 feet higher than water main line) and the existing house service lines will be
connected to the new house water services at those locations. Contractor is responsible to provide
the means and method to install the new service line uphill, clearing all existing improvements,
including but not limited to retaining wall, driveways, etc). An option is by using a service line pipe
splitter puller tool, finding the existing service line, using it to run the pulling cable and slide the
new line. Contractor is responsible for verifying this approach can work or suggest any other
method. The existing water service lines from the street shall be capped as shown on the details
on the plans. Coordination with property owner will be necessary to help identify the current active
service connection.
WATER METER
Contractor shall install the County supplied "Badger M70" water flow meter and Orion LTE
endpoint per the manufacturer's recommendations and the Plans.
Contractor shall activate and integrate the new flow meters with the County's automatic meter
reading system. Meters and transmitters shall be activated and tested prior to acceptance.
METER BOX
Precast boxes shall be set vertically and in true alignment, at the elevations indicated and at the
locations shown in the Plans.
Precast concrete meter boxes shall be Christy B16 or N16 box with cast-in-corner brackets, or
equal. The box lid shall be a B16 Nicor"Read-Rite" plastic lid with threaded antenna mounting
hole, or equal. Metal lids are not acceptable as they may interfere with the meter transmitter. The
box lid shall be traffic rated
Contractor shall install 4 inches of sealed visqueen covered insulation in all water meter boxes.
PRESSURE REDUCING VALVE FOR SERVICE CONNECTIONS
Pressure Reducing Valve shall be bronze and manufactured in compliance with ANSI/AWWA
C800. Contractor is responsible to select proper fitting threads. Brass components in contact with
potable water shall conform to ASTM B584, Alloys C89833 or C89836. Brass components not in
contact with water shall be conform to ASTM B62 or ASTM B584,Alloys C83600, C89833, or
C89836. Bronze alloys having a maximum lead content of 0.25%, a maximum zinc content of
7.0%, and a minimum copper content of 80% may be substituted for the bronze alloys specified
above. Minimum pressure rating shall be 300 psi. Downstream pressure range from 25 psi to 75
psi. PRV shall be calibrated to 50 psi to downstream pressure. PRV shall be A.Y McDonald,
Ford Ballcorp, James Jones, or equal.
BALL/CORPORATION STOPS
Corporation stops shall be ball style, bronze and manufactured in compliance with ANSI/AWWA
C800. Contractor is responsible to select proper fitting threads. Brass components in contact with
potable water shall conform to ASTM B584, Alloys C89833 or C89836. Brass components not in
contact with water shall be conform to ASTM B62 or ASTM B584,Alloys C83600, C89833, or
C89836. Bronze alloys having a maximum lead content of 0.25%, a maximum zinc content of
7.0%, and a minimum copper content of 80% may be substituted for the bronze alloys specified
above. Minimum pressure rating shall be 300 psi. Stops shall be A.Y McDonald, Ford Ballcorp,
James Jones, or equal.
ANGLE METER STOPS
Angle meter stops shall be bronze and manufactured in compliance with ANSI/AWWA C800.
Contractor is responsible to select proper fitting threads. Brass components in contact with
potable water shall conform to ASTM B584,Alloys C89833 or C89836. Brass components not in
contact with water shall be conform to ASTM B62 or ASTM B584, Alloys C83600, C89833, or
C89836. Bronze alloys having a maximum lead content of 0.25%, a maximum zinc content of
7.0%, and a minimum copper content of 80% may be substituted for the bronze alloys specified
above. Minimum pressure rating shall be 300 psi. Stops shall be A.Y McDonald, Ford Ballcorp,
James Jones, or equal.
99-2-020 Valves Installation
Remove covers over flanged openings and plugs from threaded openings, after valves have
been placed at the point to which the valves will be connected to the adjacent piping. Do not
remove valves from storage cartons or boxes until they are ready to be installed.
Handle valves carefully when positioning, avoiding contact or impact with other equipment,vault
or building walls, or trench walls.
Clean valve interiors and adjacent piping of foreign material prior to making up valve to pipe
joint connection. Prepare pipe ends and install valves in accordance with the pipe manufacturer's
instructions for the joint used. Do not deflect pipe-valve joint. Do not use a valve as a jack to pull
pipe into alignment. The installation procedure shall not result in bending of the valve/pipe
connection with pipe loading.
Make sure valve ends and seats are clean. Check exposed bolting for loosening in transit and
handling and tighten to manufacturer's recommendations. Open and close the valve to make
sure it operates properly and that stops or limit switches are correctly set so that the vane, ball,
gate, needle, diaphragm, disc, plug, or other seating element seats fully.Close the valve before
installing. Check coatings for damage and repair. Handle valves carefully when positioning,avoiding
contact or impact with other equipment or structures.
Connect the valve,coat the flanges,apply polyethylene encasement,and place and compact the backfill
to the height of the valve stem.
Place block pads under the riser pipe to maintain the valve box vertical during backfilling and
repaving and to prevent the riser pipe from contacting the valve bonnet.
Secure the riser pipe with backfill and compact. Install the valve box and pour the concrete collar.
In pavement areas pour the collar to 2 inches below the finished pavement grade to allow asphalt
concrete to be placed over the collar. In non-paved areas, place the collar to the top of the valve
box.
FIELD COATING BURIED VALVES
Coat flanges of buried valves and the flanges of the adjacent piping,and the bolts and nuts of
flanges and mechanical joints
Wrap buried metal valves 6 inches and in two layers of polyethylene conforming to AWWA C105,
8 mils in thickness each. Pass the two sheets of polyethylene under the valve and the coated
flanges or joints with the connecting pipe and draw the sheets around the valve body, the valve
bonnet,and the connecting pipe.Secure the sheets with plastic adhesive tape about the valve stem
below the operating nut and about the barrel of the connecting pipe to prevent the entrance of soil.
Fold overlaps twice and tape. Backfill the valve with care to avoid damaging the polyethylene.
ASSEMBLING JOINTS
Bolt holes of flanged valves shall straddle the horizontal and vertical centerlines of the pipe run to
which the valves are attached.Clean flanges by wire brushing before installing flanged valves.
Clean flange bolts and nuts by wire brushing, lubricate threads with oil and graphite, and tighten
nuts uniformly and progressively. If flanges leak under pressure testing,loosen or remove the nuts
and bolts,reseat or replace the gasket, reinstall or retighten the bolts and nuts, and retest the
joints. Joints shall be watertight.
Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape
to pipe threads before installing threaded valves. Joints shall be watertight.
INSTALLING EXTENSION STEM GUIDE BRACKETS
Install at 6 to 8-foot centers. Provide at least two support brackets for stems longer than 10 feet,
with one support near the bottom of the stem and one near the top
99-2.02P Fire Hydrants
HYDRANTS
Hydrants shall comply with AWWA C502 and the following requirements:
A. Valve opening shall be 5 1/4-inch minimum.
B. Inlet Connection: Flanged, 6-inch size. Use anchoring fittings for mechanical joint
connections, either an anchoring coupling or retainer gland.
C. Nozzles: Provide one 2-'/2-inch hose outlets and one 4-'/2-inch pumper outlet nozzle
for each hydrant in residential areas. Provide two 2-1/2-inch hose outlet nozzles and
one 4-1/2-inch pumper outlet nozzle for each hydrant for commercial areas. Threads
and gaskets for all nozzles, caps, and adapters shall comply with NFPA.
D. Provide hydrants with a sidewalk break-off flange.
E. Stem Seals: O-Ring type.
Color: Hydrant shall have a shop-applied coat of paint.After installation, apply two additional
coats of a compatible paint on the exposed portion of the hydrant. Paint shall be a high gloss
exterior alkyd enamel, RED color.
F. Manufacturer: Dry barrel UL-FM Mueller Centurion Fire Hydrant Assembly-5- 11/4-inch
G. Top operating nut shall be five-sided.
AUXILIARY VALVE AND BOX
Auxiliary valve shall be 4-inch resilient wedge gate valve. Valve shall be as specified in Section
99-2.02H. Valve box shall be as identified on the Plans.
THRUST BLOCKS
Concrete used for thrust blocks or for pipe encasement shall contain not less than 517 pounds
of cementitious material per cubic yard of concrete. Portland cement shall be Type II.
REMOVAL AND DISPOSAL OF EXISTING HYDRANTS
Water supply to hydrant shall be shut-off by closing the auxiliary gate valve to hydrant.
Soil around hydrant shall be excavated with care not to disturb existing utility to remain in service
and so as not to damage hydrant, auxiliary gate valve, valve box, or other appurtenances.
Hydrant shall be disconnected from service by cutting riser pipe below or disconnecting at the
elbow. Install watertight cap or blind flange per detail in plans.
Excavation shall be backfilled, providing proper cover and protection of remaining auxiliary gate
valve. Final grading of area shall match existing grade.
EXCAVATION FOR HYDRANT INSTALLATION
As specified in Section 19—Earthwork.
INSTALLATION OF NEW HYDRANTS
Clean hydrant interiors of all foreign matter before installation. Tighten stuffing boxes and
inspect in opened and closed positions to see that all parts are in working condition. Install
hydrants with pumper outlet facing the adjacent roadway or parking area, or as shown on the
Plans.
OPERATIONS CHECK AND DISINFECTION
Hydrants shall be checked and disinfected when the entire water system is pressure tested and
disinfected. When the water system is being pressurized and flushed, remove a nozzle cap and
open the hydrant to flush out dirt and sediment. After flushing, close the hydrant, replace the cap,
reopen the hydrant, and inspect for leaks. Close the hydrant, remove the caps, and verify that
hose connections fit the hose outlets. Verify that hydrant drains properly. Hydrants not draining
properly shall be corrected by Contractor at no additional expense to Owner.
Fire hydrant systems shall be tested in accordance with applicable NFPA standards. Conduct
pressure test in accordance with Section 99-2.02L Pressure and Leakage Test, and disinfection
in accordance with Section 101 —Disinfection.
99-2.02Q Bacteriological Sampling Station (BSS)
Bacteriological sampling stations shall be 88-SS-R-PED as manufactured by Kupferle Foundry,
or approved equal. Sampling Stations shall have lockable cast aluminum enclosures.
BSS installed per manufacture's recommendations. The pedestal shall be mounted on a concrete
foundation as shown in the plans.
99-2.02R AIR-RELEASE AND VACUUM-RELIEF VALVES
PART 1 GENERAL
1.1 WORK INCLUDED
A. This section includes materials and installation of combination air-release valves.
B. Submit manufacturer's catalog data and detail drawings showing all valve parts
and described by material of construction, specification (such as AISI, ASTM,
SAE,or CDA), and grade or type. Show linings and coatings.
PART 2 PRODUCTS
2.1 VALVE IDENTIFICATION
A. Valves are identified in the drawings by size, category and type number. For
example, a callout in the drawings of a 3/4" Type 1 Air Release Valve refers to
a Type 1 Air Release Valve in these specifications, which is a 150-psi 1/" or
smaller air-release valve.
2.2 VALVE DESIGN-AND OPERATION
A. Valve design shall comply with AWWA C512, except as modified herein. Class
150 valves shall have a maximum working pressure of at least 150 psi.
B. Air-Release Valves for Water Service:
1. Air-release valves for water service 3/4 inch and smaller shall be of the
direct- acting type or lever type. Valves larger than 3/4 inch shall have a
float-actuated compound lever with linkage mechanism to release air.
2. Air-release valves of sizes 1 and 2 inches shall incorporate a body with
flanged top cover and replaceable orifice and a synthetic rubber needle
or disc actuated by the float and linkage mechanism. Top cover shall
include a 1/2-inch threaded port with bronze plug. Body shall include a
1/2-inch threaded drain port near the bottom with a bronze plug.
C. Combination air valves 3 inches and smaller shall have a float with lever arm to
actuate a poppet valve.A needle shall be attached to the float arm. The poppet
valve shall serve to admit large quantities of air when the pipeline drains. The
needle shall serve to release small quantities of air as the pipeline fills or as air
accumulates in the pipeline.
D. Combination air valves 4 inches and larger for water service shall consist of an
air and vacuum valve with an air-release valve attached to it or integral with it.
Connect the attached air-release valve to the air and vacuum valve with standard
weight steel piping (ASME B36.10) and an isolation valve if required.
2.3 MATERIALS OF CONSTRUCTION
A. Materials of construction for combination air valves for water service shall be as follows:
Item Material Specification
Body and cover Cast iron ASTM A48, Class 35; or
ASTM A126, Class B
Float, lever or linkage, Stainless steel AISI Type 304
air-release mechanism,
poppet, guide rod,
guide bushings,
fasteners,other internal
metal parts
Plugs Bronze See paragraph E below
Seat, plunger, needle Buna-N
B. Rubber seats shall be made of a rubber compound that is resistant to free
chlorine and monochloramine concentrations up to 10 mg/L in the fluid
conveyed.
C. Body and cover bolts, nuts, and cap screws shall be carbon steel,ASTM A307.
2.4 VALVE END CONNECTIONS
A. Valves 3 inches and smaller shall have threaded ends. Valves 4 inches
and larger shall have flanged ends.
B. Flanges for Class 150 valves shall comply with ASME B16.1, Class 125.
Threaded ends shall comply with ASME B1.20.1.
2.5 VALVES
A. Combination Air Valves
1. Type 1--Combination Air Valves, 1 Through 4 Inches, Class 150: Unless
otherwise noted on the plans,the minimum orifice size for the air-release
valve shall be 5/64 inch. Combination air-release valves shall be APCO
Series 143C, Val-Matic Model 201C Series or equal.
2. Type 2--Slow-Closing Combination Air Valves, 4 Through 16 Inches,
Class 150: Unless otherwise noted on the plans,the minimum orifice size
for air- release valve shall be 1/4 or 3/16 inch. Combination air-release
valves shall be APCO Series 1700, Val-Matic Surge Suppression Dual
Body Air Valves, or equal.
3. Type 3--Sewage Combination Air Valves, 1 Through 4 Inches,Class 150:
Valve system shall allow unrestricted venting or reentry of air during
filling or draining of pipelines and to vent small pockets of air which
collect in the pipeline. Valve shall seat to prevent sewage from leaking
through the valve at any pressure. Valves shall be APCO Series 440 or
equal.
PART 3 EXECUTION
3.1 SERVICE CONDITIONS
A. Valves shall seat driptight at the specified seating pressure.
3.2 FACTORY TESTING
A. Test each valve per AWWA C512, Section 5 and the following.
B. Hydrostatically test the pressure-containing parts at the factory with water for 30
minutes minimum at a pressure of 1.5 times the rated pressure but not less than
20 psig. Test shall show zero leakage. If leaks are observed, repair the valve and
retest. If dismantling is necessary to correct valve deficiencies, provide an
additional operational test per AWWA C512, Section 5 for each affected valve.
C. The chloride content of liquids used to test austenitic stainless-steel materials
shall not exceed 50 ppm. To prevent deposition of chlorides as a result of
evaporative drying, remove residual liquid from tested parts at the conclusion of
the test.
3.3 PAINTING AND COATING
A. Coat cast-iron valves the same as the adjacent piping.Apply the specified prime
and intermediate coats at the place of manufacture. Finish coat shall match the
color of the adjacent piping.
B. Do not coat seating areas and plastic, bronze, stainless steel, or other high alloy parts.
C. Alternatively, line and coat valves with fusion-bonded epoxy. Do not coat seating
areas and plastic, bronze, stainless steel, or other high alloy parts.
3.4 SHIPMENT AND STORAGE
A. Identify the equipment with item and serial numbers and pipeline station.
Material shipped separately shall be identified with securely affixed, corrosion-
resistant metal tags indicating the item and serial number and project equipment
pipeline station or the equipment for which it is intended. In addition, ship crated
equipment with duplicate packing lists, one inside and one on the outside of the
shipping container.
B. Pack and ship one copy of the manufacturer's standard installation instructions
with the equipment. Provide the instructions necessary to preserve the integrity
of the storage preparation after the equipment arrives at the jobsite and before
start-up.
C. Provide flanged openings with metal closures at least 3/16-inch thick, with
elastomer gaskets and at least four full-diameter bolts. Provide closures at the
place of pump manufacture prior to shipping. For studded openings, use all the
nuts needed for the intended service to secure closures.
D. Provide threaded openings with steel caps or solid-shank steel plugs. Do not
use nonmetallic (such as plastic) plugs or caps. Provide caps or plugs at the
place of pump manufacture prior to shipping.
E. Clearly identify lifting points and lifting lugs on the valves. Identify the
recommended lifting arrangement on boxed equipment.
3.5 INSTALLATION
A. Clean flanges by wire brushing before installing flanged valves. Clean flange
bolts and nuts by wire brushing, lubricate threads with oil and graphite, and
tighten nuts uniformly and progressively. If flanges leak under pressure testing,
loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or
retighten the bolts and nuts, and retest the joints. Joints shall be watertight.
B. Clean threaded joints by wire brushing or swabbing. Apply Teflon® joint
compound or Teflon® tape to pipe threads before installing threaded valves.
Joints shall be watertight.
C. Do not use duct tape and plastic for covering the ends of pipe flanges. Use a solid
metal cover with rubber gasket to cover flange openings during installation.
These metal covers shall remain in place until the piping is connected to the
valves.
D. Do not spring flanges of connecting piping into position. Separately work
connecting piping systems into position to bring the piping flanges into alignment
with the matching valve flanges. Do not move valves to achieve piping
alignment. Do not use electrical heating stress relieving to achieve piping
alignment.
E. Line up pipe flange bolt holes with valve nozzle bolt holes within 1/16 inch maximum
offset from the center of the bolt hole to permit insertion of bolts without applying
any external force to the piping.
F. Flange face separation shall be within the gasket spacing ±1/16 inch. Use only
one gasket per flanged connection.
3.6 VALVE FIELD PRESSURE TESTING
A. Test valves at the same time that the connecting pipelines are pressure tested.
See Section 40 05 00 — Pipe and Fittings for pressure testing requirements.
Protect or isolate any parts of valves, operators, or control and instrumentation
systems whose pressure rating is less than the test pressure.
99-3 WATER USAGE
The Engineer notifies you of any(1)water shortage or(2)mandate from a local water authority to
ration water. Within 10 days of the notification, submit a water conservation plan. The plan must
include:
1. List of construction activities that require water
2. Measures you will implement for each activity to conserve water
3. Dust palliative you will use for dust control
Water Sources
The Owner will furnish potable water,from the existing CSA 1 water distribution systems via fire
hydrants. The Contractor shall be responsible for furnishing and installing a connection to each
fire hydrant, flow meter with totalizer, pump, portable tank, and all necessary piping and
appurtenances necessary for water pipeline flushing, filling, testing and disinfection procedures
only. The Contractor shall also be responsible for furnishing and installing any necessary
connection to pump potable water to the new storage tank to let is sit for 3 weeks as required by
the Geotechnical report. Contractor is hereby made aware of the Districts' limitation to provide
potable water at certain times of the day and up to a certain amount. Any equipment and method
to be utilized shall be approved for potable water. The Contractor shall submit the proposed
methods for approval of the Engineer and DDW.
The existing system has 2 water supply wells. Each well produces approximately 25 gpm. It is
expected that the District will be able to provide water to fill and flush the pipelines and/or tank at
the flow rate for 1 well, while the other well will be dedicated to provide water to customers.
However, if at any time during the disinfection or flushing process, the Operator determines that
the wells are being adversely affected by the amount of flow being pumped, Contractor shall halt
using water from the system until operator allows to start using water again. The Contractor shall
anticipate performing the disinfection and flushing procedures only during off-peak hours,
demand times potentially from the hours of 11:00 AM to 3:00 PM, or as directed by the County's
Operator. The Contractor shall coordinate with the County Operator for obtaining water during the
allowed off-peak hours. It shall be the responsibility of the Contractor to furnish and install all
required equipment necessary to deliver water from the Owner's source.
At the Contractor's option, Contractor may use a Certified Water Hauler to supply potable water
for initial filling, flushing, and testing of the new water distribution system. The Contractor is
responsible for securing disinfected water that meets drinking water standards and shall
construct all facilities necessary to furnish water for his or her use during construction.
Water used for human consumption shall be kept free from contamination and shall conform to
the requirements of the State and local authorities for potable water. Water necessary for
construction operations such as dust control and backfill compaction may be available from the
existing Districts' distribution systems, depending on the time needed and the amount necessary.
Nevertheless, the Contractor shall make arrangements to obtain potable or non-potable
construction water from another approved source to complete these operations. Contractor shall
provide written proof to Owner that an alternate source of water has been secured and is
available for his or her use. All arrangements, costs, and equipment required for securing the use
of the alternate water source and to convey water to the project site will be the responsibility of
the Contractor. The Contractor may utilize both distribution system water and the alternative
approved water source to complete construction operations.
Full compensation for furnishing all labor, materials, tools and equipment and for doing all work
involved in furnishing and applying water, including the costs of purchasing water, as required by
the Contract Documents and Specifications and the State Standard Specifications, shall be
considered as included in the contract unit prices paid for other items of work and no additional
allowance will be made therefore.
99-4 PAYMENT
Components and work specified in Section 99 shall be paid as described in Section 9-1.08
Payment and Bid Item description.
Section 100—Storage Tank 100-1 GENERAL
100 - 1.01 GENERAL
The work to be done consists of, in general, the removal and disposal of an approximately 30,000
gal existing storage tank, installation of a new nominal 30,000-gallon storage tank, piping,
controls and appurtenances as shown in the plans. This work is to be performed within the
existing County Service Area 1, water distribution system public utility easement.
The Contractor shall furnish and install the tank, pipe, fittings, and any required valves in
conformance with these special provisions, as shown on the plans and as directed by the
Engineer. AWWA standards shall govern in all conditions not covered by these special
provisions. At the discretion of the Engineer, any pipe, valves, or equipment damaged in either
appearance or function as a result of the Contractor's operations shall be replaced at the
Contractor's expense and no further compensation will be allowed therefor. The Contractor's
attention is directed to Section 5-1.23A of these special provisions regarding project submittals.
This section specifies all work associated with removal and appropriate disposal of an existing
storage tank, furnishing and installing a new 30,000-gallon storage tank and includes tank, and
related equipment and all appurtenances to be furnished with the tank. The drawings are
diagrammatic and do not necessarily show all components or exact locations of items required by
the tank. Items not shown or indicated, which are necessary to operate the tank at the level
specified as shown on the plans and described in these special provisions, shall be provided at
the Contractor's expense and no increase in contract price will be allowed. Equipment design
shall be coordinated with the tank supplier to ensure that any required tank penetrations and
mounting points are provided by the tank manufacturer prior to shipping. Equipment design shall
be consistent with installation in an environment exposed to inclement weather, snow and sub-
freezing temperatures.
Special attention is directed to the Geotechnical Report with the addendum in the"Project
Details" section of these Special Provisions. Contractor shall follow all site preparation, stripping,
over-excavation, grading, and compacting recommendations within this report.
This specification covers the furnishing of all labor, material, equipment, tools, services and
erection of a Factory Powder Coated Bolted Steel water storage tank.
SUBMITTALS
A. Shop Drawings: Submit shop drawings of the bolted steel reservoir and all
accessories for review and approval by the engineer prior to beginning any
related shop fabrication or erection. Include sufficient data to show that the
reservoir and accessories conform to the requirements to these Specifications.
Submittals shall include:
1. Design calculations, signed by a civil or structural engineer
registered in the State of California.
2. Fabrication and erection drawings and details for the
reservoir and all accessories.
3. Certified mill tests on steel plate and structural members demonstrating
that the physical and chemical requirements of this Specification have
been met.
4. The tank foundation shall be designed and stamped by a California
licensed Professional Civil or Structural Engineer for the specific size
and type of tank to be installed. The foundation shall be designed to
comply with the requirements in the geotechnical report. Foundation
shall be fully designed and shall specify at a minimum, concrete
dimensions, strength, rebar and anchors diameter, length and
embedment to be utilized.
100—1.02 MATERIALS
The bolted steel tank shall conform to the requirements of American Water Works Association
(AWWA) D103-19 Standard for Factory-Coated Bolted Carbon Steel Tanks for Water Storage.
A. Plates and sheets shall conform to appropriate ASTM designation as set forth in
Section 4.4, AWWA D103-19, and shall have a minimum yield strength of 30,000
psi.
B. Structural shapes shall conform to the requirements and ASTM designations of
AWWA D103-19 section 4.5.
C. Tank joint bolting shall be minimum '/2" diameter, shall meet the requirements of
AWWA D103-19 section 4.2 and have tensile strength of at least 120,000 pounds
per square inch. Encapsulated hardware on interior required.
D. All gaskets and sealants used on this tank shall conform to the requirements of
AWWA D103- 19 section 4.10.
E. Exterior coating of the tank&accessories to be fusion bonded baked-on powder
polyester 3 mils D.F.T w/primer @ 2 mils D.F.T for a total of 5 mils D.F.T. Interior
coating of the tank&accessories to be fusion bonded baked-on powder epoxy 5
mils min D.F.T (N.S.F 61 approved)
F. Shell Manhole: Provide a minimum 24"diameter, hinged shell manhole located as
shown on the drawings. The center of the manhole shall be located 30 inches above
the bottom of the tank.
G. Pipe Connections:
1. Provide inlet nozzle, outlet nozzle with antivortex plate, overflow and
drain outlets as shown on the plans.
2. Provide a 1-inch NPT tank connection as shown on the plans for
sampling connection.
H. Overflow pipe: Provide steel internal or external overflow pipe as shown, internal weir
box, if required, and supports, as shown on the plans. Overflow pipe assembly shall
be powder epoxy lined and coated for corrosion protection. Overflow pipe termination
shall leave an air gap above concrete splash pad equal to twice the pipe diameter or
greater. End of overflow pipe shall be equipped with flapper valve and#24 meshed
screen to prevent rodent or vermin intrusion.
I. Ladders:
1. Provide a galvanized steel welded exterior ladder with backguard, or
cable fall arrest system as shown on the plans. The ladder shall have a
lockable closure at the bottom.
2. Provide a galvanized or factory powder coated steel welded interior
ladder, with cable fall arrest system.
3. Provide handrails with toe board per OSHA requirements.
J. Roof Openings:
1. A 20" diameter screened vent shall be provided on the roof. The vent
shall be fabricated to provide removable screened openings between the
vertical support members of the vent. The screened openings of the
vent shall be sized by the manufacturer to allow venting of 3,000 gpm
pumping rate. The vent shall be equipped with a non-corrodible#24 wire
mesh as recommended by the EPA.
2. The tank roof shall have a curbed, upward opening 24-inches square,
minimum hatch located near the ladder. The curb shall extend at least 4
inches above the tank. The hatch cover shall be hinged and shall have
locking provisions. The hatch cover lip shall extend for a distance of 2-
inches down on the outside of the curb.
K. Provide a Liquid Level Indicator with Type 316 stainless steel internals and
complete with float and target board assembly.
L. Gaskets and sealants shall meet or exceed AWWA, FDA, EPA and NSF61
requirements for potable water.
M. Anchor bolts and stirrups, if required, to be furnished by the tank manufacturer.
N. Passive Cathodic Protection:
1. The cathodic protection design/install constructor shall provide all
engineering services, materials, equipment, labor, and supervision for the
installation of a galvanic sacrificial anode cathodic protection system to
provide corrosion control for the interior submerged surface of the specified
tank. All work furnished shall be in accordance with N.A.C.E. Standard
SPO196-11, AWWA Standard D106-10, ANSI/NSF 61 and features
included in this specification.
2. The anode suspension system of non-icing tanks shall be a system which
allows for vertical suspension from the roof of the tank. The anode lead
wire shall be a minimum#8 AWG HMW-PE and will be used to secure the
anode to a galvanized steel clevis insulator bracket bolted to the interior
tank roof. Handhole cover assemblies used for the installation of vertical
anode suspension systems from the roof of the tank shall consist of a
cadmium plated 6" diameter cover, rubber gasket, clamping bar and
stainless-steel bolt assembly.
The anode suspension system for tanks subject to icing shall be determined
by the cathodic protection design engineer and may incorporate the use of
core-welding the anodes to the tank, mounting the anodes through the use
of custom stand-off assemblies, rope suspension systems or various other
means as determined by the engineer.
3. All wiring within the tank shall be insulated to prevent copper conductor to
water contact. All wiring on the exterior of the tank shall be insulated and
run in rigid conduit.
4. All hardware used in conjunction with the system shall be protected against
corrosion.
0. Foundation:
1. The Contractor is hereby informed that the geotechnical report is
included in "Project Details"of these special provisions.
2. The foundation for the new tank shall be constructed in accordance
with the recommendations and design of the tank manufacturer's
engineer.
3. The tank foundation shall be designed and stamped by a California
licensed Professional Civil or Structural Engineer for the specific size
and type of tank to be installed. The foundation shall be designed to
comply with the requirements in the geotechnical report.
P. Site Preparation:
1. The Contractor is responsible for preparing the foundation site per the
Plans, tank manufacturer recommendations/foundation plan and
recommendations outlined in Section 8 and addendums of the
abovementioned Geotechnical Report.
2. The Contractor shall grade areas to drain as shown on the plans.
Finish grade shall slope away from structures. Refer to Geotechnical
Report and plans
DESIGN DATA
A. The general requirements associated with the tank shall be as follows:
Product to be stored Potable water
Specific gravity 1
pH of product 7+/-
Temperature of product 35- 90 degrees F
Minimum nominal capacity 30,000 gallons
Diameter 12 +/-ft.The diameter can vary 12' min to 13' max.
Height 36 +/-ft.(as calculated by manufacturer to have
freeboard necessary with usable volume of 28,000
al min
Diameter and depth tolerance +/- 12 inches
Minimum freeboard 6 inches or as determined by tank manufacturer
Wind speed 100 MPH when completely erected
Seismic Requirements Per Geotechnical Report, Section 8.6.3
Ground snow load 250 psf
B. Trash, debris, fill material, and the near-surface soils containing vegetation, roots, or
other objectionable organic matter shall be stripped to expose a clean soil surface at
the proposed location of the new water tank.
100—1.03 CONSTRUCTION
A. Contractor shall be responsible for providing means and methods to access the water
tank site to remove old and construct new tank. Contractor can contact property owners
adjacent to the existing tank easement to obtain right of entry during construction per
Section 5-1.20B(4) of these special provisions
B. The Manufacturer shall furnish, erect and test the tank, as required by AWWA.D103-
19. The Manufacturer shall be completely responsible for the construction and
satisfactory performance of the tank during the guarantee period. The tank shall
conform to AWWA D103-19,to the latest edition Building Code,and to the requirements
of the plans and these Specifications. The supplier shall submit for approval complete
and detailed plans for the tank and appurtenances.
C. The Factory Powder Coated, bolted steel tank shall have a nominal capacity of 30,000
gallons. It shall have a nominal diameter of 12 feet.A cone roof, sloped to drain toward
the shell, shall be provided. Provide the reservoir complete with all pipe connections,
access openings, nozzles,taps, drains, ladders,vent, and other accessories as shown
on the plans or required herein.
D. The tank manufacturer shall be a specialist in design and fabrication with a minimum
of(10) years documentation of experience and erection of factory coated bolted steel
tanks. The manufacturer shall have an active ISO-9001 and API-Q1 registration,
certified by a 3rd party company.
E. Filling of the new storage tank will be controlled by existing pressure switches near
each groundwater well. The Contractor shall coordinate with the County Operator and
Engineer in making adjustments to these pressure switches to fill the tank to
operational levels.
Refer to Section 15 EXISTING FACILITIES for further information regarding work sequencing and
disruptions to the water supply.
The existing tank shall not be disconnected until the temporary supply system is in place and
operational as per Section 15 of this specification.. All possible measures shall be taken to
minimize the amount of time between disconnection of the existing tank and startup of the new
tank.
Refer to Section 8-1.01A regarding the hours that may be worked. No disruptions to the supply of
potable water shall occur during peak demand, typically during mornings, evenings and
weekends. Contractor may propose alternate method(s) of installation to what is depicted in the
Plans, to further minimize the time required to commission the system.
The Contractor shall provide the Engineer all required submittals within the time frame specified
by the Special Provisions, the Project Plans, and/or the Standard Specifications.
The Contractor is responsible for verifying the location of all existing underground facilities, within
the project area, that may have the potential to conflict with the location of proposed
improvements, and other work as shown on the Plans. The County has made every effort to show
locations of any and all existing surface and subsurface structures. However, actual field
conditions and locations can vary considerably from the plan locations. Therefore, the County
cannot, and does not, assume responsibility for the existence or location of any structure such as,
but not limited to, utilities and pipelines. The contractor is responsible for contacting all agencies
and/or owners to verify this information prior to and during construction of any of the proposed
improvements. If any existing utilities are found in conflict with the proposed location of the
improvements shown on the plans, the Contractor shall contact the Engineer.
The Engineer shall provide the Contractor with new grades to eliminate such conflict or shall
arrange to have the utilities relocated to avoid the conflict. The Contractor shall work with the
Engineer to schedule surveyors to be onsite during pot-holing of conflicts for utility elevation
verification.Any delays, which may result from failure of the Contractor to pothole potential utility
conflicts, shall be at the Contractor's expense.
OPERATION
Contractor shall coordinate new storage tank controls with existing well controls and confirm
operation with County Operator.The work consists of integrating existing pressure switches and
components with existing controls for the proper operation and control of the level control system.
100—1.03A EXISTING STORAGE TANK DEMOLITION
The procedures to remove the existing water tanks shall include, but not be limited to the following:
A. Remove all appurtenances from the tanks prior to dismantling of the tanks, if any.
B. Remove all water that may be present that is capable of being pumped out of the
tanks. Contractor is responsible for disposing water stored in the tank in an
appropriate manner or at a site capable of accepting the water. Contractor may
empty the tank into the distribution system prior to switching to the new tank,
provided the old system has not been decommissioned. Disposing of the water
onsite or within the community will not be allowed.
C. Drain or flush all water from piping into the tanks.
D. Disconnect and cap all piping per plans.
E. Remove aboveground water tanks in accordance with approved work plan.
The foundations of the existing aboveground water tank shall be demolished, removed and hauled
away by the Contractor.
DISPOSAL OF TANK CONTENTS AND DEMOLISHED MATERIALS
A. All removed tank materials shall be loaded and trucked away from the site in such a
manner as to not cause any hazard for passersby or damage to any existing facility.
Any damage shall be repaired or replaced by the Contractor at no additional cost to
the County.
B. Materials and items demolished and not designated for reuse, salvage or transfer
to the Owner, as well as all debris, rubbish and other materials resulting from the
demolition operations, shall become the property of the Contractor and shall be
removed from the site within 48 hours of demolition.
C. All waste material shall be disposed of in accordance with all federal, state,
and local regulations.
D. All waste materials shall become the responsibility of the Contractor and the
Contractor shall be responsible for the safe and proper removal and disposal of all
waste materials.
E. Storage of waste materials at the site is not permitted. All fees and transportation
costs are the responsibility of the Contractor. The Contractor shall bear full
responsibility for any and all fines against the project resulting from the improper
handling and disposal of the waste materials.
RESTORATION
Contractor shall restore existing tank site once tank, piping, valves, and foundation are removed
to match adjacent grades and compact to 90%.
100—1.04 PAYMENT
Refer to Section 9-1.08 for Payment and Bid Item description.
Section 101 —DISINFECTION 101-1.01 DISINFECTION
1.1 WORK INCLUDED
A. Disinfection of all new potable piping, components, and appurtenances.
B. This shall include disinfection of all potable water piping.
C. New facilities shall be kept isolated from the active distribution system using a
backflow, double check valve device per ANSI/AWWA C651 - Disinfecting Water
Mains. Disinfection of water storage tank shall be in accordance with AWWA
C652
D. Before allowing water from the municipal supply system to enter the new
potable water system, all its components shall be cleaned and disinfected.
E. The Contractor shall furnish all fittings, adapters, backflow preventers, etc.,
required to supply water for disinfection. The work involved in disinfecting shall
be performed in the presence of the Engineer.
F. Test and report results. Cost of all testing shall be borne by the Contractor.
G. Connect new system and existing water distribution mains, after all required
test are satisfactory and approved by the Engineer and the Division of
Drinking Water with the State Water resources Control Board (SWRCB)
1.2 SUBMITTALS
A. Submit PDFcopies of Contractor-prepared water system disinfection plan.
Plan shall include the following information:
1. Sequence and schedule for flushing and disinfection work.
2. Materials to be used for disinfection.
3. Method of chlorination.
4. The overall order of all disinfection activities.
5. Description of sequence for disinfection of distribution system.
6. Description of sequence for disinfection of all components of the water
distribution system, including how Contractor will isolate segments of the
water system for disinfection.
7. Description and location of bacteriological sample points throughout the
system to confirm successful disinfection of entire water system. Sample
point spacing not to exceed 1,200 feet per AWWA Standard C651.
8. Description of materials and procedure to dechlorinate chlorinated water.
9. Description of how and where flushing and dechlorinated water will be
disposed of.
B. Submit PDF copies of each compliance report to Engineer. Reports shall
include the following information:
1. Disinfection report; accurately record:
a. Type and form of disinfectant used.
b. Date and time of disinfectant injection start and time of completion.
C. Test locations.
d. Initial and 24-hour disinfectant residuals in parts per million
(ppm)for each location tested.
e. Date and time of flushing start and completion.
f. Disinfectant residual after flushing in ppm for each location tested.
g. Persons present during the disinfection operation.
2. Bacteriological report; accurately record:
a. Date issued, project name,and testing laboratory name,
address, and telephone number.
b. Time and date of water sample collection.
C. Name of person collecting samples.
d. Test locations.
e. Initial and 24-hour disinfectant residuals in ppm for each location tested.
f. Coliform bacteria test results for each location tested.
g. Certification that water conforms, or fails to conform, to
bacterial standards of the California State Water
Resources Control Board.
h. Bacteriologist's signature.
1.3 QUALITY ASSURANCE
A. Testing laboratory certified with the State of California for examination of drinking
water.
1. Testing laboratory shall be selected by the Contractor and approved by
the Owner.
2. All samples shall be gathered and tested by said Laboratory.
3. Contractor shall instruct the testing laboratory to provide the test results
to the Engineer immediately upon results and a copy of the written report
sent directly to the Engineer.
PART 2 PRODUCTS
2.1 CHLORINE
A. All disinfectant chemicals shall be certified to ANSI/NSF Standard 60.
B. Chlorine-bearing compounds:
1. Calcium hypochlorite (comparable to commercial products known for
example as HTH, Perchloron, and Pittchlor, sold for swimming pool
chlorination).
2. Sodium hypochlorite (liquid bleach, sodium hypochlorite in powder or
tablet form for pool chlorination).
PART 3 EXECUTION
3.1 PREPARE DISINFECTION PLAN
A. The Contractor shall prepare and submit the Plan to the Engineer for approval
at least eight weeks before initiating disinfection activities.
B. The Contractor shall address and correct any issues the Engineer identifies with
the Plan and resubmit, as many times as necessary, for final approval.
3.2 PREPARATION
A. Verify that system has been cleaned, inspected, and pressure tested.
B. If a chlorine-bearing compound is to be used, the calcium hypochlorite or sodium
hypochlorite shall be prepared as a water mixture before introduction into the
potable water piping system. The powder shall first be made into a paste and
then thinned to approximately a 1- percent chlorine solution (10,000 ppm). The
preparation of 1-percent chlorine stock solution requires the following proportions
of powder to water:
Product Amount of Compound Qty of Water(Gals)
High-test Calcium 11b 7.5
Hypochlorite (65 to 70 percent CI)
Sodium Hypochlorite liquid (5.25 1 gal 4.25
percent CI
3.3 APPLICATION
A. Provide and attach equipment required to execute work of this Section.This may
include:
1. A solution-feed chlorination device.
2. A device to regulate rate of flow and provide effective diffusion of the gas
into the water within the pipe being tested. Chlorinating devices for feeding
solutions of the chlorine gas or the gas itself into the water shall provide
means for preventing the
backflow of water into the chlorine cylinder.
B. Preliminary Flushing: Before disinfection, the system with outlets open shall be
flushed thoroughly with water. Flushing shall be done after the pressure test has
been made. Flushing shall develop a velocity in pipes of at least 2.5 feet per
second (fps).
C. Point of Application: The preferred point of application of the chlorinating agent is
at the beginning of the pipeline extension of any valved section, and through a
corporation stop inserted by the Contractor(except in new distribution systems)in
the top of the newly laid pipe.The water injector for delivering the chlorine-bearing
water into the pipe shall be supplied from a tap on the pressure side of the gate
valve controlling the flow into the pipeline extension.
D. Retention Period: Treated water shall be retained for at least 24 hours.
E. Chlorinating Valves and Hydrants:In the process of chlorinating newly laid pipe,all
valves or other appurtenances shall be operated while the pipeline is filled with
the chlorinating agent.
F. Circulate and flush repeatedly until specified cleanliness is achieved.Before being
placed in service, all new mains and repaired portions of, or extensions to,
existing mains shall be chlorinated so that a chlorine residual of not less than 25
mg/I free available chlorine remains in the water after 24 hours standing in the
pipe.
G. Super Chlorinated water that is flushed after disinfection shall be dechlorinated
by the Contractor.
H. Chemicals used for chlorination and dechlorination and associated mixing and
dispensing equipment used to disinfect or dechlorinate the water main must be
kept segregated at all times. It is the Contractors responsibility to maintain a safe
working environment.
I. Tanks shall be disinfected by jet washing of the interior of the lined tank with a
chlorine solution of 300 ppm to 500 ppm. A chlorine product free of acid
components shall be used. Contractor shall drain the chlorine solution which
accumulates in the bottom of the tank the same workday it is applied. Rinsing with
clean water is not required.
3.4 TESTS
A. Samples shall be tested in accordance with ANSI/AWWA C651, C652, and C654.
1. If disinfection fails to produce satisfactory test results, the new pipes and
facilities may be re-flushed and retested. If samples taken after re-flushing
also fail to produce satisfactory results, sections represented by those
results shall again be disinfected and retested. The cost of any retests,
including time for the Engineer, shall be borne by the Contractor at no
additional cost to the project.
101.2 PAYMENT
Disinfection shall be included in each of the bid items. Refer to Section 9-1.08 for Payment and
Bid Item description.
Section 102—Startup and Testing
102—START-UP AND TESTING EQUIPMENT START-UP
A. After all acceptance tests have been completed by the Contractor and Owner but
prior to final paving activities, the Contractor with the Engineer shall recheck
all equipment for proper alignment and adjustment, check pressure set points,
operations of PRVs, and in general assure that all equipment is in proper
condition for continuous operation. Once contractor and engineer verifies proper
operation, Contractor will be allowed final trench repair/overlay if awarded.
B. Prior to final acceptance, all equipment shall be test run by the Owner for a
minimum of 14 days to ensure proper operation.
102—1.01 PAYMENT
Refer to Section 9-1.08 for Payment and Bid Item description.
Project Details
County Service Area No. 1 , ;�PE
Public Works and Planning "t
�FAE
S
11319020T 11319021T
032AA09
CSA 1
' 11321111
^,�12
c ��32
11321206
N
_N 1A321113
N
M
`- 1132111A
I
1321101
11321115
11319025T 11321103
11321116
o�
0
N O
0 11321117 11319023T
SUN MOUNTAIN ,'Pc�j
27
� 11320301
CSA 01 S CSA 01
TAMARACK TAMARACK
1132030
1132030
,J
2O20
11320106
w �r'o
11320204 0
0�� 11320108
y0G 2��
77 7�01. °s
0�06'
FLINTRIDGE ^^^j�'O �2'i�0,
11319024T
Public Works and Planning G:\PUBLIC\P_RESOUR\Special Districts\GIS\special_dist_map.mxd
Resources,Special Districts
Small Community Drought Relief Program
Program Sign Guidelines
CSA 1 — TAMARACK WATER INFRASTRUCTURE ���OFwATFR�6
REPLACEMENT PROJECTFOR COUNTY OF � --
FRESNO o y
•�9TF OF_C AOFO��\P
Funding for this project has been provided in full or in part from the State
Department of Water Resources.
4'
FINANCED UNDER THE
Small Community Drought Relief Program
ADMINISTERED BY
CALIFORNIA STATE DEPARTMENT OF WATER RESOURCES
ENGINEER: COUNTY OF FRESNO PUBLIC WORKS AND PLANNING
CONTRACTOR: XXXX
*This is a conceptual design sketch that is NOT to scale.
*Provide adequate structural supports for sign as site conditions may require.
*Keep sign a proper distance above prevailing grade to permit public viewing.
*Size DWR logo to permit public viewing.
*Paint letters blue (Blue No.15102 in federal color standard No.595).
•DWR Logo at: https://d3.water.ca.gov/owncloud/index.php/s/s8CFdC3cvgf9v9p/download
SSA�QA RO P�-Q� H51 � T.
0
a
2022 0-
0
10
oN $3 mw ar
S Q COO is1
V. tt-
� J
C Z N p
Nay$ st �C
W
d44g oS o w
om = too
c \ wO �+
H \ \ 64 %6
ap 0
Z O 1 �o
o r Ct.
4 F" �o
w�
w X Vo
4 \g
a
T ca
Y tL
io
Dt
O
j N
a O w O
\ d�
\ 0 4
O
O �` N-
N N \ \ Zb
\ O O
d O ZN - La
n w m V—N
a a W
N ,O a �o a tail � ti
O 1}„
b M1
Q
Q r� -
U
{71
0
r ow
V
O
GC n,
� od
tsl ,Y�
N �
Y
x z aw wN �
N � N
" 298
2022 STANDARD PLAN H52
m cn
�m
F- c
o
m F- _
'4pi' c Ob Q O O
„ 8 co
ob Q z J U Z
Y O O z 0 J
8 .• D c 6 Z V Z t~i Q �W U 0
E U cr N r d z
cmi T m m z pia^ W. N W F- d' ac., p W � p a� Z i
��kCgB �o �m VaJ -''voiW m W m Avg' x<J Y �.z O J aO+
g h ob o woo w ¢�-p r 3 ¢ o w zJ- �¢ V V N
¢-•N z h W O 5 ¢�'O Z,
c n Wa ¢aow Ana Y J �n ¢oz FALL" LLW o
z- o m�W N u� Oo Z Z
�n H�o
U� W Ym1a- ¢ w2
�� _O
N¢
a C
0
a W W
0
z v G
be o
-� z W
F a W w J
x w W p �I
�xx aw i ,.9 r W O
o xa W O
F-
WJO w
x \ x
L) W w rum v�i
U o Yaa a
x _ _ D
x
d J
x x x x J a
x y it
z z x� x x c z
i ~
Z O z sa
O p =J ¢
<w� x (n W �Y W F-
w aJ �\ W
ww�"` x N O �` i 1 xam a Q O
¢—a x x�x x O U = J
a ,n i.x !n Z U
=U ¢ a¢ O O J z t!�
as D R H Q W LL
w� x w W F- Cr O
�a _c N W
W r
¢W?o W F-
J Y
m ¢ zFJ
z xo_ �
i zv'i- I!!; z mow zao
¢ p i
LLa °'- r'�o sJ
z o p`nw w ¢s/n_
a
5 YOj/� DEN WW6W J
¢Op z
#raw vo
—o d O F-
a V z
F r O
z .a T o W O
F- z J w
Y F W co W U
M U w >V N Z J
O W ¢ xma LL „9 O J J DO
�.• CL � a — —— w d
w z o� 0 N W
J W ¢ w J
�o O
a�w � r t/S
�a xoJ I-- W >
za z Z� ��o O O Y Z O
raw r U N U
z o F-
cr
a N Q
U 0 >
¢ z O
W = z Wit\
¢ I- AV{kF _
z 0 ~ 0
w 3 z
W h J W a> c W O
_ _
cr O a C' > QWU
in
p z o¢ w QUO
O 'o N F-
awp gxLL Na
w p Q CL
so_' of z� p d Z .-J
?Jim uia �'^
boo W.w p a ¢
H
—w ¢p W a w I �_ z
ww
Y N W OD
ow
W T w Z U� Q
x ¢ UW
O
J
299
OORE TWINING
A SSOC / A
GEOTECHNICAL ENGINEERING INVESTIGATION
PWP23-039: CSA 1 WATER STORAGE TANK
ABOUT 230 FEET NORTHWEST OF THE INTERSECTION OF
FLINTRIDGE AVENUE AND CORDWOOD AVENUE
SHAVER LAKE AREA OF FRESNO COUNTY, CALIFORNIA
Project Number: A26362.01
For:
County of Fresno - Department of Public Works
2220 Tulare Street
Fresno, California 93721
November 21, 2023
PH:559.268.7021
www.mooretwining.com
OAMOORE
TWINING
SSOC / A
November 21, 2023 A26362.01
Mr. Sebastian Artal, PE
County of Fresno Department of Public Works
2220 Tulare Street
Fresno, California 93721
Subject: Geotechnical Engineering Investigation
PWP23-039: CSA 1 Water Storage Tank
About 230 Feet Northwest of the Intersection of
Flintridge Avenue and Cordwood Avenue
Shaver Lake Area of Fresno County, California
Dear Mr. Artal:
We are pleased to submit this geotechnical engineering investigation report prepared for the new
60,000 gallon water tank planned at the CSA 1 site located about 230 feet northwest of the
intersection of Flintridge Avenue and Cordwood Avenue in Fresno County,California. The contents
of this report include the purpose of the investigation, scope of services, background information,
investigative procedures, our findings, evaluation, conclusions, and recommendations.
We appreciate the opportunity to be of service. If you have any questions regarding this report, or
if we can be of further assistance, please contact us at your convenience at (800) 268-7021.
Sincerely,
MOORE TWINING ASSOCIATES, INC.
Qf OFESS/o
ANDcc�sF`yc
Read Andersen, RGE
2 m
Division Manager �� 2810 2
EXP/G.a -/
*
S'j�TO'ECHN��'�C.�Q
�0FCA�\F�
PH:559.268.7021
www.mooretwining.com
A26362.01
TABLE OF CONTENTS
Pape
8.0 RECOMMENDATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13
8.1 General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13
8.2 Site Grading and Drainage . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14
8.3 Slope Grades, Protection and Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14
8.4 Site Preparation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16
8.5 Engineered Fill . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18
8.6 Shallow Foundations for Water Storage Tank . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
8.7 Temporary Excavations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23
8.8 Corrosion Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24
9 .0 DESIGN CONSULTATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
10.0 CONSTRUCTION MONITORING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
11.0 NOTIFICATION AND LIMITATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26
APPENDICES
APPENDIX A-Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . A-1
Drawing No. 1 - Site Location Map
Drawing No. 2 - Test Pit Location Map
Drawing No. 3 - Pad and Fill Slope Grading Detail
APPENDIX B -Logs of Test Pits . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B-1
APPENDIX C - Results of Laboratory Tests . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . C-1
A26362.01
TABLE OF CONTENTS
Page
1.0 INTRODUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
2.0 PURPOSE AND SCOPE OF INVESTIGATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
2.1 Purpose . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
2.2 Scope . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
3.0 BACKGROUND INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
3.1 Site Description . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
3.2 Site History and Previous Studies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
3.3 Anticipated Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
4.0 INVESTIGATIVE PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
4.1 Field Exploration . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
4.1.1 Site Reconnaissance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
4.1.2 Excavating Test Pits . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
4.1.3 Soil Sampling . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
4.2 Laboratory Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
5.0 FINDINGS AND RESULTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6
5.1 Soil Profile . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6
5.2 Results of Laboratory Tests . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
5.3 Groundwater Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
6.0 EVALUATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
6.1 Existing Site Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
6.2 Expansive Soils . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
6.3 Static Settlements and Bearing Capacity of Shallow Foundations . . . . . . . . . . . . 9
6.4 Faulting, Seismic Ground Shaking and Associated Hazards . . . . . . . . . . . . . . . . . 9
6.5 Soil Corrosion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10
6.6 Sulfate Attack of Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11
7.0 CONCLUSIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12
GEOTECHNICAL ENGINEERING INVESTIGATION
PWP23-039: CSA 1 WATER STORAGE TANK
ABOUT 230 FEET NORTHWEST OF THE INTERSECTION OF
FLINTRIDGE AVENUE AND CORDWOOD AVENUE
SHAVER LAKE AREA OF FRESNO COUNTY, CALIFORNIA
Project Number: A26362.01
1.0 INTRODUCTION
This report presents the results of a geotechnical engineering investigation for the proposed 60,000
gallon water tank planned at the CSA 1 site located about 230 feet northwest of the intersection of
Flintridge Avenue and Cordwood Avenue in the Shaver Lake area of Fresno County, California.
Moore Twining Associates, Inc. (Moore Twining) was authorized by the County of Fresno
Department of Public Works to conduct this investigation.
The contents of this report include the purpose of the investigation and the scope of services
provided. The site history,previous studies, existing site features, and anticipated construction are
discussed. In addition,a description of the investigative procedures used and the subsequent findings
obtained are presented. Finally, the report provides an evaluation of the findings, general
conclusions,and related recommendations. The report appendices contain the drawings(Appendix
A); the logs of pits (Appendix B); and the results of laboratory tests (Appendix Q.
The Geotechnical Engineering Division of Moore Twining, headquartered in Fresno, California,
performed the investigation.
2.0 PURPOSE AND SCOPE OF INVESTIGATION
2.1 Purpose: The purpose of the investigation was to conduct a field exploration and a
laboratory testing program, evaluate the data collected during the field exploration and laboratory
testing portions of the investigation, and provide the following:
2.1.1 Geotechnical parameters for use in design of foundations;
2.1.2 Recommendations for site preparation including placement,conditioning,and
compaction of engineered fill soils;
2.1.3 Recommendations for 2022 California Building Code seismic coefficients
and earthquake spectral response acceleration values;
2.1.4 Recommendations for temporary excavations and utility trench backfill; and
2.1.5 Conclusions regarding soil corrosion potential.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 2
Fresno County, California
This report is provided specifically for the proposed improvements described in the Anticipated
Construction section of this report. The purpose of our investigation was to provide geotechnical
engineering parameters for use in design of the water tank foundations, and preparation of related
construction documents. This investigation did not include a geologic/seismic hazards evaluation,
in-place density tests, an environmental investigation, or an environmental audit.
2.2 Scope: Our proposal, dated June 30,2023, outlined the scope of our services. The
actions undertaken during the investigation are summarized as follows:
2.2.1 An undated topographic map showing the location of the existing 30,000-
gallon water storage tank and the location of a proposed 60,000-gallon tank,
provided by the County of Fresno, was reviewed for general project
information.
2.2.2 Aerial images of the site from various years between 1993 and 2020 were
reviewed.
2.2.3 A visual site reconnaissance and a subsurface exploration,including test pits
were conducted.
2.2.4 Mr. Sebastian Artal, Supervising Engineer with the Fresno County's
Department of Public Works and Planning/Design Division, was consulted
during the investigation.
2.2.5 Laboratory tests were conducted to determine selected physical and
engineering properties of the subsurface soils encountered.
2.2.6 The data obtained from the investigation were evaluated to develop an
understanding ofthe subsurface soil conditions and engineering properties of
the subsurface soils encountered.
2.2.7 This report was prepared to present the purpose and scope, background
information,field exploration procedures,findings,evaluation,conclusions,
and recommendations.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 3
Fresno County, California
3.0 BACKGROUND INFORMATION
The existing site features, site history and previous studies, and the anticipated construction are
summarized in the following subsections.
3.1 Site Description: The proposed water storage tank for the subject PWP23-039
project is planned to be located within a forested area about 230 feet northwest of the intersection
of Flintridge Avenue and Cordwood Avenue in the Shaver Lake area. The site includes an existing
30,000-gallon above ground water storage tank on a relatively flat benched area within a southeast-
descending hillside. The existing tank was measured to be approximately 13 feet in diameter.
The long axis of the flat benched area trends northeast to southwest. The existing tank is located at
the northeast end of the relatively flat benched area. This area was generally surrounded by
vegetation, and a granitic rock outcrop was noted on the north and northeast sides of the existing
tank. It is our understanding the proposed tank is planned just southwest of the existing tank. The
topographic map of the site area,provided by Fresno County,indicates the distance from the center
of the existing 13-foot diameter,30,000-gallon tank to the center of the proposed 60,000-gallon tank
is about 23 feet.
The hillside ascends northwest and also descends southeast of the relatively flat benched area where
the existing tank is situated. The general site area is surrounded by numerous tall,mature trees. Two
residences were noted directly cast of the project site,north of the intersection of Flintwood Avenue
and Cordwood Avenue. Another residence was noted south of the project site, west of the
intersection of Flintwood Avenue and Cordwood Avenue.
Based on our review of the topographic map of the project site provided by Fresno County,the slope
descending southeast of the existing tank ranges in inclination from about 2.5 Horizontal to 1
Vertical(2.5H:1 V)to about 4.5H:1 V. The limited topography shown upslope of the tank indicates
the slope above the tank has an inclination of about 2.7H:1 V directly above the new tank location
to about 5H:1 V further upslope. A switch back trail leads from the intersection of Flintridge Avenue
and Cordwood Avenue to a relatively flat benched area that is just southeast and about 6 feet lower
in elevation than the benched area where the existing tank is situated. The switchback trail included
some near vertical cuts supported by segmental retaining walls. Overhead power lines were noted
trending east to west near the base of the switchback trail.
The topographic map provided by Fresno County also showed an underground water line extending
down the hillside slope away from the existing tank. Based on our discussions with Shaver Lake
Construction(Contractor that excavated pits for the filed investigation and also installed the water
line), it is our understanding that the water line trends from the existing water tank to the residence
located on the west side of the intersection of Flintridge Avenue and Cordwood Avenue. An
overflow line also extends off of the existing tank that was observed during the field investigation.
The overflow line extends off of the tank,then trends underground for about 20 feet to the southwest,
then was noted extending out of the ground, curving to the southeast down the sloping hillside and
ending at the lower relatively flat benched area. The water line was approximately 2 to 3 feet below
the ground surface.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 4
Fresno County, California
The topographic map also showed a storm drain line located southwest of the existing tank and
trending down the hillside in a northwest to southeast orientation. However,there was no obvious
evidence of this storm drain exiting from the toe of the slope near the intersection of Flintridge
Avenue and Cordwood Avenue.
3.2 Site History and Previous Studies:Based on our review of aerial images of the site
from various years between 1993 and 2020,it appears that the existing water storage tank has existed
since at least 1993, but it is difficult to see in the 1993 image due to the image quality. The 1993
image shows the existing water storage tank was surrounded by several tall mature trees in a forested
area, and a residential area existed southeast of the water storage tank along both sides of Flintridge
Avenue and Cordwood Avenue. The site generally appears the same from 1993 to 2020. We
understand that the area was affected by the Creek Fire that started on September 4, 2020 and was
declared 100 percent contained on December 24, 2020. Some remnants of burnt areas were noted
in the vicinity of the existing water storage tank during our October 4, 2023 field investigation.
No previous environmental or geotechnical studies were provided for review. In the event other
prior studies have been conducted, these reports should be provided to Moore Twining for review
and consideration.
3.3 Anticipated Construction: It is our understanding that the project will include anew
water storage tank that will either be located directly southwest of the existing 30,000-gallon above
ground water storage tank or it will be sited at the location of the existing water storage tank.
The diameter of the new tank is unknown. It is expected that the tank will be a welded-steel
structure supported on a ring foundation of reinforced concrete (or gravel ring) with a steel floor
supported on the prepared subgrade.
The 60,000-gallon tank is anticipated to be supported on a circular mat or ring wall type foundation
with a gravel bearing pad. For the purpose of this report,we have assumed an average soil pressure
of 2,000 to 2,500 pounds per square foot would be applied to the soils due to the vertical loading
from the 60,000-gallon tank and water. Foundation loading from the tank walls are also anticipated
to be applied. When available,the actual loads should be provided for Moore Twining to evaluate
the anticipated settlements.
Based on the topographic information,the existing flat benched area proposed for the tank has about
1 to 1.5 feet of relief. However, slopes occur on the upslope and downslope side of the flat bench.
It is anticipated that cuts and fills on the order of 2 to 3 feet may be required to achieve the proposed
design grades (not including excavation for site preparation as recommended in this report).
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 5
Fresno County, California
4.0 INVESTIGATIVE PROCEDURES
The field exploration and laboratory testing programs conducted for this investigation are
summarized in the following subsections.
4.1 Field Exploration: The field exploration consisted of a site reconnaissance,
excavating and logging test pits, and soil sampling.
4.1.1 Site Reconnaissance: The site reconnaissance consisted of walking the site
and noting visible surface features. The reconnaissance was conducted by a Moore Twining
engineering geologist on October 4, 2023. The features noted are described in the "Background
Information" section of this report.
4.1.2 Excavating Test Pits:On October 4,2023,three(3)test pits were excavated
to depths of 8 '/2 to 10 feet BSG with a John Deere D40 mini-excavator equipped with rubber tracks
and a 16-inch wide excavating bucket. One test pit (TP-1)was excavated on the southeast side of
the existing water tank. A pit could not be excavated on the northeast side of the existing water
storage tank due to the presence of a granitic rock outcrop. Test pits TP-2 and TP-3 were excavated
on the southwest side of the existing water storage tank. Prior to excavating test pits TP-2 and TP-3,
a shallow excavation was made with the mini-excavator and using hand tools (shovel) to exposed
the existing water overflow line and the existing water line to avoid damaging them during
excavation of test pits TP-2 and TP-3. The approximate locations of the test pits are depicted on
Drawing No. 2 in Appendix A of this report.
The test pits were logged by a Moore Twining engineering geologist. The field soil classification
was in accordance with the Unified Soil Classification System and consisted of particle size, color,
and other distinguishing features of the soil.
The presence and elevation of free water, if any, in the test pits were noted and recorded during
drilling and immediately following completion of the test pits.
Test pit locations were determined by measuring with reference to the existing water storage tank.
The test pits were loosely backfilled with the excavated soils. Due to the loose nature of the test pit
backfill, some settlement of the backfill should be anticipated.
4.1.3 Soil Samplings During excavating of the test pits, bulk soil samples were
obtained for laboratory testing. Soil samples obtained were taken to Moore Twining's laboratory for
classification and testing.
4.2 Laboratory Testing: The laboratory testing was programmed to determine selected
physical and engineering properties of the soils sampled and tested. The tests were conducted on
disturbed samples considered representative of the subsurface materials encountered.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 6
Fresno County, California
The results of laboratory tests on samples obtained from the test pits are summarized on the figures
in Appendix C. These data,along with the field observations,were used to prepare the final test pit
logs in Appendix B.
5.0 FINDINGS AND RESULTS
The findings and results of the research, field exploration and laboratory testing are summarized in
the following subsections.
5.1 Soil Profile: The soils encountered in the test pits excavated generally consisted of
silty gravel with sand and silty sand fill soils. Silty gravel with sand fill soil was encountered in test
pit TP-1 and TP-3 as extending from the ground surface to a depth of about 7 feet BSG. The silty
sands encountered in test pit TP-3 from depths of 21/2 to 7 feet BSG had trace gravel and cobble size
rock fragments, and one boulder was encountered at a depth of about 3 to 4 feet BSG. The site
includes a relatively flat benched area that is expect to have been cut on the northwest side and filled
on the southeast side. In addition, the fill soils in test pit TP-1 were easy to excavate by the mini-
excavator, and the sidewalls were easy to scrape with hand tools to at least 5 feet.
The silty gravel materials included hard,granitic cobbles and boulders. Below the silty gravel with
sand fill materials in test pits TP-1 and TP-3,native silty sands were encountered as extending to the
maximum depth explored,about 10 feet BSG. The silty sands encountered in test pits TP-1 and TP-
3 from depths of 7 to 10 feet BSG did not contain any cobbles or boulders,appeared to be competent
soils, and generally had an appearance of decomposed granite.
Test pit TP-2 was excavated on the northwest side (cut side) of the relatively flat bench area. The
upper 6 inches of silty sand soil in test pit TP-2 were dark brown/black with organics and burnt
remnants of the Creek Fire. Below 6 inches BSG in test pit TP-2, light brown silty sand soils were
encountered with no gravel, cobbles or boulders. These silty sands became more difficult to
excavate at a depth of 1 foot BSG, and they were noted to be more firm when using hand tools to
scrape the side walls of the pit. The silty sands in test pit TP-2 had an appearance of decomposed
granite at a depth of 3 feet BSG and were considered to be competent soils. A significant increase
in moisture was noted at a depth of about 6 feet BSG in test pit TP-2.
The test pits also included significant amounts of roots. The roots encountered in test pit TP-1 were
typically up to about 1-inch in diameter and extended to depths of about 5 1/2 to 6 feet BSG. One root
that was about 13/4 inches in diameter was encountered in test pit TP-1 at a depth of about 5 1/2 feet
BSG. The roots encountered in test pit TP-2 were extensive in the upper 1 foot BSG and were
mostly about 1/4-inch or less in diameter but one was noted to be about 2 inches in diameter.
Scattered roots extended to a depth of 4 feet BSG in test pit TP-2. The roots encountered in test pit
TP-3 were typically up to about 1/2-inch in diameter and extended to a depth of about 4 feet BSG;
however, some scattered roots were also noted from depths of about 4 to 6 feet BSG.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 7
Fresno County, California
The fill soils logged in the test pit excavations generally probed to be fairly loose and could be easily
excavated, with exception of zones of boulders. The native soils encountered in TP-1 and TP-3
probed to be relatively firm and appeared to be medium dense. In test pit TP-2 near the toe of the
cut slope,the native silty sands probed very firm to a depth of 6 inches. The silty sands probed to
be softer at a depth of 2.25 feet BSG in test pit TP-2. At a depth of 4.5 feet BSG in test pit TP-2,the
silty sands probed very firm and could only be probed 3 inches.
The foregoing is a general summary of the soil conditions encountered in the test pits excavated for
this investigation. Detailed descriptions of the soils encountered at each test pit are presented on the
logs of test pits in Appendix B. The stratification lines shown on the logs represent the approximate
boundary between soil types; the actual in-situ transition may be gradual.
5.2 Results of Laboratory Tests: The following is a description of the soil engineering
properties as determined from our field exploration and laboratory testing.
Expansion Index Tests: The results of an expansion index test conducted on a near surface silty
sand sample from test pit TP-2 indicated an expansion index of 2.
Maximum Density-Optimum Moisture Determination: The results of a maximum density-
optimum moisture determination on a near surface silty sand sample from test pit TP-2 indicated a
maximum density of 112.9 pounds per cubic foot at an optimum moisture content of 14.4 percent.
Chemical Tests: The results of chemical tests performed on one(1)near surface soil sample from
test pit TP-3 indicated a pH value of 5.9, a minimum resistivity value of 70,000 ohm-centimeters,
less than 0.0040 percent concentration of chloride and less than 0.0040 percent concentration of
sulfate.
5.3 Groundwater Conditions: During our October 4, 2023 field exploration,
groundwater was not encountered in the pits excavated to a maximum depth explored of about 10
feet BSG.
Based on our review of the Department of Water Resources website, there are no wells near the
subject site with groundwater data. Near surface groundwater is anticipated to be limited to
ephemeral shallow perched water overlying the granitic bedrock.
It should be recognized, that water table elevations fluctuate with time, since they are dependent
upon seasonal precipitation, irrigation, land use, and climatic conditions as well as other factors.
Therefore, water level observations at the time of the field investigation may vary from those
encountered both during the construction phase and the design life of the project. The evaluation
of such factors was beyond the scope of this investigation and report.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 8
Fresno County, California
6.0 EVALUATION
The data and methodology used to develop conclusions and recommendations for project design and
preparation of construction specifications are summarized in the following subsections. The
evaluation was based upon the subsurface soil conditions determined from this investigation and our
understanding of the proposed construction. The conclusions obtained from the results of our
evaluations are described in the Conclusions section of this report.
6.1 Existing Site Conditions:At the time of our field investigation,the site included an
existing water storage tank. The ground surface was covered by silty sands, some low lying
vegetation around the perimeter of the water storage tank, and a granitic rock outcrop was noted on
the north and northeast sides of the existing tank. In addition,underground pipelines servicing the
tank are present. As part of the site/subgrade preparation, existing surface and subsurface
improvements will need to be removed. In addition, soils which are disturbed from removal of the
existing improvements will also need to be excavated to expose undisturbed native soils prior to
backfill of the excavations as engineered fill.
Loose fill soils were encountered in the test pits, extending to a maximum depth of 7 feet BSG. As
part of the site preparation, existing fill soils will need to be excavated and backfilled as engineered
fill to establish an engineered fill slope condition and engineered pad to reduce the potential for
excessive differential settlement. Due to the sloping native ground conditions, it will be critical to
key and bench the engineered fill into competent native soils for support.
The test pits also included significant amounts of roots. The roots generally extended to depths of
about 4 to 6 feet BSG and had diameters ranging from about 1/4 inch to 2 inches in diameter. Based
on our observations, roots will need to be removed from the soils prior to use as engineered fill.
In addition, oversize rock including large cobbles, and boulders were encountered in the test pits.
This report recommends a maximum particle size of 6 inches for fill. Thus,oversized rock will need
to be removed prior to use of the onsite soils as engineered fill. Due to the presence of nearby
granitic rock outcrops and variations in the subsurface conditions, there is a potential for hard, less
weathered granitic rock to be encountered in excavations for the project.
6.2 Expansive Soils: One of the potential geotechnical hazards evaluated for this project
is the expansion potential of the near surface soils. Over time,expansive soils will experience cyclic
drying and wetting as the dry and wet seasons pass. Expansive soils experience volumetric changes
(shrink/swell) as the moisture content of the clayey soils fluctuate. These shrink/swell cycles can
impact foundations and lightly loaded slabs-on-grade when not designed for the anticipated
expansive soil pressures.
The near surface silty sand soils encountered have a very low expansion potential. Thus, special
measures are not anticipated to address an expansive soil condition.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 9
Fresno County, California
6.3 Static Settlements and Bearing Capacity of Shallow Foundations: The potential
for excessive total and differential static settlement of the new water storage tank was evaluated for
based on the assumed foundation loads. The increases in effective stress to underlying soils which
can occur from new foundations and structures,placement of fill,withdrawal of groundwater, etc.
can cause vertical deformation of the soils,which can result in damage to the overlying structures
and improvements. The differential component of the settlement is often the most damaging.
Based on the assumed loads imparted by the 60,000-gallon tank, a total static settlement of 1 to 11/2
inches was estimated. Differential static settlement is estimated to be in the range of 1/2 to 3/4 inch
from the center of the tank to the outer edge of the tank foundation. This analysis was based on the
assumption that the tank and contents apply an average soil bearing pressure of about 2,000 to 2,500
pounds per square foot. The settlement estimate assumes that site preparation will be in accordance
with the recommendations in this report under"Site Preparation"to remove and compact the existing
fill soils and to provide engineered fill below the tank to reduce the potential for excessive
differential seismic settlement. When the final tank diameter and loading are known, this
information should be provided to Moore Twining for final settlement estimates.If recommendations
for alternative methods of support for the water tank are desired to reduce the estimated differential
static settlement, Moore Twining should be requested to provide recommendations for alternate
foundation types.
The net allowable soil bearing pressure is the additional contact pressure at the base of the
foundations caused by the structure. The weight of the soil backfill and weight of the footing may
be neglected. The net allowable soil bearing pressure presented was selected to satisfy both the static
settlement criteria and Terzaghi bearing capacity equations for the spread and ringwall foundations.
A minimum factor of safety of 3.0 was used to determine the allowable bearing capacity based on
Terzaghi equations.
6.4 Faulting, Seismic Ground Shaking and Associated Hazards: The project site is
not located in an Alquist-Priolo Earthquake Fault Zone. The closest mapped active fault is the
Round Valley fault,which is located approximately 32 miles east-northeast ofthe site. Accordingly,
the potential for ground rupture associated with a known active fault at the site is considered low.
Although the granitic rock was not encountered in the excavations to the maximum depth that the
mini-excavator could reach(10 feet BSG),decomposed granite was encountered, and granitic rock
would have been expected to have eventually been encountered in the test pits if they could have
been excavated deeper than 10 feet BSG. Granitic rock outcrops were noted at the ground surface
in various areas surrounding the existing water storage tank. Granitic rock outcrops were noted on
the north and northeast side of the existing water storage tank and also a short distance south and
southeast of the water storage tank. Based on the 2022 CBC and our experience in the site area,the
site is classified as a Class C site (soft rock profile type) with standard penetration resistance, N-
values, assuming to average greater than 50 blows per foot in the upper 100 feet below site grade.
A table providing the recommended seismic coefficients and earthquake spectral response
acceleration values for the proj ect site is included in the recommendations section of this report. The
maximum considered peak horizontal ground acceleration was estimated to be 0.379g at the subject
site.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 10
Fresno County, California
Based on the lower horizontal ground acceleration when compared with more seismically active
areas of California, and the absence of any potential perched groundwater in the test pits, the
potential for impacts associated with liquefaction are considered low.
6.5 Soil Corrosion: The risk of corrosion of construction materials relates to the
potential for soil-induced chemical reaction. Corrosion is a naturally occurring process whereby the
surface of a metallic structure is oxidized or reduced to a corrosion product such as iron oxide(i.e.,
rust). The metallic surface is attacked through the migration of ions and loses its original strength
by the thinning of the member.
Soils make up a complex environment for potential metallic corrosion. The corrosion potential of
a soil depends on numerous factors including soil resistivity, texture, acidity, field moisture and
chemical concentrations. In order to evaluate the potential for corrosion of metallic objects in
contact with the onsite soils, chemical testing of soil samples was performed by Moore Twining as
part of this report. The test results are included in Appendix C of this report. Conclusions regarding
the corrosion potential of the soils tested are included in the Conclusions section of this report based
on the National Association of Corrosion Engineers (MACE) corrosion severity ratings listed in
Table No. 1,below.
Table No. 1
Soil Resistivity (ohm cm) Corrosion Potential Rating
>20,000 Essentially non-corrosive
10,000 - 20,000 Mildly corrosive
5,000 - 10,000 Moderately corrosive
3,000 - 5,000 Corrosive
1,000 - 3,000 Highly corrosive
<1,000 Extremely corrosive
The results of soil sample analyses indicate that the near-surface soils exhibit an"essentially non-
corrosive" corrosion potential to buried metal objects.
If the manufacturers or suppliers cannot determine if materials are compatible with the soil corrosion
conditions, a professional consultant, i.e., a corrosion engineer, with experience in corrosion
protection should be consulted to provide design parameters. Moore Twining does not provide
corrosion engineering services.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 11
Fresno County, California
6.6 Sulfate Attack of Concrete: Degradation of concrete in contact with soils due to
sulfate attack involves complex physical and chemical processes. When sulfate attack occurs,these
processes can reduce the durability of concrete by altering the chemical and microstructural nature
of the cement paste. Sulfate attack is dependent on a variety of conditions including concrete
quality, exposure to sulfates in soil, groundwater and environmental factors. The standard practice
for geotechnical engineers in evaluation of the soils anticipated to be in contact with structural
concrete is to perform laboratory testing to determine the concentrations of sulfates present in the
soils. The test results are then compared with the exposure classes in Table 19.3.1.1 of ACI 318 to
provide guidelines for concrete exposed to soils containing sulfates. It should be noted that other
exposure conditions such as the presence of seawater, groundwater with elevated concentrations of
dissolved sulfates,or materials other than soils can result in sulfate exposure categories to concrete
that are higher than the concentrations of sulfate in soil. The design engineer will need to determine
whether other potential sources of sulfate exposure need to be considered other than exposure to
sulfates in soil. The sulfate exposure classes for soils from Table 19.3.1.1 are summarized in the
below table.
Table No. 2
ACI Exposure Categories for Water Soluble Sulfate in Soils
Sulfate Exposure Class Water Soluble Sulfate in Soil
(per ACI 318) (Percent by Mass)
SO Less than 0.10 Percent
S 1 0.10 to Less than 0.20 Percent
S2 0.20 to Less than or Equal to 2.00 Percent
S3 Greater than 2.00 Percent
Common methods used to resist the potential for degradation of concrete due to sulfate attack from
soils include,but are not limited to the use of sulfate-resisting cements,air-entrainment and reduced
water to cement ratios. The laboratory test results for sulfates are included in Appendix C of this
report. Conclusions regarding the sulfate test results are included in the Conclusions section of this
report.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 12
Fresno County, California
7.0 CONCLUSIONS
Based on the data collected during the field exploration and laboratory testing programs, our
geotechnical experience in the vicinity of the project site, and our understanding of the anticipated
construction, the following general conclusions are presented.
7.1 The site is considered geotechnically suitable for support of the proposed
improvements provided the recommendations contained in this report are followed.
It should be noted that the recommended design consultation and construction
monitoring by Moore Twining are integral to this conclusion.
7.2 The soils encountered in the test pits excavated generally consisted of silty gravel
with sand and silty sand soils. Silty gravel with sand fill soil was encountered in test
pit TP-1 and TP-3 as extending from the ground surface to a depth of about 7 feet
BSG. The silty gravel with sand soils encountered in test pits TP-1 and TP-3
included various cobble and boulder size fragments of granitic rock. The silty sands
encountered in test pit TP-3 from depths of 21/z to 7 feet BSG had trace gravel and
cobble size rock fragments, and one boulder was encountered at a depth of about 3
to 4 feet BSG. The silty gravel materials were assumed to be fill soils based on the
location of where pits TP-1 and TP-3 were excavated(near the outer fill edge of the
cut-fill benched area). Below the silty gravel with sand fill materials in test pits TP-
1 and TP-3,native silty sands were encountered as extending to the maximum depth
explored, about 10 feet BSG.
Test pit TP-2 was excavated on the northwest side (cut side) of the relatively flat
bench area. Test pit TP-2 encountered silty sand soils with no gravel, cobbles or
boulders. These silty sands became more difficult to excavate at a depth of 1 foot
BSG, and they were noted to be more firm when using hand tools to scrape the side
walls of the pit. The silty sands in test pit TP-3 had an appearance of decomposed
granite at a depth of 3 feet BSG and were considered to be competent soils.
7.3 The test pits also included significant amounts of roots. The roots generally extended
to depths of about 4 to 6 feet BSG and had diameters ranging from about 1/4 inch to
2 inches in diameter. Accordingly,root removal will need to be conducted prior to
reuse of these soils as engineered fill.
7.4 In order to reduce the potential for excessive differential settlement of the tank, the
existing fill soils will need to be excavated to expose undisturbed native soils, and
to provide the minimum depth of engineered fill recommended in this report to
support the proposed tank.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 13
Fresno County, California
7.5 During our October 4, 2023 field exploration, groundwater was not encountered in
the pits excavated to the maximum depth explored of about 10 feet BSG.
7.6 The near surface soils possess a"very low" expansion potential.
7.7 Due to the presence of nearby granitic rock outcrops and variations in the subsurface
conditions, there is a potential for hard, less weathered granitic rock to be
encountered in excavations for the project.
7.8 The results of the soil sample analyses indicate that the near-surface soils exhibit an
"essentially non-corrosive"corrosion potential to buried metal objects.
7.9 Based on Table 19.3.1.1 -Exposure categories and classes from Chapter 19 of ACI
318, the sulfate concentration from chemical testing of soil samples falls in the SO
classification(less than 0.10 percent by weight) for concrete.
8.0 RECOMMENDATIONS
Based on the evaluation of the field and laboratory data and our geotechnical experience in the
vicinity of the project,we present the following recommendations for use in the project design and
construction. However, this report should be considered in its entirety. When applying the
recommendations for design,the background information,procedures used,findings,evaluation,and
conclusions should be considered. The recommended design consultation and observation of
clearing,demolition activities and earthwork operations by Moore Twining are integral to the proper
application of the recommendations.
Where the requirements of a governing agency or utility agency differ from the recommendations
of this report, the more stringent recommendations should be applied to the project.
8.1 General
8.1.1 When the diameter and foundation design loads are known for the proposed
tank,this information should be provided to Moore Twining for review and
preparation of updated recommendations (if needed).
8.1.2 Contractor(s) bidding on this project should determine if the data are
sufficient for accurate bid purposes. If the data are not sufficient, the
Contractor should conduct, or retain a qualified geotechnical engineer to
conduct, supplemental studies and collect more data as required to prepare
accurate bids.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 14
Fresno County, California
8.1.3 Where utility trenches extend down slopes, lean concrete cutoffs should be
designed and constructed across the trenches to reduce issues with piping
from seepage trending along the trench backfill soils. The lean concrete
cutoffs should be shown on the plans.
8.1.4 A plan should be prepared to identify existing improvements that are to be
demolished and/or removed as part of the project.
8.1.5 The contractor should be required to protect existing improvements in place
that are to remain.
8.2 Site Grading and Drainage
8.2.1 It is critical to develop and maintain site grades which will drain surface and
roof runoff away from foundations - both during and after construction.
Adjacent exterior finished grades should be sloped a minimum of five (5)
percent for a distance of at least five (5) feet away from the tank, or as
necessary to establish and maintain positive drainage and preclude ponding
of water adjacent to foundations, whichever is more stringent.
8.2.2 Surface grades should be designed so that surface water drains positively
away from the proposed tank foundations. Surface water must not be allowed
to pond adjacent to the tank foundations or above slopes. To reduce the
potential for negative drainage, grading should be conducted to collect and
drain all surface water away from the improvements to an acceptable
discharge area in a non-erosive manner. Refer to Section 8.3 for additional
drainage recommendations for slopes.
8.2.3 It is recommended that landscaped,planted areas, etc. not be placed directly
adjacent to the tank foundations.
8.3 Slope Grades, Setbacks, Protection, and Maintenance
8.3.1 It is recommended to develop and maintain site grades which will drain
surface runoff away from slopes to reduce erosion and stability impacts to
adjacent slopes. To accomplish this, intercept and safely redirect flow in a
non-erosive manner above cut and fill slopes to prevent surface water from
draining over top of slope using interceptor drains, berms, downdrains and
other drainage facilities. Drainage should be directed into an approved
discharge in a non-erosive manner.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 15
Fresno County, California
8.3.2 Cut slopes should have a maximum inclination of 2 Horizontal to 1 Vertical
(21-1:1 V), assumed to extend up to a maximum height of 10 feet. Fill slopes
should be planned at a maximum inclination of 2.5 Horizontal to 1 Vertical
(2.5H:1 V). Moore Twining should be provided with grading plans as soon
as they are available to evaluate proposed cut and fill slopes and slope-to-tank
setbacks.
8.3.3 During earthwork operations, rough graded cut and fill slopes should be
observed by our firm to determine if the exposed conditions are compatible
with those used in our evaluation and design.
8.3.4 The site soils are subject to erosion. Final slopes should be covered with
erosion control mats and positive rooting vegetation should be established
and maintained to reduce the potential for erosion.
8.3.5 The existing trees, native grasses, and weeds should remain covering the
slopes, if possible. If the existing vegetation is disturbed, shallow rooted
ground cover, as well as deeper rooted trees, should be planted on the
disturbed portions of the slopes to reduce the potential for erosion and aid in
resistance to shallow slope instability.
8.3.6 The proposed tank foundations should be setback from the top of the adjacent
fill slope by a horizontal distance of 8 feet,or the minimum horizontal slope
setback of 1/3 the slope height in accordance with the California Building
Code,whichever is more. On the upslope side of the pad, a minimum 5 foot
horizontal separation is recommended between the tank and the toe of the
existing and/or proposed cut slope.
8.3.7 Storm drains and utilities should be monitored for cracks and/or leaks. If
encountered, leaks should be immediately repaired.
8.3.8 If future erosion or instability in the form of slides, debris or earth flow,
accelerated erosion, or other forms of slope instability occur on native or
graded site slopes, Moore Twining should be contacted to provide
recommendations for repair, and the distressed areas should be repaired as
soon as possible under the direction of Moore Twining. If instability is
allowed to continue, the conditions could impact the proposed tank.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 16
Fresno County, California
8.4 Site Preparation
8.4.1 Existing surface and subsurface improvements in the areas of new tank and
foundations should be removed, including underground utilities and
associated backfill. Underground utilities to remain should not extend below
a 1.5H to IV zone extending down from the bottom of the existing and new
foundations. In addition, as part of site preparation, all soils disturbed as a
result of the demolition and removal of existing improvements should be
excavated to expose undisturbed,native soils. Upon verification of removal
of the disturbed soils, the exposed bottom of the excavation should be
scarified to a minimum of 8 inches,moisture conditioned and compacted as
engineered fill to a stable condition, prior to placement and compaction of
engineered fill to finished subgrade.
8.4.2 All surface vegetation, topsoil, organics,roots and debris (if any) should be
removed from all areas of planned improvements. The general depth of
stripping should be sufficiently deep to remove all root systems and soils with
organic contents of more than 3 percent by dry weight. Any organic growth
should not be disced into the soils. Roots larger than%-inch in diameter will
need to be removed from soils excavated for the tank(roots were encountered
in the test pits as extending to depths of about 4 to 6 feet BSG. Stripping and
removal of roots from excavations for the tank should extend laterally a
minimum of 5 feet outside the limits of the new improvements. These
strippings and root materials greater than '/z-inch in diameter will not be
suitable to be mixed with soils for use as engineered fill; however, stripped
topsoil may be stockpiled and reused in landscape areas at the discretion of
the owner.
8.4.3 Where new improvements are planned in the area of the loosely backfilled
pits excavated for this investigation, the trench backfill from the test pits
excavated as part of this investigation will need to be excavated and placed
back as engineered fill.
8.4.4 Following stripping and removal of existing surface and subsurface
improvements,the area of the proposed water tank and adjacent slope to the
south/southeast should be over-excavated to the depth required to remove all
existing fill soils (encountered up to a depth of about 7 feet BSG on the
downslope side of the pad area), and to at least 36 inches below the bottom
of the tank and foundations,whichever is greater. As part of the preparation
of the tank pad area,the adjacent slope to the south and southeast of the tank
will need to be re-graded to establish an engineered fill slope for support of
the tank pad. Refer to Drawing No. 3 in Appendix A which depicts the
recommended excavation and preparation. The fill slope (see further
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 17
Fresno County, California
information below) shall be prepared in a continuous/concurrent sequence
with the preparation of the subgrade soils below the tank area. Thus, the
horizontal extent of the over-excavation for the tank pad and fill slope area
should include the entire footprint of the water tank,to the toe of the adjacent
fill slope to be constructed on the downslope side of the pad,and a minimum
of 5 feet beyond the outer edge of the tank foundations in all other areas,
whichever is greater.
Upon approval of the bottom of the over-excavation by Moore Twining to
confirm the fill soils are removed and based on the Contractor's survey data
(see section 8.4.6),the exposed bottom of the excavation should be scarified
to a minimum of 8 inches,moisture conditioned and compacted as engineered
fill to a stable condition,prior to placement and compaction of engineered fill
to finished subgrade.
As part of the pad preparation, as indicated on Drawing No. 3 in Appendix
A, the (fill) slope area directly downhill of the proposed tank should be
prepared by excavation of a keyway at the toe of the engineered fill slope to
the depth required to remove all existing fill soils(encountered up to a depth
of 7 feet BSG)in order to expose undisturbed native soils,and the excavation
should extend a minimum of 3 feet below the adjacent grade on the
downslope side of the toe of the slope, whichever is greater. The keyway
should be a minimum of 10 feet wide and should be excavated to slope a
minimum of 1 percent into the upslope direction. The bottom of all areas of
excavation to receive fill should be inspected by Moore Twining prior to
scarification and compaction. Upon approval of the excavation,the exposed
subgrade at the bottom of the excavation should be scarified to a depth of 8
inches,moisture conditioned and compacted as recommended in this report
prior to placing the first lift of fill. Fill should not be placed on sloping
ground surfaces. Instead,fill should be placed on flat surfaces established by
excavating flat benches with a minimum width of 8 feet in a stair tread
manner progressing from the keyway up the slope throughout the limits of the
tank pad defined herein(refer to Drawing No. 3 in Appendix A). During the
benching, all fill and loose native soils should be removed and the
excavations shall be conducted to establish the minimum depth of engineered
fill below the tank/foundations,whichever requires the deepest excavation.
After approval of each bench by Moore Twining, the bench should be
scarified to a depth of 8 inches, moisture conditioned and compacted as
engineered fill. During fill slope construction,the face of the slope shall be
compacted to ensure no loose soils occur on the finished slope.
8.4.5 It is recommended the plans identify the minimum limits of over-excavation
in accordance with the recommendations of this report.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21,2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 18
Fresno County, California
8.4.6 It is recommended that extra care be taken by the contractor to ensure that the
horizontal and vertical extent of the over-excavation and compaction conform
to the site preparation recommendations presented in this report. Moore
Twining is not responsible for surveying and measuring to verify the
horizontal and vertical extent of over-excavation and compaction. The
contractor should verify in writing to the owner that the horizontal and
vertical over-excavation limits were completed in conformance with the
recommendations of this report,the project plans,and the specifications(the
most stringent applies). It is recommended that this verification be performed
by a licensed surveyor and provided to the County of Fresno to document the
"as-built" limits and elevation of the bottom of the over-excavation.
8.4.7 All fill required to bring the site to final grades should be placed as
engineered fill. In addition, all native soils over-excavated should be
compacted as engineered fill.
8.4.8 The moisture content and density of the compacted soils should be
maintained until the placement of the foundations for the tank. If soft or
unstable soils are encountered during excavation or compaction operations,
our firm should be notified so the soils conditions can be examined and
additional recommendations provided to address the pliant areas.
8.5 Engineered Fill
8.5.1 The on-site near surface soils encountered are predominantly silty gravel with
sand and cobble and boulder size fragments of granitic rock, and silty sands
with lesser amounts of gravel,cobbles and boulder size fragments of granitic
rock. Extensive rootlets and roots were encountered in the upper 4 to 6 feet
BSG in the test pits excavated for this investigation. The oversized rock and
roots larger than '/2 inch in diameter will need to be removed in order to
utilize the onsite soils as engineered fill. The on-site soils will be suitable for
use as engineered fill,provided they are free of organics (less than 3 percent
by weight), they do not contain roots larger than '/2 inch in diameter,
irreducible material greater than 6 inches, and conditioning is performed so
the moisture content of the soil is within the range recommended in this
report. Removal of roots are anticipated to require hand labor. In addition,
contractors should expect that oversize cobbles greater than 6 inches,and all
boulders will need to be removed rom soils to be reused as engineered fill.
Although not anticipated,in the event expansive soils are encountered during
grading,expansive soils should be placed a minimum of 3 feet below finished
grade. If soils other than those considered in this report are encountered,
Moore Twining should be notified to provide alternate recommendations.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 19
Fresno County, California
8.5.2 Frozen earth materials and ice shall not be allowed in engineered fill soils.
In addition, grading should be conducted only when the air temperatures are
high enough to prevent frost/freezing.
8.5.3 The compactability of the native soils is dependent upon the moisture
contents, subgrade conditions, degree of mixing,type of equipment, as well
as other factors. The evaluation of such factors was beyond the scope of this
report; therefore, they should be evaluated by the Contractor during
preparation of bids and construction of the project.
8.5.4 Imported fill soil should be non-contaminated,non-recycled,and granular in
nature and contain enough fine-grained material (binder) to allow cutting
"neat" footing trenches with all of the following acceptance criteria
recommended.
Percent Passing 3-Inch Sieve 100
Percent Passing No. 4 Sieve 85 - 100
Percent Passing No. 200 Sieve 20 -50
Expansion Index (ASTM D4829) Less than 15
Organics < 3%by weight
Sulfates < 0.05 %by weight
Min. Resistivity >20,000 ohm-cm
8.5.5 Prior to importing fill,the Contractor shall submit test data that demonstrates
that the proposed import soils comply with the recommended criteria for both
geotechnical and environmental compliance. Also,prior to being transported
to the site, the import material shall be certified by the Contractor and the
supplier (to the satisfaction of the Owner) that the soils do not contain any
environmental contaminates regulated by local, state or federal agencies
having jurisdiction.
8.5.6 Imported and on-site engineered fill soils should be placed in loose lifts
approximately 8 inches thick or less, moisture-conditioned to at least
optimum moisture content, and compacted to at least 92 percent of the
maximum dry density as determined by ASTM D1557. Additional lifts
should not be placed if the previous lift did not meet the required dry density
or if soil conditions are not stable.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 20
Fresno County, California
8.5.7 Utility trench backfill should be placed in 8 inch lifts, moisture conditioned
and compacted as engineered fill in accordance with the recommendations of
section 8.5.6 of this report.
8.5.8 In-place density tests should be conducted in accordance with ASTM D6938
(nuclear density) at a frequency of at least:
Area Minimum Test Frequency
60,000-Gallon Water 2 tests per compacted lift
Storage Tank Pad and
Adjacent Fill Slope
Utility Lines 1 test per 25 feet per compacted lift
8.5.9 Aggregate base (if used) shall comply with Class 2 aggregate base(AB)per
the latest State of California Standard Specifications and may include
recycled materials. Aggregate base shall be compacted to a minimum relative
compaction of 95 percent in accordance with ASTM D1557 standards.
Documentation that the aggregate base meets the project requirements
(R-value, gradation, sand equivalent, durability, etc.) should be provided to
the Owner.
8.5.10 Open graded gravel and rock material such as 3/4-inch crushed rock or '/z-inch
crushed rock should not be used as backfill including trench backfill. In the
event gravel or rock is required by a pipe manufacturer for use as backfill,all
open graded materials shall be fully encased in a geotextile filter fabric,such
as Mirafi 140N, to prevent migration of fine grained soils into the porous
material. Crushed rock should be placed in thin (less than 8 inch) lifts and
densified with a minimum of three (3)passes using a vibratory compactor.
8.6 Foundations for Water Storage Tank
8.6.1 The applied loading from the water storage tank, including the tank
foundation loads (i.e., ringwall, center column support) should be provided
to Moore Twining for verification of the estimated settlements listed in this
report. Settlement estimates in this report were prepared based on assumed
loads.
8.6.2 Slope setbacks to the proposed tank should be established in accordance with
the recommendations of Section 8.3.6 of this report.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 21
Fresno County, California
8.6.3 The following seismic factors were developed for the site using the Ground
Motion Parameter Calculator developed by SEOAC and OSHPD
(http://seismicmaps.org), based upon a Site Class C and a site latitude of
37.199456 degrees and a longitude of -119.201428 degrees. The data
provided in Table No. 3 are based upon the procedures of ASCE 7-16. The
data in Table No. 3 were not determined based upon a ground motion hazard
analysis. The structural engineer should review the values in Table No.3 and
determine whether a ground motion hazard analysis is required for the project
considering the seismic design category, structural details,and requirements
of ASCE 7-16. If required,Moore Twining should be notified and requested
to conduct the additional analysis, develop updated seismic factors for the
project, and update the following values.
Table No. 3
Seismic Design Coefficients
Seismic Factor 2022 CBC Value
Site Class C
Maximum Considered Earthquake 0.379g
(geometric mean)peak ground acceleration adjusted
for site effects (PGAM)
Mapped Maximum Considered Earthquake 0.316g
(geometric mean)peak ground acceleration
(PGA)
Spectral Response At Short Period(0.2 Second), S, 0.731
Spectral Response At 1-Second Period, S, 0.246
Site Coefficient (based on Spectral Response At 1.207
Short Period), Fa
Site Coefficient(based on spectral response at 1- 1.5
second period) Fv
Maximum considered earthquake spectral response 0.883
acceleration for short period, SMs
Maximum considered earthquake spectral response 0.369
acceleration at 1 second, Sm,
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 22
Fresno County, California
Seismic Factor 2022 CBC Value
Five percent damped design spectral response 0.589
accelerations for short period, SDs
Five percent damped design spectral response 0.246
accelerations at 1-second period, S
8.6.4 The water tank foundation and associated piping connections should be
designed and reinforced for the anticipated settlements. The new water tank
was assumed to apply a soil bearing pressure of up to 2,000 to 2,500 pounds
per square foot below the footprint of the tank. Based on this maximum
applied ground pressure below the footprint of the tank,a structural engineer
experienced in design of similar structures should recommend the thickness,
design details and concrete specifications for the water tank foundation based
a total static settlement of 1 to 11/2 inches and a differential static settlement
ranging from 1/2 to 3/4 inch between the center and the edge of the tank. Final
estimates of the tank settlement can be provided when the dimensions of the
tank are known.
8.6.5 Provided the site preparation and over-excavation is conducted in accordance
with the "Site Preparation" section recommendations of this report, the
ringwall for the water tank may be designed for a maximum net allowable
soil bearing pressure of 1,500 pounds per square foot for dead-plus-live
loads. This value may be increased by one-third for short duration wind or
seismic loads. The foundations should extend to a depth of at least 2 feet
below the lowest finished adjacent grade, or to below the frost depth,
whichever is greater. Deeper foundations may also be used to achieve the
slope setback recommended in this report.
8.6.6 Assuming that the site preparation is conducted as recommended in this
report, a modulus of subgrade reaction of 150 pounds per square inch per
inch may be assumed for the tank foundations. This value is based on a 1
foot square plate. Thus, the design engineer should apply a modulus of
subgrade reaction value which incorporates the footing size effects for design
of the foundation. This value may be increased by one-third for short
duration wind or seismic loads.
8.6.7 The bottom surface area of concrete footings or concrete slabs in direct
contact with engineered fill can be used to resist lateral loads. An allowable
coefficient of friction of 0.36 can be used for design.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 23
Fresno County, California
8.6.8 The allowable passive resistance of the engineered fill maybe assumed to be
equal to the pressure developed by a fluid with a density of 300 pounds per
cubic foot.
8.6.9 The moisture content of the subgrade soils below concrete footings and/or
concrete slabs should be verified for proper moisture by Moore Twining
within 48 hours of the concrete. If necessary to achieve the recommended
moisture content, the native subgrade could be over-excavated, moisture
conditioned as necessary and compacted as engineered fill.
8.6.10 Shallow tank foundations should be isolated from adjacent improvements (if
any) to reduce issues associated with differential settlement between
improvements with dissimilar loading. The tank connections to pipelines
should be designed with flexible connections to allow differential vertical
movement to occur without causing damage (more than the predicted
settlements to allow for variances in the actual settlement). Once the maj ority
of the settlement has occurred,the flexible connections can be replaced with
more rigid connections if needed.
8.6.11 The potential for damage to connections between exterior improvements/pipe
connections and the tank due to differential settlement can be reduced by pre-
loading the tank to induce some of the anticipated settlements. Therefore, it
is recommended the tank be filled and pre-loaded for a minimum of three(3)
weeks. During this period,the settlement should be monitored. Depending
on the rate of settlement, additional pre-loading time may be warranted.
Flexible connections for inlet/outlet pipes should be designed to account for
the estimated differential movement without damage.
8.7 Temporary Excavations
8.7.1 It is the responsibility of the Contractor to provide safe working conditions
with respect to excavation slope stability. The Contractor is responsible for
site slope safety,and classification of materials for excavation purposes,and
maintaining slopes in a safe manner during construction. The grades
classification and height recommendations presented for temporary slopes are
for consideration in preparing budget estimates and evaluating construction
procedures.
8.7.2 Temporary excavations should be constructed in accordance with CAL
OSHA requirements. As a minimum, temporary cut slopes should not be
steeper than 1'/2 to 1, horizontal to vertical, and flatter if possible. If
excavations cannot meet these criteria,the temporary excavations should be
shored.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 24
Fresno County, California
8.7.3 Shoring should be designed by an engineer with experience in designing
shoring systems and registered in the State of California. Moore Twining
should be provided with the shoring plan to assess whether the plan
incorporates the recommendations in the geotechnical report.
8.7.4 In no case should excavations extend below a 1.5H to IV zone below
existing utilities, foundations and/or floor slabs which are to remain after
construction.Excavations which are required to be advanced below the 1.5H
to IV envelope should be shored to support the soils,foundations, and slabs.
8.7.5 Excavation stability should be monitored by the Contractor. Slope gradient
estimates provided in this report do not relieve the Contractor of the
responsibility for excavation safety. In the event that tension cracks or
distress to the structure occurs, during or after excavation, the owners and
Moore Twining should be notified immediately and the Contractor should
take appropriate actions to prevent further damage or injury.
8.8 Corrosion Protection
8.8.1 Metal objects buried in the native soils should be protected in accordance
with the manufacturer's recommendations based on the "essentially non-
corrosive" corrosion potential of the soil. Metal objects buried in the
imported soils (if any) should be protected in accordance with the
manufacturer's recommendations based on the "essentially non-corrosive"
corrosion potential of the soil. The evaluation was limited to the effects of
soils to metal objects; corrosion due to other potential sources, such as stray
currents and groundwater, was not evaluated.
8.8.2 Based on Table 19.3.1.1 -Exposure categories and classes from Chapter 19
of ACI 318, the sulfate concentration from chemical testing of soil samples
falls in the SO classification(less than 0.10 percent by weight) for concrete.
Therefore, there are no restrictions required regarding the type, water-to-
cement ratio, and strength of the concrete used for foundation and slabs due
to the sulfate content.
8.8.3 These soil corrosion data should be provided to the manufacturers or
suppliers of materials that will be in contact with soils(pipes or ferrous metal
objects, etc.) to provide assistance in selecting the protection and materials
for the proposed products or materials. If the manufacturers or suppliers
cannot determine if materials are compatible with the soil corrosion
conditions, a professional consultant, i.e., a corrosion engineer, with
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 25
Fresno County, California
experience in corrosion protection should be consulted to design parameters.
Moore Twining is not a corrosion engineer; thus, cannot provide
recommendations for mitigation of corrosive soil conditions. It is
recommended that a corrosion engineer be consulted for the site specific
conditions.
9.0 DESIGN CONSULTATION
9.1 Moore Twining should be retained to review those portions of the contract drawings
and specifications that pertain to earthwork and foundations prior to finalization to
determine whether they are consistent with our recommendations. This service is not
a part of this current contractual agreement.
9.2 If Moore Twining is not retained for review, we assume no liability for the
misinterpretation of our conclusions and recommendations. This review should be
documented by a formal plan/specification review report.
10.0 CONSTRUCTION MONITORING
10.1 It is recommended that Moore Twining be retained to conduct the necessary
observation, field-testing services and provide results so that action necessary to
remedy indicated deficiencies can be taken in accordance with the plans and
specifications. Upon completion of the work, the geotechnical engineer should
provide a written summary of the observations, field testing and conclusions
regarding the conformance of the completed work to the intent of the plans and
specifications. This service is not, however, part of this current contractual
agreement.
10.2 The construction monitoring is an integral part of this investigation. This phase of
the work provides Moore Twining the opportunity to verify the subsurface conditions
interpolated from the test pits and make alternative recommendations if the
conditions differ from those anticipated.
10.3 If the Moore Twining is not retained to provide engineering observation and field
testing services during construction activities related to earthwork,foundations,and
trenches; then,Moore Twining will not be responsible for compliance of any aspect
of the construction with our recommendations or performance of the structure or
improvements if the recommendations of this report are not followed. We
recommend that if a firm other than Moore Twining is selected to conduct these
services that they provide evidence of sufficient professional liability insurance and
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 26
Fresno County, California
review this report. After their review, the firm should, in writing, state that they
understand and agree with the conclusions and recommendations of this report and
agree to conduct sufficient observations and testing to ensure the construction
complies with this report's recommendations. Moore Twining should be notified,in
writing,if another firm is selected to conduct observations and field-testing services
prior to construction.
11.0 NOTIFICATION AND LIMITATIONS
11.1 The conclusions and recommendations presented in this report are based on the
information provided regarding the proposed construction,and the results of the field
and laboratory investigation, combined with interpolation of the subsurface
conditions between test pit locations.
11.2 The nature and extent of subsurface variations between test pits may not become
evident until construction.
11.3 If variations or undesirable conditions are encountered during construction, Moore
Twining should be notified promptly so that these conditions can be reviewed and
the recommendations reconsidered where necessary. It should be noted that
unexpected conditions frequently require additional expenditures for proper
construction of the project.
11.4 If the proposed construction is relocated or redesigned, or if there is a substantial
lapse of time between the submission of our report and the start of work(more than
12 months) at the site, or if conditions have changed due to natural cause or
construction operations at or adjacent to the site, the conclusions and
recommendations contained in this report should be considered invalid unless the
changes are reviewed and our conclusions and recommendations modified or
approved in writing.
11.5 Changed site conditions,or relocation of proposed structures,may require additional
field and laboratory investigations to determine if our conclusions and
recommendations are applicable considering the changed conditions or time lapse.
11.6 The conclusions and recommendations contained in this report are valid only for the
project discussed in the Anticipated Construction section of this report. The use of
the information and recommendations contained in this report for the proposed
structure on this site not discussed herein or for structures on other sites not discussed
in the Site Description section is not recommended. The entity or entities that use or
cause to use this report or any portion thereof for another structure or site not covered
by this report shall hold Moore Twining, its officers and employees harmless from
any and all claims and provide Moore Twining's defense in the event of a claim.
Geotechnical Engineering Investigation A26362.01
Proposed Water Tank November 21, 2023
230 Feet Northwest of Flintridge and Cordwood Avenues Page 27
Fresno County, California
11.7 This report is issued with the understanding that it is the responsibility of the client
to transmit the information and recommendations of this report to developers,
owners, buyers, architects, engineers, designers, contractors, subcontractors, and
other parties having interest in the project so that the steps necessary to carry out
these recommendations in the design,construction and maintenance of the prof ect are
taken by the appropriate parry.
11.8 This report presents the results of a geotechnical engineering investigation only and
should not be construed as an environmental audit or study.
11.9 Our professional services were performed, our findings obtained, and our
recommendations prepared in accordance with generally-accepted engineering
principles and practices. This warranty is in lieu of all other warranties either
expressed or implied.
11.10 This investigation report should not be used in the preparation of a Storm Water
Pollution Prevention Plan (SWPPP). Use of this report or any data included in the
report in preparation of an SWPPP would be at the owner's sole risk.
11.11 Reliance on this report by a third party (i.e., that is not a parry to our written
agreement) is at the party's sole risk. If the project and/or site are purchased by
another parry,the purchaser must obtain written authorization and sign an agreement
with Moore Twining in order to rely upon the information provided in this report for
design or construction of the project.
We appreciate the opportunity to be of service to the County of Fresno. If you have any questions
regarding this report, or if we can be of further assistance, please contact us at your convenience.
Respectfully Submitted,
o�*G\NEER/plc
MOORE TWINING ASSOCIATES,INC. %00
Geotechnical Engineering Division
No. 2781 N
* EXP. 7-31-24
9TFOF CA��F��
Allen H. Harker, CEG
Certified Engineering Geologist O�)YoFESS/ov
V. AND�c� �yc
w 2810
Read L. Andersen, RGE * EXP/�
Manager sj �°rECH�`�'
A-1 A26362.01
APPENDIX A
DRAWINGS
Drawing No. 1 - Site Location Map
Drawing No. 2 - Test Pit Location Map
Drawing No. 3 - Pad and Fill Slope Grading Detail
! f 23
_ � _ /f
¢ , �g :f 17 f; +
c 4 _
Q
I
fdow
51 f
e
�9
f �r
r a c k' \
•, � fir. 1
,.n ■+
x. j (• -� I T�,� - 1 �t j
/ `-�J ��.y I �� I _�• �•NCI �__ y _
SOURCE: U.S.G.S. TOPOGRAPHIC MAP, 7 /2MINUTE SERIES I 2i o
HUNTINGTON LAKE, CALIFORNIA QUADRANGLE 1977, PHOTOREVISED 1982 APPROXIMATE SCALE
IN FEET
SITE LOCATION MAP FILE NO.: DATE: 17 A
PROPOSED WATER STORAGE TANK 26362-01-01 10/24/2023 MOORC TWINING
230 FEET NORTHWEST OF FLINTRIDGE AVENUE AND DRAWN BY: APPROVED BY:
CORDWOOD AVENUE
RM /PROJECT ASSOCIA TES, INC.
FRESNO COUNTY,CALIFORNIA
A26362. DRAWING NO.01 1 �
IRVEY MONUMENT
/ 24"CONNECTION PLATE
EXISTING TAN_K �.
WATER TOP OF NUTN. ;ago
TP-1 1
7P-2 l
7P-3
OVERFLOW LINE
PROPOSED
TANK WATER LINE
N
APPROXIMATE LOCATION OF TEST PIT 0 20
APPROXIMATE SCALE
IN FEET
TEST PIT LOCATION MAP FILE NO. DATE DRAWN:
PROPOSED WATER STORAGE TANK 26362-01-02 10/24/2023 MOORS TWINING
230 FEET NORTHWEST OF FLINTRIDGE AVENUE AND DRAWN BY: APPROVED BY:
CORDWOOD AVENUE RM / ASSOCIA TES, INC.
FRESNO COUNTY,CALIFORNIA PROJECT NO. DRAWING NO.
A26362.01 2
CONCEPTUAL GRADING DETAIL
FILL SLOPE AND TANK PAD AREA
NOT TO SCALE
PROPOSED TANK L
PROPOSED FILL SLOPE
(MAXIMUM2.5H:1V ----- --------
INCLINATION) � -/�' D -i
D
-
EXISTING - TEMPORARY CUT
SLOPE (NO STEEPER THAN 1.5HA V)
- TO REMOVE FILL SOILS OR
MINMUM OF 3 FEET,
-�'- WHICHEVER IS GREATER- CUT SLOPE
ENGINEERED
(MAXIMUM 2HAV INCLINATION)
1%MIN FILL
MINIMUM 10' TYPICAL BENCH
~KEYWAY WIDTH
DEPTH REQUIRED TO REMOVE EXISTING
FILL SOILS;OR MINIMUM DEPTH OF 3
FEET WHICHEVER IS GREATER
D= OVER-EXCAVATION FOR TANK TO REMOVE FILL
SOILS(ENCOUNTERED TO A DEPTH OF 7 FEET
BELOW SITE GRADE ON DOWNSLOPE SIDE OF
PAD AREA),AND TO AT LEAST 3 FEET BELOW THE
BOTTOM OF THE TANK AND FOUNDATIONS,
WHICHEVER IS GREATER.
L= 5 FEET MINIMUM
NOTE: TANK FOUNDATIONS SHOULD BE SETBACK FROM
TOP OF ADJACENT FILL SLOPE BY A HORIZONTAL
DISTANCE OF 8 FEET,OR THE MINIMUM
HORIZONTAL SLOPE SETBACK OF 1/3 THE SLOPE
HEIGHT IN ACCORDANCE WITH THE CALIFORNIA
BUILDING CODE,WHICHEVER IS MORE.ON THE
UPSLOPE SIDE OF THE PAD,A MINIMUM 5 FOOT
HORIZONTAL SEPARATION IS RECOMMENDED
BETWEEN THE TANK AT THE TOE OF THE
ANTICIPATED CUT SLOPE.
PAD AND FILL SLOPE GRADING DETAIL FILE NO. DATE DRAWN:
PROPOSED WATER TANK 26362-01-03 11/20/2023 MOORS TWINING
230 FEET NORTH OF FLINTRIDGE AND CORDWOOD AVENUE DRAWN BY: APPROVED BY:
FRESNO COUNTY,CALIFORNIA RM / ASSOCIATES, INC.
PROJECT NO. DRAWING NO.
A26362.01 3
B-1 A26362.01
APPENDIX B
LOGS OF TEST PITS
This appendix contains the final logs of test pits. These logs represent our interpretation of the
contents of the field logs and the results of the field and laboratory tests.
The logs and related information depict subsurface conditions only at these locations and at the
particular time designated on the logs. Soil conditions at other locations may differ from conditions
occurring at these test pit locations. Also, the passage of time may result in changes in the soil
conditions at these test pit locations.
In addition, an explanation of the abbreviations used in the preparation of the logs and a description
of the Unified Soil Classification System are provided at the end of Appendix B.
ORE TWINING
ASS0CIA Tf INC .
TEST PU LOG
Test Pit No.: TP-1
PROJECT PROJECT NO.
Proposed Shaver Lake CSA 1 Water Storage Tank A26362.01
CLIENT DATE
Fresno County October 4 2023
LO MEwest of Flintridge Avenue and Cordwood Avenue, Fresno County, ELEV.
California 7,428 feet
EXCAVATION METHOD LOGGER
Deere D50 Mini Excavator with 16-inch-wide Excavating Bucket A.H.
DEPTH TO -Water: N/E When checked: Caving: N/E
ELEVATION/ SOIL SYMBOLS
AND SAMPLERS COMMENTS
DEPTH GRAPHIC USCS DESCRIPTION
7428 0 FILL FILL -SILTY GRAVEL WITH SAND;moist,fine Surface probed 14-
grained sand,light brown,with roots typically up to 1- 17"with moderate
inch in diameter extending to 5.5 to 6 feet,with cobble force
and boulder size granitic rock fragments,easy to excavate
to 7 feet and easy to scrape side walls of pit to 5 feet(max From 0-24":
7426.5 1.5 depth entered) Moisture=6.4%
At 2 feet- 16"xl2"boulder and 12"x8"x6"boulder At 2 feet-Probed
about 18 inches
with moderate
force
7425 3
At 4 feet- 13"x10"x3"boulder
7423.5 4.5
At 5 feet-Sharp decrease in cobbles and boulders At 5 feet-Probed
12 to 13 inches
At 5.5 feet- 1-3/4" size root(roots extend to depths of wiht moderate
about 5.5 to 6 feet) force
7422 6 At 6 feet- 15"xl2"isolated boulder
From 5-6':
Moisture=6.5%
SM NATIVE- SILTY SAND;moist,fine grained,pale
7420.5 7.5 brown,no cobbles or boulders(competent soil,increase in
Notes: Test Pit TP-1 excavated about 6.5 feet southeast of existing water storage tank.
Moore Twining Associates, Inc.
ORE TWINING
ASS0CIA TI INC .
TEST Prr LOG
Test Pit No.: TP-1
PROJECT PROJECT NO.
Proposed Shaver Lake CSA 1 Water Storage Tank A26362.01
CLIENT DATE
Fresno County October 4 2023
LORAr Rest of Flintridge Avenue and Cordwood Avenue, Fresno County, ELEV.
California 7,428 feet
EXCAVATION METHOD LOGGER
Deere D50 Mini Excavator with 16-inch-wide Excavating Bucket A.H.
DEPTH TO -Water: N/E When checked: Caving: N/E
ELEVATION/ SOIL SYMBOLS
AND SAMPLERS COMMENTS
DEPTH GRAPHIC USCS DESCRIPTION
difficulty to excavate)
At 8.5 feet-SILTY SAND has appearance of
decomposed granite(DG)
7419 9
Bottom of Test Pit TP-1 at 10 feet
7417.5 10.5
7416 12
7414.5 13.5
7413 15
Notes: Test Pit TP-1 excavated about 6.5 feet southeast of existing water storage tank.
Moore Twining Associates, Inc.
ORE TWINING
ASS0CIA TI INC .
TEST PIT LOG
Test Pit No.: TP-2
PROJECT PROJECT NO.
Proposed Shaver Lake CSA 1 Water Storage Tank A26362.01
CLIENT DATE
Fresno County October 4 2023
LORAr Rest of Flintridge Avenue and Cordwood Avenue, Fresno County, ELEV.
California 7,428 feet
EXCAVATION METHOD LOGGER
Deere D50 Mini Excavator with 16-inch-wide Excavating Bucket A.H.
DEPTH TO -Water: N/E When checked: Caving: N/E
ELEVATION/ SOIL SYMBOLS
AND SAMPLERS COMMENTS
DEPTH GRAPHIC USCS DESCRIPTION
7428 0 SM NATIVE-SILTY SAND;moist,fine grained,dark Surface probes
brown/black,with roots and organics and burnt remnants very firm to a
from Creek Fire depth of 6 inches
At 0.5 feet-SILTY SAND;moist,fine grained,light
brown,no gravel,cobbles or boulders,extensive rootlets From 0.5-2.25':
and roots in upper 1 foot(mostly 1/4-inch in diameter,and Gravel=0.6%
7426.5 1.5 one root was 2 inches in diameter) Sand=68.1%
At 1-foot,With some iron-oxide staining;increase in -200=31.3%
difficulty to excavate,and soils are noted to be more firm LL=Non-viscous
when scraping the side walls PI=Non-plastic
At 1.75 feet-3/4-inch diameter root EI=2
Moisture=8.0%
7425 3 At 3 feet-SILTY SAND;moist,fine to medium grained, At 2.25 feet-
pale brown,has appearance of decomposed granite(DG), Probes firm to 12
competent soil inches
At 4 feet-bottom of scattered roots,iron-oxidation of From 4-4.5':
DG,increase in moisture content Sand=73.1%
7423.5 4.5 -200=26.9%
Moisture= 16.4%
At 4.5 feet-
Probed very firm,
could only probe 3
7422 6 Increase in moisture content of DG inches
From 7-7.5':
7420.5 7.5
Notes: Test Pit TP-2 excavated about 3 feet southeast and 10 feet southwest of southeast side of
existing water storage tank.
Moore Twining Associates, Inc.
ORE TWINING
ASS0CIA Tf INC .
TEST PIT LOG
Test Pit No.: TP-2
PROJECT PROJECT NO.
Proposed Shaver Lake CSA 1 Water Storage Tank A26362.01
CLIENT DATE
Fresno County October 4 2023
LO MEwest of Flintridge Avenue and Cordwood Avenue, Fresno County, ELEV.
California 7,428 feet
EXCAVATION METHOD LOGGER
Deere D50 Mini Excavator with 16-inch-wide Excavating Bucket A.H.
DEPTH TO -Water: N/E When checked: Caving: N/E
ELEVATION/ SOIL SYMBOLS
AND SAMPLERS COMMENTS
DEPTH GRAPHIC USCS DESCRIPTION
Moisture=26.4%
Slight decrease in moisture content of DG
From 8.25-8.5':
Bottom of Test Pit TP-2 at 8.5 feet Moisture= 19.2%
7419 9
7417.5 10.5
7416 12
7414.5 13.5
7413 15
Notes: Test Pit TP-2 excavated about 3 feet southeast and 10 feet southwest of southeast side of
existing water storage tank.
Moore Twining Associates, Inc.
ORE TWINING
ASS0CIA Tf INC .
TEST PIT LOG
Test Pit No.: TP-3
PROJECT PROJECT NO.
Proposed Shaver Lake CSA 1 Water Storage Tank A26362.01
CLIENT DATE
Fresno County October 4 2023
LO MEwest of Flintridge Avenue and Cordwood Avenue, Fresno County, ELEV.
California 7,426 feet
EXCAVATION METHOD LOGGER
Deere D50 Mini Excavator with 16-inch-wide Excavating Bucket A.H.
DEPTH TO -Water: N/E When checked: Caving: N/E
ELEVATION/ SOIL SYMBOLS
AND SAMPLERS COMMENTS
DEPTH GRAPHIC USCS DESCRIPTION
0 FILL FILL-SILTY GRAVEL WITH SAND; moist,fine Surface probed 9
grained sand, brown,with cobble and boulder size to 12 inches with
granitic rock fragments,one slab-like piece of granitic difficulty
7425 rock measured to be 18"x4",with rootlets and roots up to
1/2-inch extending to a depth of about 4 feet From 0-1.5':
1.5 pH=5.9
SR=70,000 ohm-
cm
Cl<0.0040%
SS<0.0040%
7423.5 FILL-SILTY SAND;moist,fine grained,light brown, Moisture=5.7%
trace gravel and cobble size granitic rock fragments(soil
3 on side wall is much firmer when scraping) t 1 foot-Probed
At 3 feet-Isolated slab-like granitic boulder from about 3 firm(about 14 to
to 4 feet(18"xl4"x2") 18 inches)with
difficulty
7422 At 4 feet,decrease in roots,scattered roots from 4 to 6 From 2.5-3':
Moisture= 5.4%
feet 4.5 t 4 feet-Probed
very firm(about 7
to 12 inches with
much difficulty)
7420.5
6
7419 SM
At 7 Feet-NATIVE-SILTY SAND;moist,fine grained, At 7 feet:
7.5
Notes: Test Pit TP-3 excavated about 23 feet southwest of northwest side of existing water storage
tank.
Moore Twining Associates, Inc.
ORE TWINING
ASS0CIA Tf INC .
TEST PIT LOG
Test Pit No.: TP-3
PROJECT PROJECT NO.
Proposed Shaver Lake CSA 1 Water Storage Tank A26362.01
CLIENT DATE
Fresno County October 4 2023
LO MEwest of Flintridge Avenue and Cordwood Avenue, Fresno County, ELEV.
California 7,426 feet
EXCAVATION METHOD LOGGER
Deere D50 Mini Excavator with 16-inch-wide Excavating Bucket A.H.
DEPTH TO -Water: N/E When checked: Caving: N/E
ELEVATION/ SOIL SYMBOLS
AND SAMPLERS COMMENTS
DEPTH GRAPHIC USCS DESCRIPTION
pale brown,has appearance of decomposed granite(DG); Sand=74.8%
increase in difficulty to excavate,competent soil -200=25.2%
Moisture=9.0%
7417.5
9 Increase in difficulty to excavate
7416 Bottom of Test Pit TP-3 at 9.75 feet
10.5
7414.5
12
7413
13.5
7411.5
15
Notes: Test Pit TP-3 excavated about 23 feet southwest of northwest side of existing water storage
tank.
Moore Twining Associates, Inc.
KEY TO SYMBOLS
Symbol Description
Strata symbols
IN Fill
EM Silty Sand
Misc. Symbols
-1\\F- Boring continues
Soil Samplers
11 Bulk/Grab sample
Notes :
1 . Exploratory test pits were excavated on 10/4/23 using a Deere D50 mini-
excavator with rubber tracks and equipped with a 16-inch-wide excavating
bucket.
2 . Groundwater was not encountered in any of the test pits .
3 . Test pit locations were measured or paced from existing water storage tank.
4 . These logs are subject to the limitations, conclusions, and recommendations
in this report.
5 . Results of tests conducted on samples recovered are reported on the logs .
LL = Liquid Limit (%)
PI = Plasticity Index (%)
EI = Expansion Index
Gravel = Percent retained on No. 4 sieve (%)
Sand = Percent passing 3-inch & and retained on No. 200 sieve (%)
-200 = Percent passing the No. 200 sieve (%)
pH = Soil pH
SR = Soil resistivity (ohms-cm)
SS = Soluble sulfates (%)
Cl = Soluble chlorides (%)
N/A = Not applicable
WE = Not encountered
C-1 A26362.01
APPENDIX C
RESULTS OF LABORATORY TESTS
This appendix contains the individual results of the following tests. The results of the moisture
content and dry density tests are included on the test pit logs in Appendix B. These data,along with
the field observations, were used to prepare the final test pit logs in Appendix B.
These Included: To Determine:
Moisture Content Moisture contents representative of field conditions
(ASTM D2216) at the time the sample was taken.
Grain-Size Size and distribution of soil particles,i.e.,clay,silt,
Distribution sand, and gravel.
(ASTM D422)
Atterberg Limits Determines the moisture content where the soil
(ASTM D4318) behaves as a viscous material (liquid limit) and
the moisture content at which the soil reaches a
plastic state
Expansion Index Swell potential of soil with increases in moisture
(ASTM D4829) content.
Moisture-Density The optimum (best) moisture content for compacting
Relationship soil and the maximum dry unit weight (density) for a
(ASTM D1557) given compactive effort.
Sulfate Content Percentage of water-soluble sulfate as(SO4)in soil
(Cal Test 417) samples. Used as an indication of the relative
degree of sulfate attack on concrete and for
selecting the cement type.
Chloride Content Percentage of soluble chloride in soil. Used to
(Cal Test 422) evaluate the potential attack on encased reinforcing
steel.
Resistivity The potential of the soil to corrode metal.
(ASTM G187)
pH (Cal Test 643) The acidity or alkalinity of subgrade material.
Particle Size Distribution Report
100
90
80
70
W 60
Z
LL
Z 50
W
U
W 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.6 0.5 26.1 41.5 31.3
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silty sand
3/4 in. 100.0
1/2 in. 99.6
3/8 in. 99.6
#4 99.4 Atterberg Limits
#8 99.1 PL= NP LL= NV P1= NP
#16 96.1
#30 83.1 Coefficients
#50 61.9 D 0.645 D 0.281 D 0.193
#100 44.3 85= 60= 50=
#200 31.3 D30= D15= D10=
CU= Cc=
Classification
USCS= SM AASHTO=
Remarks
(no specification provided)
Sample No.: TP-2 Source of Sample: Date: 10/3/23
Location: Elev./Depth: 0.5-2.25'
Client: Fresno County
Moore Twining Associates, Inc. Project: Proposed CSA 1 Water Storage Tank
Fresno, CA
Project No: A26362.01 Figure
Particle Size Distribution Report
100
90
80
70
W 60
Z
LL
Z 50
W
U
LU 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.0 0.7 30.5 41.9 26.9
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silty sand
#4 100.0
#8 99.6
#16 95.4
#30 80.1 Atterberg Limits
#50 57.1 PL= LL= P1=
#100 39.3
#200 26.9 Coefficients
D85= 0.711 D60= 0.328 D50= 0.235
D30= 0.0904 D 15= D 10=
CU= Cc=
Classification
USCS= SM AASHTO=
Remarks
(no specification provided)
Sample No.: TP-2 Source of Sample: Date: 10/3/23
Location: Elev./Depth: 4-4.5'
Client: Fresno County
Moore Twining Associates, Inc. Project: Proposed CSA 1 Water Storage Tank
Fresno, CA
Project No: A26362.01 Figure
Particle Size Distribution Report
100
90
80
70
W 60
Z
LL
Z 50
W
U
LU 40
D_
30
20
10
0
500 100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm
%COBBLES %GRAVEL %SAND %FINES
CRS. FINE CRS. MEDIUM FINE SILT CLAY
0.0 0.0 0.0 1.8 34.1 38.9 25.2
SIEVE PERCENT SPEC.* PASS? Material Description
SIZE FINER PERCENT (X=NO) Silty sand
#4 100.0
#8 99.6
#16 91.4
#30 74.3 Atterberg Limits
#50 54.1 PL= LL= P1=
#100 37.5
#200 25.2 Coefficients
D85= 0.883 D60= 0.370 D50= 0.257
D30= 0.1000 D 15= D 10=
CU= Cc=
Classification
USCS= SM AASHTO=
Remarks
(no specification provided)
Sample No.: TP-3 Source of Sample: Date: 10/3/23
Location: Elev./Depth: 7'
Client: Fresno County
Moore Twining Associates, Inc. Project: Proposed CSA 1 Water Storage Tank
Fresno, CA
Project No: A26362.01 Figure
LIQUID AND PLASTIC LIMITS TEST REPORT
60
Dashed line indicates the approximate 7
upper limit boundary for natural soils
50 — Y
40 —
X
W
30 —
IL
20 —
10 -
7 ----
4 ML or OL MH or OH
10 30 50 70 90 110
LIQUID LIMIT
F- MATERIAL DESCRIPTION LL PL PI %<#40 %<#200 uscs
• Silty sand NV NP NP 72.8 31.3 Sm
Project No. A26362.01 Client: Fresno County Remarks:
Project: Proposed CSA I Water Storage Tank
•Source: Sample No.: TP-2 Elev./Depth: 0.5-2.25'
Moore Twining Associates, Inc.
Fresno, CA Figure
OORE TWINING
A SS0C / A TES, I N
EXPANSION INDEX TEST, ASTM D4829
MTA PROJECT NAME: Proposed CSA 1 Water REPORT DATE: 10/17/2023
Storage Tank TEST DATE: 10/5/2023
MTA PROJECT NO.: A26362.01
SAMPLE I.D.: TP-2 @ 0.5-2.25-
SAMPLED BY: AH
SAMPLE DATE: 10/3/2023 TESTED BY: BP
MATERIALS DESCRIPTION: Silty sand
% PASSING#4 SIEVE 100
Initial Moisture Determination: Final Moisture Determination:
Pan + Wet Soil Wt., gm 250.0 Wet Soil Wt., Ibs 0.9184
Pan + Dry Soil Wt., gm 223.5 Dry Soil Wt., Ibs 0.7612
Pan Wt., gm 0.0
Initial % Moisture Content 11.9 Final % Moisture Content 20.7
Initial Expansion Data: Final Expansion Data:
Ring + Sample Wt., Ibs 0.8514 Ring + Sample Wt., Ibs 0.9184
Ring Wt., Ibs 0.0000 Ring Wt., Ibs 0.0000
Remolded Wt., Ibs 0.8514 Remolded Wt., Ibs 0.9184
Remolded Wet Density, pcf 117.1 Remolded Wet Density, pcf 126.0
Remolded Dry Density, pcf 104.7 Remolded Dry Density, pcf 104.4
Expansion Data: Initial Volume Final Volume
0.00727222 0.007287
Initial Gage Reading, in: 0.0226
Final Gage Reading, in: 0.0247
Expansion, in: 0.0021
Expansion Index 2 Comments: Very Low Expansion Potential
Classification of Expansive Soils. (Table No.1 From ASTM D4829)
Expansion Index Potential Expansion
0-20 Very Low
21-50 Low
51-90 Medium
91-130 High
>130 Very High
PH:559.268.7021
www.mooretwining.com
COMPACTION TEST REPORT
115
113
000,
111
U
Q
C
N
109
107
105
9 11 13 15 17 19 21
Water content, %
Test specification: ASTM D 1557-12 Method A Modified
Elev/ Classification Nat. %> %<
Depth USCS AASHTO Moist. Sp.G. LL PI No.4 No.200
0.5-2.25' S M NV N P 0.6 31.3
TEST RESULTS MATERIAL DESCRIPTION
Maximum dry density= 112.9 pcf Silty sand
Optimum moisture= 14.4 %
Project No. A26362.01 Client: Fresno County Remarks:
Project: Proposed CSA 1 Water Storage Tank
• Source: Sample No.: TP-2 Elev./Depth: 0.5-2.25'
Moore Twining Associates, Inc.
Fresno, CA Figure
2527 Fresno Street
AW
OORE TWINING Fresno, CA 93721
, -7 k, ._. , 1, , L- 01 , ,V (559) 268-7021 Phone
California ELAP Certificate #1371 (559) 268-0740 Fax
October 23, 2023
Work Order#: JJ12001
Allen Harker
MTA Geotechnical Division
2527 Fresno Street
Fresno, CA 93721
RE: Proposed Shaver Lake CSA1 Water Storage Tank
Enclosed are the analytical results for samples received by our laboratory on 10/12/23 For your
reference, these analyses have been assigned laboratory work order number JJ12001.
All analyses have been performed according to our laboratory's quality assurance program. All
results are intended to be considered in their entirety, Moore Twining Associates, Inc. (MTA) is
not responsible for use of less than complete reports. Results apply only to samples analyzed.
If you have any questions, please feel free to contact us at the number listed above.
Sincerely,
Moore Twining Associates, Inc.
Ca'�
Lauren Cox
Client Services Representative
MO TWINING TWINING 2527 Fresno Street
Fresno,CA 93721
(559)268-7021 Phone
California ELAP Certificate#1371 (559)268-0740 Fax
MTA Geotechnical Division Project: Proposed Shaver Lake CSA1 Water Storage Tank
Reported:
2527 Fresno Street Project Number: A26362.01
10/23/2023
Fresno CA,93721 Project Manager: Allen Harker
Analytical Report for the Following Samples
Sample ID Notes Laboratory ID Matrix Date Sampled Date Received
TP-3 @ 0-1.5' JJ12001-01 Soil 10/12/23 08:21 10/12/23 08:33
Moore Twining Associates, Inc. The results in this report apply to the samples analyzed in accordance with the
Danielle Abrames, Director of Analytical Chemistry chain of custody document. This analytical report must be reproduced in its
entirety.
Page 2 of 5
MO TWINING TWINING 2527 Fresno Street
Fresno,CA 93721
(559)268-7021 Phone
California ELAP Certificate#1371 (559)268-0740 Fax
MTA Geotechnical Division Project: Proposed Shaver Lake CSA1 Water Storage Tank
Reported:
2527 Fresno Street Project Number: A26362.01
10/23/2023
Fresno CA,93721 Project Manager: Allen Harker
TP-3 @ 0-1.5'
JJ12001-01 (Soil)
Analyte Result Reporting Units Batch Prepared Analyzed Method Flag
Limit
Inorganics
Chloride ND 0.0040 %by Weight [CALC] 10/23/23 10/23/23 [CALC]
Chloride ND 40 mg/kg B3J2020 10/20/23 10/23/23 Cal Test 422
pH 5.9 0.10 pH Units 133J2020 10/20/23 10/23/23 Cal Test 643
Sulfate as SO4 ND 0.0040 %by Weight [CALC] 10/23/23 10/23/23 [CALC]
Sulfate as SO4 ND 40 mg/kg B3J2020 10/20/23 10/23/23 Cal Test 417
Notes and Definitions
PREP Modified preparation by pulverizing sample to pass#40 sieve and soaked for a minimum of 12 hours using a minimum dilution ratio of 1:10
ND Analyte NOT DETECTED at or above the reporting limit
mg/kg milligrams per kilogram(parts per million concentration units)
Moore Twining Associates, Inc. The results in this report apply to the samples analyzed in accordance with the
Danielle Abrames, Director of Analytical Chemistry chain of custody document. This analytical report must be reproduced in its
entirety.
Page 3 of 5
i OORE TWINING
A SS0C / A TES, I N
Project Name: Proposed CSA 1 Water Report Date: 10/17/2023
Storage Tank Sample Date: 10/3/2023
Project Number: A26362.01
Sampled By: AH
Subject: Minimum Resistivity, ASTM G187 Tested By: RS
Material Description: Silty gravel with sand Test Date: 10/5/2023
Location: TP-3 @ 0-1.5-
Laboratory Test Results, Minimum Resistivity-ASTM G187
Total Water Added, mis Resistivity, Ohm-cm
100 mis 310,000
125 mis 290,000
150 mis 240,000
175 mis 200,000
200 mis 93,000
225 mis 90,000
250 mis 88,000
275 mis 85,000
300 mis 80,000
325 mis 76,000
350 mis 74,000
375 mis 70,000
400 mis 71,000
Remarks: Min. Resistivity is 70,000 Ohm-cm
PH:559.268.7021
www.mooretwining.com
eOORE TWINING
SSOC / A
October 11, 2024 A26362.01
Mr. Sebastian Artal, PE
County of Fresno Department of Public Works
2220 Tulare Street
Fresno, California 93721
Subject: Addendum No. 1 to Geotechnical Engineering Investigation Report
PWP23-039: CSA 1 Water Storage Tank
About 230 Feet Northwest of the Intersection of
Flintridge Avenue and Cordwood Avenue
Shaver Lake Area of Fresno County, California
Reference: Geotechnical Engineering Investigation, PWP23-039: CSA 1 Water Storage Tank,
About 230 Feet Northwest of the Intersection of Flintridge Avenue and Cordwood
Avenue, Shaver Lake Area of Fresno County, California, prepared by Moore
Twining Associates, Inc., dated November 21, 2023, Moore Twining Project No.
A26362.01
Dear Mr. Artal:
We are pleased to submit this addendum to our referenced November 21, 2023 Geotechnical
Engineering Investigation report regarding the proposed CSA 1 water storage tank to be located
northwest of the intersection of Flintridge Avenue and Cordwood Avenue in the Shaver Lake area
of Fresno County, California.
BACKGROUND
This addendum has been prepared based on dour discussions and the revised tank location shown
on plan sheet CD-7 Construction Details for the proposed CSA 1 - Tamarack Water Infrastructure
Replacement Project,prepared by Fresno County Department of Public Works and Planning,dated
September 19, 2024. At the time of our referenced November 21, 2023 Geotechnical Engineering
Investigation report, the new water storage tank was planned to be constructed southwest of the
existing water storage tank. However, based on our review of sheet CD-7 Construction Details, it
is our understanding the new water storage tank will be placed at the location of the existing water
storage tank. The footprint of the new water storage tank will extend about 11/2 feet outside of the
existing tank footprint. The approximate limits of the proposed water tank is shown on the attached
Drawing No. 1. The referenced plan sheets also indicate that the new storage tank will have a similar
diameter(about 12 to 13 feet) as the existing water storage tank.
PH:559.268.7021
www.mooretwining.com
Addendum No. 1 to Geotechnical Engineering Investigation A26362.01
Proposed Water Storage Tank October 11, 2024
230 Feet Northwest of Flintridge and Cordwood Avenues Page 2
Fresno County, California
Due to constraints from the limited extent of the existing easement and costs of construction, it is
our understanding that the County of Fresno Department of Public Works is wanting to reduce the
amount of site preparation for the proposed water storage tank and will accept a higher potential for
differential settlement for the replacement tank. Field measurements by the County of Fresno in
August 2024 indicate the existing water tank has a differential tilt of about 6 inches across the
diameter of the tank.
REVISED RECOMMENDATIONS
Based on the revised planned location of the new tank, Section 8.4.4 of our referenced November
21, 2023 Geotechnical Engineering Investigation report is revised as follows:
8.4.4R Following stripping and removal of existing surface and subsurface improvements,
the area of the proposed water tank should be over-excavated to at least 5 feet below
preconstruction site grades, and to at least 3 feet below the bottom of the tank and
foundations,whichever is greater. Note that existing fill soils may remain below the
tank area with this approach, which will result in a higher potential for differential
settlement. If this is not acceptable, the excavation should be extended to a greater
depth as required to expose undisturbed native soils. The horizontal extent of the
over-excavation for the tank pad should include the entire footprint of the water tank,
a minimum of 3 feet horizontally beyond the upslope side of the tank, and a
minimum of 5 feet beyond the outer edge of the tank foundations in all other areas,
or to the edge of the easement, whichever comes first.
Upon approval of the bottom of the over-excavation by Moore Twining to confirm
the limits of the over-excavation have been achieved based on the Contractor's
survey data (see section 8.4.6 of our referenced November 21, 2023 Geotechnical
Engineering Investigation report), the exposed bottom of the excavation should be
scarified to a minimum of 8 inches, moisture conditioned and compacted as
engineered fill to a stable condition,prior to placement and compaction of engineered
fill to finished subgrade.
Since it is anticipated that not all of the fill soils will be removed based on the revised site
preparation recommendation noted above in Section 8.4.4R, there will be a higher potential for
settlement of the tank. Thus, section 8.6.4 of our referenced November 21, 2023 Geotechnical
Engineering Investigation report is revised as follows:
Addendum No. 1 to Geotechnical Engineering Investigation A26362.01
Proposed Water Storage Tank October 11, 2024
230 Feet Northwest of Flintridge and Cordwood Avenues Page 3
Fresno County, California
8.6.4R The water tank foundation and associated piping connections should be designed and
reinforced for the anticipated settlements. The new water tank was assumed to apply
a soil bearing pressure of up to 2,000 to 2,500 pounds per square foot below the
footprint of the tank. Based on this maximum applied ground pressure below the
footprint of the tank and considering the tilt of the existing tank,a structural engineer
experienced in design of similar structures should recommend the thickness, design
details and concrete specifications for the water tank foundation considering different
potential settlement profiles since old fill may remain below the tank: a differential
static settlement ranging from 1 to 2 inches between the center and the edge of the
tank; as well as a differential tilt scenario across the tank of about 21/2 inches.
The following recommendations were prepared for consideration of retaining walls planned
on the upslope side of the water tank in areas of native soils. The following recommendations
are not intended for use in design of retaining walls in fill areas, such as the downslope side
of the water tank.
The subgrade soils below retaining wall foundations should be prepared by scarification to a
minimum of 8 inches, moisture conditioning and compaction as engineered fill and to achieve a
stable condition.
Retaining wall backfill may consist of onsite silty sand soils. Alternatively, wall backfill material
may consist of imported,poorly graded sand or silty sand soils meeting the following requirements:
Percent Passing 3-Inch Sieve t00
Percent Passing No. 4 Sieve 85 - 100
Percent Passing No. 200 Sieve 5 - 20
Plasticity Index Less than 5
Retaining wall backfill should be compacted as engineered fill in accordance with Section 8.5 of the
referenced November 21, 2023 report.
Footings for the subject retaining walls supported on subgrade soils prepared as recommended in this
report may be designed for a maximum net allowable soil bearing pressure of 2,000 pounds per
square foot for dead-plus-live loads. This value may be increased by one-third for short duration
wind or seismic loads. Footings should be separated a sufficient distance from the water tank
foundations to prevent surcharge loading.
Addendum No. 1 to Geotechnical Engineering Investigation A26362.01
Proposed Water Storage Tank October 11, 2024
230 Feet Northwest of Flintridge and Cordwood Avenues Page 4
Fresno County, California
Shallow foundations for the retaining walls should extend a minimum of 1.5 feet below the finished
grade at the base of the wall(assumes approximately level ground conditions extending at least 10
feet out away the base of the wall). In the event that the ground surface slopes more than 10 feet
horizontal to 1 foot vertical at the base of the wall, Moore Twining should be contacted to provide
additional recommendations.
The allowable passive resistance of the soils for shallow retaining wall foundations design may be
assumed to be equal to the pressure developed by a fluid with a density of 300 pounds per cubic foot.
The upper 12 inches of subgrade soils should be neglected in determining the total passive resistance.
The passive earth pressure may be increased 1/3 when considering temporary loading such as wind
or seismic forces.
Site retaining walls should be constructed with a subdrain system including perforated drain pipes
surrounded by at least 1 cubic foot (per lineal foot) of Caltrans Class 2 permeable material placed
behind the wall. The Class 2 permeable material should be compacted to a minimum of 92 percent
relative compaction in accordance with ASTM D1557. As an alternative to the Class 2 permeable
material,3/4 inch crushed rock backfill fully encapsulated in Mirafi 140 N filter fabric,or equivalent,
may be used around the perforated pipe. If open graded materials such as crushed rock are used as
drain material, these materials should be fully encased in filter fabric and compacted to a non-
yielding condition under the observation of Moore Twining. These materials, if used, should be
placed in maximum lifts of 6 inches and compacted using vibratory equipment.Drainage should be
directed to pipes which gravity drain to an acceptable outlet. The drainage system should be
designed by the wall designer and detailed on the plans.
A minimum of twelve (12) inches of onsite soils should be placed above the permeable drainage
material to reduce the potential for surface water infiltration behind the wall, and the upslope side
of the wall should incorporate a drainage system such as a lined swale at the top of the retaining wall
to convey surface water away from the wall.
Where the ground surface above the wall slopes towards the wall,drainage facilities such as swales,
etc. should be designed to collect surface runoff from behind the wall to reduce infiltration and
wetting of the soils behind the wall. Runoff should be collected and discharged in a non-erosive
manner.
The at-rest pressure should be used in determining the lateral earth pressures against walls which are
not free to deflect. For walls which are free to deflect at least one percent of the wall height at the
top, the active earth pressure may be used. The wall designer should apply the appropriate
surcharges to the wall for design.
Addendum No. 1 to Geotechnical Engineering Investigation A26362.01
Proposed Water Storage Tank October 11, 2024
230 Feet Northwest of Flintridge and Cordwood Avenues Page 5
Fresno County, California
For retaining walls with level backfill,and drained backfill conditions,backfill earth pressures may
be assumed to be equal to the pressures developed by fluid with densities of 42 and 62 pounds per
cubic foot for active and at-rest pressures, respectively(level backfill), while retaining walls with
backfill sloped at up to 2H:1 V repose, backfill earth pressures may be assumed to be equal to the
pressure developed by fluid densities of 65 and 78 pounds per cubic foot for active and at-rest
pressures, respectively (2H:1 V backfill). These values do not include seismic earth pressures or
hydrostatic conditions.
The bottom surface area of concrete footings in direct contact with engineered fill can be used to
resist lateral loads. An allowable coefficient of friction of 0.35 can be used for design.
CLOSING
This addendum supplements and revises some of the recommendations of the referenced November
21, 2023 Geotechnical Engineering Investigation report and the recommendations, except as
amended, remain valid for the project. Our professional services were performed, our findings
obtained, and our recommendations prepared in accordance with generally-accepted engineering
principles and practices. This warranty is in lieu of all other warranties either expressed or implied.
We appreciate the opportunity to be of service to the County of Fresno Department of Public Works.
If you have any questions regarding this addendum letter,or if we can be of further assistance,please
contact us at your convenience.
Sincerely,
MOORE TWINING ASSOCIATES,INC.
Geotechnical Engineering Division
DRAFT
Allen H. Harker, CEG
Certified Engineering Geologist
DRAFT
Read Andersen, RGE
Division Manager
Attachment: Drawing No. 1
1
EXISTING TANK - PROPOSED TANK
1,
19
l
3
14
,
4 ,
9
TP 1
TP-2
1 �cEx[M
E%51WG
t
TP-3
N
APPROXIMATE LOCATION OF TEST PIT 0 10
APPROXIMATE SCALE
IN FEET
TEST PIT LOCATION MAP FILE NO. DATE DRAWN:
PROPOSED WATER STORAGE TANK 26362-01-02 10/11/2024 MOORS TWINING
230 FEET NORTHWEST OF FLINTRIDGE AVENUE AND DRAWN BY: APPROVED BY:
CORDWOOD AVENUE RM / ASSOCIATES, INC.
FRESNO COUNTY,CALIFORNIA PROJECT NO. DRAWING NO.
A26362.01 1
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
PROPOSAL TO THE COUNTY OF FRESNO
hereinafter called the Owner
CSA 1 TAMARACK WATER INFRASTRUCTURE
REPLACEMENT
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 work to be done is shown on a set of Plans, Department File No. 11334, entitled: "CSA 1
—TAMARACK WATER INFRASTRUCTURE REPLACEMENT PROJECT'.
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 24-15-C
Fresno County Department of Public Works and Planning
Bid Item List - Proposal 2
Contract#
24-15-C
Contract Name
CSA 1 Tamarack Water Infrastructure Replacement
Base Items
Item ID Quantity Unit Unit Price Total
Description
1 20,000 $ $1.00 $20,000.00
Supplemental Work
Mobilization
3 1 LS $ L J �I $ ►��
Traffic Control
4 1 LS Fs is j ; bJ
Prepare& Implement Water Pollution Control Plan
5 1 EA 7$ UZ 0 is 2 L7
Construction Project Funding Sign
6 1 LS $5t� �;�00
Job Site Management
7 1 LS F$ C
Finish Project Site
8 1 LS F$ T)
Clearing and Grubbing (Except New Tank Site)
9 1,000 LF $ 1 Is 1 Z ) Ovo
Trench Rock Excavation less than 2'
10 1,000 LF rs-9 -L • .1 ( $ �l 7r ; 5 1 v
Trench Rock Excavation more than 2'
Bid Item List 10/22/2024
24-15-C Page 1 of 5
Item ID Quantity Unit Unit Price Total
Description
11 4 EA Is
4 i 0 1 Is
Remove Fire Hydrant
12 15 EA $ So Cy
Remove Water Valve Boxes
13 1 EA $ 7 G 9
Remove PRV Valve and Box
14 42 EA
Water Service Lateral Abandonment
15 200 LF
2"SDR 11 HDPE Pipe
16 55 LF Is i Z $ (, I ( J
3" SDR 11 HDPE Pipe
17 2,115 LF Is
6"SDR 11 HDPE Pipe
18 540 LF Is 6 •. � $ � ��;
2"SDR 11 &6"SDR 11 HDPE Pipe (Same Trench)
19 117 LF $ $ Ij � I IS
3"SDR 11 &6" SDR 11 HDPE Pipe(Same Trench)
20 3 EA Is J Is 1 1 Q
2" Gate Valve Assembly
21 3 EA Is '� , j 94 isb ,
3" Gate Valve Assembly
22 12 EA is a'Z�,U $ 5 (r 4 Q o
6" Gate Valve Assembly
23 1 EA $ Is
6" Blind Flange
Bid Item List 10/22/2024
24-15-C Page 2 of 5
Item ID Quantity Unit Unit Price Total
Description
24 2 EA $ 46 Is z z ) J y
4" Pressure Reducing Valve w/ 1" Bypass PRV
25 2 EA Is C 7 ) Is C
Pressure Reducing Valve Vault
26 5 EA $
Fire Hydrant Assembly and Lateral
27 4 EA Is 1 15 $ 43 S2—
Bacteriological Sampling Station Assembly
28 1 EA Is
Air Release Valve Assembly
29 38 EA $ .� $ Z,0 I� �C)
1"Water Service Connection W/Meter& Box
30 1 EA
2"Water Service Connection W/Meter& Box&2" PRV in Box
31 3 EA
1"Water Service Connection W/Meter& Box(APN 113-211-08, 113-211-09, 113-211-10)
32 3 EA F$ Z III`d ,l I $ ) j j5
1"Service Connection W/Meter Box @ Empty Lots
33 14 EA Is Z N-0
Service Lateral 1" Pressure Reducing Valve& Box
34 12 EA Is 4 ) l o o Is i oc)
Temporary Water Line Relocation (Detail 7/CD-2)
35 2 EA Is 1 I uo $ I� ; UC)
Service Sewer Bypass (Detail 6/CD-2)
36 248 TONS $ Is ,
Permanent Trench Repair HMA ) 3 A C,
Bid Item List 10/22/2024
24-15-C Page 3 of 5
Item ID Quantity Unit Unit Price Total
Description
37
40 CY $ 7
Cement Slurry Backfill
38 1 LS $ t $
Miscellaneous Water System Operations 1 i S 0 )` 5 0 P 6
39 1 LS is 0b`I011___1 Fs ` x joo
Start-Up and Testing
Base Bid Items Total (Items 1 through 39): $ 3
Additive 1
r
ID Quantity Unit Unit Price Total
Description
40
1 LS Is $•i ,
Clearing and Grubbing (New Tank Site) �j�-)Day ` j0 o U
41 21 LF Is -I `i G E I I$
Construct Retaining Wall
42 1 LS Is 3 Cl 7 I el Is j -S 7 S
Demolish and Haul Off Existing Water Storage Tank
Is
Water Storage Tank Foundation 'S J�
44 1 LS $ 4 -7 � � �� $
Water Storage Tank Foundation Pad Preparation
Furnish and Install Water Storage Tank
46 1 LS Is 1 - �� 0i< $ 2Ci 0
Furnish and Install Overflow Line z GG
47 40 LF Is zc, 40
8" Dia. Fiber Roll (Straw Wattles)
Bid Item List 10/22/2024
24-15-C Page 4 of 5
Item ID Quantity Unit Unit Price Total
Description
48 300 SF $ $ j 00
Rolled Erosion Control Product(Erosion Control Blanket Type B)
49 400 SF Is . �„� $ 40
Hydroseed
50 10 CY $
Rock Excavation (Existing Tank Site)
Additive Bid Items Total (Items 40 through 50): Is
Additive 2
Item ID Quantity Unit Unit Price Total
Description
51 704 TON Is k oI E1 $ t I 12(4
112"Type A HMA(0.15'Overlay)
52 5 EA0
Adjust Sewer Manhole Lid to Grade
53 30 CY Is $ Z��4
Shoulder Backing- Final Pay Item
54 450 SY Fs :�L U $
Cold Plane (Driveways &Transition to Road)
55 313 SY J$ � ; ( $ - � �
Place HMA Misc Areas V C,
56 5,000 $ $1.00 $5,000.00
Supplemental Work(Payment adjustments for price index fluctuations)
Additive Bid Items Total (Items 51 through 56): $ �,U g 0
Total Bid (Base Bid Items +Additive Items) Items 1 through 56: Is-2 Zct o_
Bid Item List 10/22/2024
24-15-C Page 5 of 5
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 24-15-C
BID SECURITY AND SIGNATURE
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:
Bidder Signature
Business Name DG CONSTRUCTION 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 DYLAN GANDY - PRESIDENT
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 DYLAN GANDY, PRES/SEC/TREAS SIERRA GANDY CONTROLLER
Note: List majority owners of your firm. If multiple owners, list all. Also include anyone, including
key employees, who are actively promoting the contract. (SB1439)
Licensed in accordance with an act providing for the registration of Contractors:
Class A Contractor License No. 10 9 2 9 0 9 Expires 0 6/3 0/2 0 2 6
DIR Registration Number 1000948450
Business Address: 2167 SHAW AVE STE 115 # 2092 CLOVIS CA. 93611
Zip Code
Mailing Address: 2167 SHAW AVE STE 115 # 2092 CLOVIS CA. 93611
Zip Code
Business Phone: ( 559 )712-0072 Fax Number: ( ) .SAME
Email Address DYLAN@DGCINC . ORG
Signature of Bidder: ,4� Dated: 11/21/2024
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 24-15-C
To the County of Fresno:
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID*
The undersigned declares:
am the PRESIDENT of
(Owner, Partner, Corporate Officer (list title), Co-Venturer)
DG CONSTRUCTION INC . the party making the
foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine and not collusive or
sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived,
or agreed with any bidder or anyone else to put in a sham bid, or 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 and that this declaration is executed on
11/21/2024 at CLOVIS CALIFORNIA
[date],
[city] [state]
.'a4'`'
[Signature]
(See Title 23 United 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 24-15-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 24-15-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 24-15-C
BIDDER: DG CONSTRUCTION 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. 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 NON-
RESPONSIVE, OR MAY RESULT IN ASSESSMENT OF A PENALTY AGAINST THE
BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA PUBLIC
CONTRACT CODE.
SUBCONTRACTOR: THOMPSON TANK
Business Address: PO BOX 5788 BAKERSFIELD CA 93388
Class A License No. 995838 DIR Registration No. 1000009297
Item No. or Description of Work: TANK FAB, ERECT
Dollar Amount OR Percentage of Total Bid 6 . 3 9
Email Address. ESTIMATING@THOMPSONTANK. COM
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 24-15-C
TITLE 13, CALIFORNIA CODE OF REGULATIONS § 2449(l) 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/resources/fact-sheets/fact-sheet-contractinq-requirements
Choose all that apply:
M Bidder's Certificate of Reported Compliance has been attached to the bid.
❑ Bidder does not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4).
Listed subcontractors' certificates have been attached or will be submitted within five (5)
calendar days of the bid opening.
❑ The following subcontractors do 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 9
Contract Number 24-15-C
OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS
You may opt out of the payment adjustments for price index fluctuations as specified in
Section 2-1.31, "OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX
FLUCTUATIONS," of the special provisions.
You can only elect to opt out of payment adjustments for price index fluctuations of if
you complete this form and submit it with your bid. The individual signing this form
must be duly authorized to sign a bid.
By signing this form, I hereby opt out of the payment adjustments for price index
fluctuations for the above-named project.
Bidder:
Name (Printed):
Signature:
Title:
Proposal 18
Contract Number 24-15-C
(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 24-15-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): DYLAN GANDY
Signature:
Title: PRESIDENT
Date: 11/21/2024 Contractor: DG CONSTRUCTION INC .
Proposal 19
Contract Number 24-15-C
AGREEMENT
THIS AGREEMENT made at Fresno, in Fresno County, California, by and between DG Construction,
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:
CSA 1 TAMARACK WATER INFRASTRUCTURE
REPLACEMENT
CONTRACT NUMBER: 24-15-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 work consisting of BASE BID and ADDITIVE 2, the sum of ONE MILLION SEVEN
HUNDRED TWELVE THOUSAND TWO HUNDRED FORTY-ONE AND 00/100 ($1,712,241.00) 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
Contract 24-15-C
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, 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.
Contract 24-15-C
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:
Liabilit Insurance Requirements
Total bid For each products/com Aggregate for pleted General b Umbrella or
occurrencea operation aggregate excess liabilityc
<_ $1,000,000 $1,000,000 $2,000,000 $2,000,000 $5,000,000
> $1,000,000
$10,000,000 $1,000,000 $2,000,000 $2,000,000 $10,000,000
> $10,000,000
5 $25,000,000 $2,000,000 $2,000,000 $4,000,000 $15,000,000
> $25,000,000 $2,000,000 $2,000,000 $4,000,000 $25,000,000
aCombined 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(b-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.
Contract 24-15-C
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)].
Contract 24-15-C
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: 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
(httr)s://ofac.treasury.gov/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://ofac.treasury.gov/specially-designated-
nationals-and-blocked-persons-list-sdn-human-readable-lists).
This Contract, 24-15-C, was awarded by the Board of Supervisors on January 07, 2025. It has been
reviewed by the Department of Public Works and Planning and is in proper order for signature of the
Chairman of the Board of Supervisors.
IN WITNESS WHEREOF, they have executed this Agreement this /0-M day of
February 2025
COUNTY OF FRESNO
NTRACTOR) (OWNER)
By
J
Ernest Buddy Me es, Chairman
of the Board of Supervisors of the
S� (� County of Fresno
Title �✓�" � �U 1
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By—
Deputy
Contract 24-15-C