HomeMy WebLinkAboutB17-2829 000-000-000COUNTY OF BUTTE
DEPARTMENT OF GENERAL SERVICES
20812 ND STREET, OROVILLE, CA 95965
BID BOOK
NOTICE TO CONTRACTORS, SPECIAL PROVISIONS,
BID DOCUMENTS, AND CONTRACT `
FOR CONSTRUCTION ON
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY
CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
PATH OF TRAVEL TO 7 He 5 COUNTY CENTER DRIVE, COUNTY CAMPUS, OROVILLE, CALIFORNIA
COUNTY PROJECT NUMBERS: IFB #25-18 (02117030 AND 02118057)
DATE: 12-11-17
FOR USE IN CONNECTION WITH
STANDARD SPECIFICATIONS AND STANDARD PLANS DATED 2015 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, REVISED
STANDARD SPECIFICATIONS DATED 04-15-2016 ARE INCORPORATED IN PART WITH THESE SPECIAL PROVISIONS, GENERAL
PREVAILING WAGE RATES AND LABOR SURCHARGE, AND EQUIPMENT RENTAL RATES IN EFFECT ON THE DATE THE PROJECT WORK IS
ACCOMPLISHED.
F
i
BID OPENING: January 9, 2018 3:00 PM (PST)
I
r
r
ENGINEER SIGNATURE/ COUNTY APPROVAL PAGE
7 COUNTY CENTER. (C C7) PATH OF TRAVEL PROJECT & 5 COUNTY
CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
FUNDED WITH COUNTY GENERAL FUND AND CBDG FUNDS
PROJECT #: IFB #25-18 (02117030 AND 02118057)
THE SPECIAL PROVISIONS CONTAINED HEREIN HAVE BEEN PREPARED UNDER THE DIRECTION OF THE FOLLOWING REGISTERED
PERSON(S):
ggOFESS/0,
Kj T. ER/c�s�F
i QJ� 0cc
cc 58 0
s� C I V
qTF OF
CAL�FO
REGISTERED CIVIL ENGINEER 11/9/2017
'1J13/17
S
� C
k AH
� 9 �
N z
No. E 012726
�sl9l QCT R\�P����'
f �F CAt\ O
REGISTERED ELECTRICAL ENGINEER 11/13/2017
THE SPECIALS PROVISIONS CONTAINED HEREIN HAVE BEEN REVIEWED BY AND APPROVED BY THE FOLLOWING COUNTY
REPRESENTATIVE:
SIGNATURE DATED
Grant Hunsicker, Director of General Services
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Bid Book
11 of VIII
VICINITY MAP
COURT 5T. 0
O
Z
Mo0 AVE..
70
Lu
w
NIELSON AVE.
clq
OROVILLE, CALIFORNIA
VICINITY MAP.
7 COUNTY CENTER DRIVE, CIROVILLE, CA
5 COUNTY CENTER DRIVE CIROVILLE, CA
r
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Bid Book
III of VIII
i
X,
TABLE OF CONTENTS
ENGINEER SIGNATURE/ COUNTY APPROVAL PAGE........................................................................................II
Project Specifications and Plans..................................................................................................................................54
VICINITYMAP......................................................................................................................................III
1.B
TABLEOF CONTENTS..............................................................................................................................IV
Listof Tables..............................................................................................................................................................................VIII
IMPORTANT SPECIAL NOTICE...................:......................................................................................:.2
NOTICE TO CONTRACTORS................................................................................................................3
CONTROL OF WORK............................................................................................................56
INSTRUCTIONS TO BIDDERS...............................................................................................................5
5.A
BID BOND 8
BID FORM 9
CONTROL OF MATERIALS......................................................................................................
NONCOLLUSIONAFFIDAVIT...............................................................................................................14
6.A
ATTACHMENT I STANDARD INSURANCE REQUIREMENTS...................................................................15
PROJECT SPECIFICATIONS..................................................................................................................17
Authorized Materials List.............................................................................................................................................57
PAYMENTBOND...............................................................................................................................18
6.0
CONTRACT 19
PERFORMANCEBOND.......................................................................................................................22
PROSECUTION AND PROGRESS...............................................................................................57
BID ITEM SECTION REFERENCE...........................................................................................................24
8.A
STANDARD PLANS LIST......................................................................................................................26
GENERAL CONDITIONS OF THE CONTRACT.........................................................................................27
Schedule......................................................................................................................................................................57
SUPPLIMENTAL GENERAL CONDITIONS..............................:...............................................................37
8.0
DIVISION 1— GENERAL REQUIREMENTS.............................................................................................42
NOTICETO PROCEED.........................................................................................................................49
Start of Job Site Activities............................................................................................................................................58
SECTION 1 ACKNOWLEDGEMENT OF RECEIPT...........................................................................................49
8.E
GUARANTEE.....................................................................................................................................50
NOTICE OF COMPLETION...................................................................................................................51
Suspensions.................................................................................................................................................................
HOLD HARMLESS AGREEMENT..........................................................................................................53
8.G
SPECIALPROVISIONS.............................................................................................................................54
58
SECTION1 GENERAL...........................................................................:..............................................54
1.A
Project Specifications and Plans..................................................................................................................................54
1.B
Abbreviations...............................................................................................................................................................54
1.0
Definitions and Terms..................................................................................................................................................54
SECTION5
CONTROL OF WORK............................................................................................................56
5.A
Construction Surveying................................................................................................................................................56
SECTION 6
CONTROL OF MATERIALS......................................................................................................
56
6.A
General........................................................................................................................................................................56
6.13
Authorized Materials List.............................................................................................................................................57
6.0
Quality Assurance...................................:....................................................................................................................57
SECTION 8
PROSECUTION AND PROGRESS...............................................................................................57
8.A
General........................................................................................................................................................................57
8.8
Schedule......................................................................................................................................................................57
8.0
Preconstruction Conference..................................................:.....................................................................................58
8.1)
Start of Job Site Activities............................................................................................................................................58
8.E
Time.............................................................................................................................................................................58
8.F
Suspensions.................................................................................................................................................................
58
8.G
Delays..........................................................................................................................................................................
58
8.G-1
Wildland Fire Area..............................................................................................................................................59
c8.H
Liquidated Damages....................................................................................................................................................59
SECTION9
PAYMENT.........................................................................................................................59
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Bid Book
IV of VIII
9.A General........................................................................................................................................................................59
9.6 Retention.....................................................................................................................................................................59
9.0 Prompt Progress Payment To Subcontractors.............................................................................................................59
9.1) Final Payment and Claims............................................................................................................................................60
SECTION10 GENERAL........................................................................................................................60
10.A Order of Work..............................................................................................................................................................60
10.A-1 CC7 Path of Travel Project: .................................................................................................................................
60
10.A-2 CC5 Path of Travel Ramp: ...................................................................................................................................
61
10.B Work Sequencing.........................................................................................................................................................61
10.6-1 General...............................................................................................................................................................61
10.0 Advanced Notification.................................................................................................................................................
62
10.0-1 Advance Notification of Agencies......................................................................................................................
62
SECTION 12 TEMPORARY TRAFFIC CONTROL..............................................................................................62
12.A General........................................................................................................................................................................62
12.6 Temporary Traffic Control Plan....................................................................................................................................63
12.B-1 Flagging Costs.....................................................................................................................................................63
12.0 Temporary Traffic Control Devices..............................................................................................................................63
12.1) Maintaining Traffic......................................................................................................................................................63
12.D-1 General...............................................................................................................................................................63
12.D-2 Traffic Control Systems......................................................................................................................................63
12.D -2.a Construction.............................................................................................................................................63
12.D-2.a(i) General..................................................:.........................................................................................63
12.D-2.a(ii) Lane Closure System Training..........................................................................................................
63
SECTION 13 WATER POLLUTION CONTROL................................................................................................
64
13.A General........................................................................................................................................................................64
13.A-1 Summary ............................................................................................................................................................64
13.B Definitions and Abbreviations.....................................................................................................................................64
13.0 Job Site Management..................................................................................................................................................65
13.1) Payment.......................................................................................................................................................................65
13.D-1 Maintenance of Temporary Items.....................................................................................................................65
SECTION 14 ENVIRONMENTAL STEWARDSHIP............................................................................................65
14.A Dust Control.................................................................................................................................................................
65
14.A-1 Payment.............................................................................................................................................................65
SECTION 15' EXISTING FACILITIES.............................................................................................................65
15.A Remove Asphalt...........................................................................................................................................................65
15.13 Remove Concrete........................................................................................................................................................65
15.6-1 Sawcut................................................................................................................................................................65
15.0 Remove Pavement Markers........................................................................................................................................65
15.1) Remove Asphalt Concrete Dikes..................................................................................................................................66
SECTION 16 TEMPORARY FACILITIES........................................................................................................66
DIVISION III EARTHWORK AND LANDSCAPE.......................................................................................66
SECTION 17 CLEARING AND GRUBBING....................................................................................................66
17.A General........................................................................................................................................................................66
SECTION18 DUST PALLIATIVE................................................................................................................66
SECTION19 EARTHWORK......................................................................................................................66
19.A General........................................................................................................................................................................66
19.B Roadway Excavation....................................................................................................................................................67
19.6-1 Payment.............................................................................................................................................................67
19.0 Compaction.................................................................................................................................................................67
SECTION21 EROSION CONTROL.............................................................................................................67
21.A General........................................................................................................................................................................67
21.A-1 Materials............................................................................................................................................................67
21.A-2 Construction.......................................................................................................................................................67
21.13 Payment.......................................................................................................................................................................67
21.13-1 Move -in/ Move-out............................................................................................................................................67
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Bid Book
V of VIII
.4
SECTION 22 FINISHING ROADWAY..........................................................................................................68
SECTION26 AGGREGATE BASES..............................................................................................................68
26.A Materials......................................................................................................................................................................68
26.6 Construction................................................................................................................................................................68
26.13-1 Compacting........................................................................................................................................................68
26.0 Payment.......................................................................................................................................................................68
SECTION 39 ASPHALT CONCRETE............................................................................................................68
39.A General........................................................................................................................................................................68
39.6 Hot Mix Asphalt...........................................................................................................................................................69
39.13-1 General...............................................................................................................................................................69
39.6-2 Type A Hot Mix Asphalt......................................................................................................................................
70
39.13-1 Rubberized Hot Mix Asphalt- Gap Graded (RHMA-G)........................................................................................70
39.6-2 Bonded Wearing Courses...................................................................................................................................70
39.0 Existing Asphalt Concrete............................................................................................................................................70
39.0-1 Cold Planing Asphalt concrete Pavement..........................................................................................................70
39.0-2 Remove Base and Surfacing...............................................................................................................................71
SECTION 40 CONCRETE PAVEMENT.........................................................................................................71
SECTION 41 EXISTING CONCRETE PAVEMENT.............................................................................................71
SECTION 47 EARTH RETAINING SYSTEMS..................................................................................................71
SECTION 51 CONCRETE STRUCTURES........................................................................................................71
SECTION 52 REINFORCEMENT................................................................................................................71
52.A Splicing.........................................................................:...............................................................................................71
52.A-1. Construction....................................:..................................................................................................................71
SECTION 56 OVERHEAD SIGNS STRUCTURES, STANDARDS,
AND POLES.................................................72
56.A Materials......................................................................................................................................................................72
56.A-1 Sign Panel...........................................................................................................................................................72
56.A-2 Metal Posts........................................................................................................................................................
72
56.6 Existing Sign Structures................................................................................................................................................72
SECTION64 PLASTIC PIPE......................................................................................................................73
64.A Material.......................................................................................................................................................................73
SECTION 70 MISCELLANEOUS DRAINAGE FACILITIES....................................................................................73
70.A Metal Sidewalk Underdrain.........................................................................................................................................73
70.A-1 General............................................................................................................................................................:..73
70.A-2 Materials...........................:..................................................:.............................................................................73
70.A-3 Construction.......................................................................................................................................................73
70.A-4 Payment.............................................................................................................................................................73
SECTION 71 EXISTING DRAINAGE FACILITIES..............................................................................................73
SECTION 73 CONCRETE CURBS AND SIDEWALKS..........................................................................................73
73.A General........................................................................................................................................................................73
73.6 Materials......................................................................................................................................................................73
73.6-1 Detectable Warning Surfaces.............................................................................................................................74
73.0 Construction................................................................................................................................................................74
73.0-1 Subgrade Preparation.........................................................................................................................................74
73.1) Payment.......................................................................................................................................................................74
SECTION 75 MISCELLANEOUS METAL.......................................................................................................74
SECTION 78 INCIDENTAL CONSTRUCTION..................................................................................................74
78.A Portland Cement Plaster For Framed Walls.................................................................................................................74
78.A-1 GENERAL............................................................................................................................................................74
78.A -1.a SUMMARY................................................................................................................................................74
78.A-1.13 REFERENCES.............................................................................................................................................74
78.A -1.c Assembly description...............................................................................................................................75
78.A -1.d submittals.................................................................................................................................................75
78.A -1.e Quality Assurance.....................................................................................................................................75
78.A -1.f DELIVERY, STORAGE, AND HANDLING...........................................................................:..........................75
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Bid Book
VI of VIII
,J
78.A -1.g Project Conditions....................................................................................................................................76
84.A-1 84-1.01C Submittals.................................................................................................................................:........81
78.A -1.h Sequencing and Scheduling......................................................................................................................76
,
78.A -1.i Warranty....................................................................................................................................... t.........77
84.A-3 Materials............................................................................................................................................................82
78.A -1.j Maintenance............................................................................................................................................77
84.A-4 Construction.......................................................................................................................................................82
78.A-2 PRODUCTS..........................................................................................................................................................77
84.6 Thermoplastic Traffic Stripes and Pavement Markings...............................................................................................82
78.A-3 EXECUTION.........................................................................................................................................................78
84.13-1 Materials............................................................................................................................................................82'
78.6 Sidewalk drains............................................................................................................................................................81
84.13-2 Construction.......................................................................................................................................................83
SECTION 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES..............................................................................81
84.0 Payment.......................................................................................................................................................................83
SECTION82 SIGNS AND MARKERS...........................................................................................................81
SECTION 86 ELECTRICAL WORK..............................................................................................................83
SECTION 83 RAILINGS AND BARRIERS.......................................................................................................81
SECTION84 MARKINGS........................................................................................................................R1
84.A General........................................................................................................................................................................81
84.A-1 84-1.01C Submittals.................................................................................................................................:........81
84.A-2 84-1.01D Quality Control and Assurance..........................................................................................................82
84.A-3 Materials............................................................................................................................................................82
84.A-4 Construction.......................................................................................................................................................82
84.6 Thermoplastic Traffic Stripes and Pavement Markings...............................................................................................82
84.13-1 Materials............................................................................................................................................................82'
84.13-2 Construction.......................................................................................................................................................83
84.0 Payment.......................................................................................................................................................................83
SECTION 86 ELECTRICAL WORK..............................................................................................................83
86.A GENERAL......................................................................................................................................................................83
86.A-1 General................................................................................................................................................................83
86.A-2 Submittals..........................................................................................................................................................83
86.A -2.a General.....................................................................................................................................................83
86.A -2.b Pull Boxes.................................................................................................................................................84
86.A -2.c LED Luminaires.........................................................................................................................................84
86.A-3 Quality Assurance..............................................................................................................................................84
86.A -3.a General.....................................................................................................................................................84
'
86.6 • MATERIALS..................................................................................................................................................................84
86.13-1 Conduit and Accessories....................................................................................................................................84
86.B -1.a General.....................................................................................................................................................84
86.13-2 Pull Boxes.................................................................................................................................................:.........85
86.B -2.a General.....................................................................................................................................................85
86.B -2.b Nontraffic Pull Boxes................................................................................................................................85
86.13-3 Tapes..................................................................................................................................................................85
86.B -3.a Pull Tape............................................................................................................................'....................85
86.8-4 Conductors and Cables .............
........ 85
86.B -4.a Conductors................................................................................................................................................85
86.B-4.a(i) Copper Conductors..........................................................................................................................
85
86.6-5 . Splicing Materials..............................................................................................................................................86
86.6-6 86-1.021 Connectors and Terminals...................................................................................................................87
SECTION 87 ELECTRICAL SYSTEMS...........................................................................................................87
87.A General..............................................................................................................................................................:.........87
87.6 CONSTRUCTION...........................................................................................................................................................87
87.6-1 87-1.03A General..............................................................................................................................................87
87.6-2 87-1.0313 Conduit Installation............................................................................................................................88
87.E 2.a 87-1.03B(1) General................................................................................................................................88
87.6-2.b 87-1.03B(3) Conduit Installation Underground.......................................................................................89
�. 87.B-2.b(i) 87-1.03B(3)(a) General...................................................................................................................89
87.B-2.b(ii) 87-1.03B(3)(b) Conduit Installation under Paved Surfaces.............................................................
90
87.B -2.a 87-1.03B(6) Conduit Installation by the Trenching -In -Pavement Method
..............................................90
87.8-3 87-1.03C Installation of Pull Boxes..........................................................................................................
...........90
87.B -3.a 87-1.03C(1) General...............................................................................................................................
.
90
87.B -3.b 87-1.03C(2) Nontraffic Pull Boxes............................................................................................................91
87.13-4 87-1.03E Excavating and Backfilling for Electrical Systems...............................................................................91
87.B -4.a 87-1.03E(1) General.................................................................................................................................91
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Bid Book
VII of VIII
EM
87.B -4.b 87-1.03E(2) Trenching.............................................................................................................................91
87.B -4.c 87-1.03E(3) Concrete Pads, Foundations, and Pedestals........................................................................91
87.8-5 87-1.03F Conductors and Cable Installations....................................................................................................92
87.B -5.a 87-1.03F(1) General.................................................................................................................................92
87.B -5.b 87-1.03F(3) Conductors...........................................................................................................................92
87.B-S.b(i) 87-1.03F(3)(a) General....................................................................................................................92
87.6-5.b(ii) 87-1.03F(3)(b) Reserved..................................................................................................................
92
87.8-5.b(iii) 87-1.03F(3)(c) Copper Conductors.............................................................................:....................
92
87.B-5.b(iv) 87-1.03F(3)(c)(i) General.................................................................................................................93
87.B -5.c 87-1.03F(4) Manual Installation Method.................................................................................................93
87.6-6 87-1.03H Conductor and Cables Splices............................................................................................................93
87.B -6.a 87-1.03H(1) General................................................................................................................................93
87.B -6.b 87-1.03H(2) Splice Insulation Methods...................................................................................................93
87.B-7 ' 87-1.031 Connectors and Terminals..................................................................................................................93
87.8-8 87-1.031 Standards, Poles, Pedestals, and Posts...............................................................................................93
87.8-9 87-1.03W Sealants............................................................................................................................................94
87.B -9.a 87-1.03W(1) General...............................................................................................................................94
.
87.B -9.b 87-1.03W(2) Elastomeric Sealant ............................................................................................................94
87.B -9.c 87-1.03W(3) Asphaltic Emulsion Sealant.................................................................................................94
87.B -9.d 87-1.03W(4) Hot -Melt Rubberized Asphalt Sealant................................................................................94
87.6-10 87-1.03X Reserved............................................................................................................................................94
87.0 87-1.04 PAYMENT.......................................................................................................................................................94
SECTION89 AGGREGATE......................................................................................................................94
SECTION90 CONCRETE.........................................................................................................................94
SECTION92 ASPHALT BINDERS...............................................................................................................95
SECTION 94 ASPHALTIC EMULSIONS............................................................:...........................................95
SECTION95 Epoxy ..............................................................................................................................95
SECTION96 GEOSYNTHETICS.................................................................................................................95
96.A Quality Assurance.........................................................................................................................................................95
END OF SPECIAL PROVISIONS............................................................................................................95
APPENDIX 1
LIST OF TABLES
Table 1: Additional/ Supplemental Abbreviations.................................................................................................. 54
Table2: Typical Test Methods................................................................................................................................ 57
Table 3: Preconstruction Topic Table.................................................................:.................................................... 58
Table 4: Angularity Requirements for Aggregate Base................................................................................:........... 68
Table 5: Thermoplastic Thickness and Application Rate .......................................... :............................................... 83
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Bid Book
VIII of VIII
**********************************************************************************
IMPORTANT SPECIAL NOTICE,
• The Bid Documents are bound in a. book together with the Notice to Contractors, Special Provisions, and
Contract. The project plans are a separate attachment. The entire Bid Book does not need to be
submitted with the Bid. It is the Bidder's responsibility to confirm the Bid includes all applicable forms,
bonds and other attachments to remain a responsive bidder. r
• Attention is directed to Section 26, "Aggregate Bases" of these Special Provisions; additional material
qualities have been specified.
• Attention is directed to Sections 37 and 39 of these Special Provisions, as compensation for Tack Coat
material shall be considered as included in the prices paid for Seal Coat or Hot Mix Asphalt and no
additional compensation will be allowed therefor.
• Attention is directed to Section 13.D-1, "Maintenance of Temporary Items" of these Special Provisions as .
all costs to maintain temporary sediment and erosion control measures will be totally (_100%) borne by,
the contractor and no division of costs will be made therefor.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & S COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 2 of 95
NOTICE TO CONTRACTORS
Bid No. IFB 25-18 Butte County
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH
OF TRAVEL RAMP
5 & 7 County Center Drive, Oroville, California, 95965
NOTICE IS HEREBY given that sealed bids will be received by the Board of Supervisors of the County of Butte in
the office of General Services'2081 2nd Street, Oroville, California 95965-3413 up to 3:00 PM. on Tuesday,
January 9, 2018 for the furnishing of all labor, material, equipment, transportation, services and expertise
required and/or necessary for 7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE
(CCS) PATH OF TRAVEL RAMP, Oroville, California. A Non -Mandatory Site Meeting is scheduled for Tuesday, December 19,
2017 at 10:00 AM. Please plan to attend the site meeting as this will be the only time available for Contractors and Sub -Contractors to
view the jobsite. Meet at Butte County General Services, 2081 2nd Street, Oroville, CA 95965. The County Pre -Bid Hold
Harmless agreement must be turned in before any ladders or tools can be used at the pre-bid site meeting.
Deadline for question's shall be 5:00 PM, Wednesday, December 27, 2017. If needed, an Addendum will be
posted on www.PublicPurchase.com by Tuesday January 2, 2018.
The Project Bid Book and Construction Plans are posted at www.PublicPurchase.corn under IFB 25-18 for review
and/or download. In addition a set may be inspected at no cost at County of Butte General Services. These
documents can be viewed at:
COUNTY OF BUTTE DEPARTMENT OF GENERAL SERVICES, 2081 2ND STREET, OROVILLE, CA 95965, or requested
by calling (530) 552-3500.
Copies of the referenced 2015 Standard Specifications issued by the State of California, Department of
Transportation, may be obtained from the State of California, Department of Transportation, Publications
Distribution Unit, 1900 Royal Oaks Drive, Sacramento, CA 95819 or on-line at
http://www.dot.ca.pov/hq/esc/oe/construction contract standards/std specs/2015 StdSpecs/2015 StdSpecs.
pdf Each bid shall be submitted in accordance with the DETAILED SPECIFICATIONS and other Contract
Documents as required in the body of this bid document.
No contractor or subcontractor may be listed on a bid for a public works project (submitted on or after March 1,
2015) 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 (awarded on
or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section
1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
PROJECT OVERVIEW
The Butte County 7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH
OF TRAVEL RAMP is to replace concrete flatwork with new Accessible walkway and parking stalls, and add
Accessible path of travel ramp and lighting.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 3 of 95
ENGINEER'S ESTIMATE
The Engineer's Estimate for this contract is $295,246.00 (Total Bid).
WAGE RATES
Bids shall incorporate the prevailing hourly rate of per diem wages for this locality and project as determined by the
Department of Industrial Relations pursuant to Labor Code 1770 et. seq., a copy of which is available through Butte
County General Services in accordance with the provisions of Labor Code 1773.2, or may be accessed on the
Internet at http://www.dir.ca.gov/, and is hereby made a part of this notice by reference as though fully set forth
herein. When you get to this website, select "Prevailing Wage Determinations" under the category: Statistics &
Research.
If the project requires the employment of works in any apprenticeable craft or trade, once awarded, the Contractor
or Subcontractors must apply to the joint apprenticeship council unless already covered by local apprentice
standards (Labor Code 1777.5).
Contractor or subcontractor shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this
contract by the respective contractor or subcontractor for each calendar day during which the worker is required or
permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week
as penalty for violation of California Labor Code section 1813. In addition, any work performed by employees in
excess of eight (8) hours per day and forty (40) hours per week shall be compensated for all hours worked in excess
of eight (8) hours per day at not less than 1.5 times the basic rate of pay in accordance with Labor Code section
1815.
BIDDER QUALIFICATIONS
Bidder must be currently licensed in the State of California for the Work to be performed and have completed at
least two or more projects of similar size, scope, cost and complexity within the last five years. Bidder shall submit,
simultaneously, with bid, a qualification statement addressing these qualifications together with Contractors'
technical ability, expertise and financial responsibility required to complete the Work.
CONTRACT FORMS
Each bid shall be made out on the Bid Form contained in the specifications. A cashier's check or Bid Bond in the
amount of ten percent (10%) of the amount of the bid price shall be submitted with the bid as evidence of good
faith that the Bidder, if successful, will enter into a Contract satisfactory to the County. The successful bidder, in
addition thereto, will furnish Surety Bonds in the amount of one hundred percent (100%) of the bid covering
payment of labor and materials, and one hundred percent (100%) of the bid covering faithful performance.
AWARD/REJECTION
The Board of Supervisors of the County of Butte reserves the right to reject any or all bids or alternate bids deemed
not advantageous to the County of Butte, and to waive any informality in any bid received. The award, if made, will
be executed within forty-five (45) calendar days after opening of bids.
SUBSTITUTION OF SECURITIES FOR MONEYS WITHHELD
The Contractor, at its request and expense, may elect to receive one hundred percent (100%) of payments due
under the Contract, without retention of any portion of the payment by the County, by depositing securities of
equivalent value with a state or federally chartered bank in California as the escrow agent who shall then pay those
moneys to the contractor, in accordance with the provisions of Section 22300 of the Public Contract Code.
DATED THIS 12th DAY OF December, 2017 ,
COUNTY OF BUTTE, STATE OF CALIFORNIA
By Janet Woods
Contracts/Procurement Agent, Senior
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 4 of 95
INSTRUCTIONS TO BIDDERS
QUALIFICATION OF BIDDERS
A. The Bidder shall be required to furnish evidence satisfactory to the County that it has sufficient
means and has had sufficient experience in the class of work called for to enable the Bidder to
complete the Contract in a satisfactory manner.
B. A corporation that is awarded the Contract will be required to furnish a certificate of its corporate
existence and evidence that the.officer signing the Contract is duly authorized to do so.
C. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted
on or after March 1, 2015) 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. BIDS
Bids,, to be entitled to consideration, must be made in accordance with the following instructions:
A. Bids must be submitted on the Bid Form provided by Butte County, which must be properly and
fully completed. The signature of all persons signing shall be in ink and in longhand. The
completed Bid Form shall be without interlineation, alterations or erasures.
B. Bids shall not contain any recapitulation of the Work to be done.. No oral, telegraphic or telephonic
bids or modifications will be considered.
C. Bids shall be delivered to the person, at the address stated, on or before the day and hour set for
the opening of bids, which bids shall be enclosed in a sealed envelope accompanied with a list of
subcontractors, and bearing the title of the Work, and name of bidder. It is solely the responsibility
of the bidder to see that its bid is received in proper time. Any bid received after the scheduled
closing time for receipt of bids shall be returned to bidder unopened.
D. Before submitting a bid, bidders shall carefully read the specifications and the forms of the other
Contract documents, shall visit the site of the Work, shall fully inform themselves as to all existing
conditions and limitations,. and shall include in the bid price a sum to cover the cost of all items
included in the Contract.
E. Each bid shall be signed by an authorized representative of the bidder and include the legal name
of the bidder and a statement of non -collusion signed by the bidder.
F. Bidders shall not change the bid form nor make additional stipulations on the bid form which are
not consistent with the provisions of the specifications.
3. ALTERNATE BIDS
A. The materials, products and equipment described in the bidding documents establish a standard
of required function, dimension, appearance and quality to be met. An equal product must meet
minimum specifications and the burden of proof of merit of proposed alternate or substitute is on
the bidder.
B. Non -solicited alternates may be considered for award if submitted by the bidder who would
otherwise be the low bidder.
C. Solicited alternates may be awarded based on the sole judgment of the County.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 5 of 95
4.. WITHDRAWAL OF BID , t
Any bidder may withdraw its bid, either personally, or by telegraphic or written request, at any time prior to
the acceptance -of the bid by the County._
5. CONTRACT AND BONDS
The form of Contract which the successful bidder, as Contractor, will be required to execute and the forms
of bonds which the Contractor will be required to furnish, are included in the Contract documents and should
be carefully examined by the bidder. The surety shall be duly licensed to issue bonds in California for an
amount equal to or greater than the amount of the bid. A list of sureties indicating states where licensed
and binding limits is available on the Internet at
www.fms.treas.gov/c570/c570.html.
6. INTERPRETATION OF DRAWINGS AND DOCUMENTS
A. Bidders shall review the drawings and documents to determine whether there are any
discrepancies in or omissions from the drawings and/or documents, inconsistencies at the site or
local conditions, or should there be in doubt as to the accuracy of the specifications. Should a
Bidder find discrepancies in or omissions from the drawings and/or documents, inconsistencies at
the site or local conditions, or should it be in doubt as to the specifications, the Bidder should at
once notify in writing Butte County General Services. Upon receipt of such notification, General
Services will send a written instruction to all bidders. Notification may be sent via postal service,
email or facsimile. The County will not be responsible for oral instructions.
B. As stated in Public Contracting Code Section 1104, "No local public entity, charter city, or charter
county shall require a bidder to assume responsibility for the completeness and accuracy of
architectural or engineering plans and specifications on public works projects, except on clearly
designated design build projects. Nothing in this section shall be construed to prohibit a local
Public entity, charter city, or charter county from requiring a bidder to review architectural
or engineering plans and specifications prior to submission of a bid, and report any errors
and omissions noted by the contractor to the architect or owner. The review by the contractor
shall be confined to the contractor's capacity as a contractor, and not as a licensed design
professional."
C. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall
contact General Services in writing at least five (5) working days prior to the date for receipt of
bids. _
7. ADDENDA
A. Addenda will be mailed or delivered to all bidders that are known by General Services to have
received a complete set of bidding documents. '
B. Copies of addenda will be made available for inspection wherever bidding documents are on file
for that purpose.
C. No addenda will be issued later than four (4) calendar days prior to the date for receipt of bids
except an addendum withdrawing the request for bids or one which includes postponement of the
date for receipt of bids.
D. Each bidder shall be responsible for ascertaining prior to submitting a bid that it has received all
addenda issued.
E. Bidders shall acknowledge receipt of addenda in order to receive award consideration unless
otherwise indicated in the bid document.
F. Any addenda issued during the time of bidding, or forming a part of the documents, loaned to the
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions „ , ' 6 of 95
Bidder for the preparation of its bid, shall be covered in the bid and shall be made a part of the
Contract.
8. AWARD OR REJECTION OF BIDS
The County reserves the right to reject any or all bids and to waive any informality, in bids received. The
award, if made, will be made within forty-five (45) days after the opening of the bids.
9. LEGAL ADDRESS OF BIDDERS
Bidders shall furnish Butte County their legal business address. Communications directed to the address
given and deposited in the Post Office shall constitute a legal service thereof upon the Bidder.
'10. BONDS
Bonds shall be secured from a surety company satisfactory to the County, as follows:
A. _PAYMENT. BOND: Contractor agrees to furnish a Payment Bond with sufficient sureties for the
protection of persons furnishing material or labor in connection with the performance of the Work.
The penal sum of said'Bond shall be in the amount of One Hundred Percent (100%) of the Contract
price.
B. fAITHFUL PERFORMANCE BOND: Contractor agrees to furnish a Faithful Performance Bond
with good and sufficient sureties. The penal sum of'said Bond shall be in the amount of One
Hundred Percent (100%) of the Contract price.
11. PERMITS
The Contractor shall obtain all permits necessary for the completion of theWork. Building permit fees shall
be waived for all building permits issued by the County. Costs for any other permits are the responsibility
of the Contractor and shall be included within their bid.
12. EXISTING PLANS
Plans of the existing building are on file in the General Services office; they can be examined by the
Contractor and used as an aid in preparing its bid.
13. RECYCLED -CONTENT PRODUCTS
The County encourages bidders to provide bids for recycled -content products. Bidders shall include a
description of their use of recycled materials in the manufacture of products included in their bid. This
provision regarding the purchase of recycled -content. products shall not be construed as requiring the
purchase of products that do not perform adequately or are not available at a reasonable price.
7 COUNTY CENTER, (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 7 of 95
I
BID BOND
TO ACCOMPANY BID FORM y
(Not necessary if cash or certified check is with Bid)
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as principal and as surety, are held and firmly bound unto:
Board of Supervisors ~-
County of Butte
i t - 25 County Center Drive .
Oroville, CA 95965 `
in the sum of [(10%) of Bid amount] ($ 1 to be paid to .
said County for which sum, well and truly to be made, we bind ourselves, our heirs, executors, and
administrators, successors or assigns, jointly and severally by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH: That if the certain bid, hereunto annexed, to: _
IFB NO. 25-18 '
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF
TRAVEL RAMP '
Oroville, CA
and is accepted by the County and if the above bounden principal, heirs, executors, administrators,
successors and assigns shall duly enter into and execute and deliver the Labor and Material Bond and the
Performance Bond required by law, within ten calendar days from the date of the mailing of the Notice to
Proceed from the County to the above bounden principal, according to the address given in said bid, that
said Contract is ready for execution, then this obligation shall become null and void; otherwise it shall be
and remain in full force and effect.
IN WITNESS WHEREOF, We have hereunto set out hands and seals this
day of , 2018. '
' (Seal)
YIr
(Seal)
ATTACH CERTIFICATE (Seal); _,.
OF NOTARIZATION
(Seal)
f 5 1
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 8 of 95
BID FORM
Bids will be received until 3:00 p.m. on Tuesday, January 9th, 2018 at Butte County General Services, 2081 2nd
Street, Oroville, California 95965-3413.
Ladies and Gentlemen:
The undersigned, as bidder, declares that the only persons or parties interested in this bid as principals are those
named herein; that this bid is made without collusion with any other person, firm or corporation; that the Bidder has
carefully examined the location of the proposed Work and the plans and specifications for
IFB,NO. 25-18
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF
TRAVEL RAMP
Oroville, CA
and it proposes and agrees if this bid is accepted that the Bidder will contract with the County of Butte in the form
of the Contract, to provide all necessary labor, materials, equipment, tools, apparatus and, other means of
performance, 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 specifications therein set forth as follows:
Bid Item List Quantities shall be verified by Contractor and bid accordingly as a lump sum Total .Bid. Unit prices
shall be filled in both bid item lists.
TOTAL Bid Cost: All Work for Bid Item List CC7 PATH OF TRAVEL PROJECT IFB #25-18 &
Bid Item List CCS PATH OF TRAVEL RAMP PROJECT IFB #25-18
Bid Item List Cost: CC7 PATH OF TRAVEL PROJECT IFB #25-18 $
Bid Item List Cost: CC5 PATH OF TRAVEL RAMP PROJECT IFB #25-18 + $
TOTAL BID COST: TOTAL of BOTH BID ITEM LIST COSTS = $
If this bid shall be accepted and the undersigned shall fail to contract as aforesaid and fail to give bonds in the
amount of 100% Payment, and 100% Performance, with surety satisfactory to the Board of Supervisors of said
County, within ten days, (not including Sunday) from the date of the mailing or a notice to the Bidder at the address
herein given, that the Contract is ready for signature, the Board of Supervisors may, at its option, determine that
the Bidder has abandoned the Contract and thereupon this bid and the acceptance thereof shall be null and void,
and the forfeiture of such security accompanying this bid shall operate as and the same shall be the property of the
County of Butte.
The BIDDER AGREES, if awarded the Contract, to complete the Work and the whole thereof, within
Seventy-five (75) CALENDAR DAYS
THE UNDERSIGNED BIDDER hereby certifies that it has a State Contractor's License for the current year, the
number of which appears on page three of this document and, effective March 1, 2015, that it is registered to
perform public work pursuant to California Labor Code section 1725.5.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 9 of 95
Bid Item List CC7 PATH OF TRAVEL PROJECT IFB #25-18
ITEM
NO.
ITEM DESCRIPTION
QUANTITY
UNIT
UNIT
PRICE
ITEM TOTAL'.
1
Mobilization
LS
2
Project Layout and setup
LS
3
Demo. Remove & Dispose Pavement,
Curb, Gutter & Concrete
SF
4
Protect/Trim Trees
LS
5
Asphalt Concrete
TONS
6
Heavy Duty Concrete
SF
7
Concrete Flatwork
SF
8
Aggregate Base
CY
9
Truncated Domes
SF
10
ADA Ramp
EACH
11
Concrete Curb &, Gutter
LF
12
Concrete Curb
LF
13
Wheel stop
EACH
14
Saw cut
LF
15
Striping
SF
16
Relocate Roof Drains
EACH
17
Re -rout Roof Downspout
EACH
18
Adjust Cleanout Lids to FG
EACH
19
Signs
EACH
20
Remove, Re -Apply & Paint Plaster
SF
21
Extend Flashing below Sidewalk
LF .
22
Electrical Trenching
LF
23
1" Conduit
LF
24
2" Conduit
LF
25
#10 Electrical Wire
LF
26
Empty pull boxes
EACH
27
Light (Type 1
EACH
28
Light (Type 2
EACH
29
Light (Type 3
EACH
30
Light (Type 4
EACH
31
Light (Type 5
EACH
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 10 of 95
Bid Item List CC5 PATH OF TRAVEL RAMP PROJECT IFB #25-18
ITEM
NO.
ITEM DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
ITEM TOTAL
1
Mobilization
LS
2
Project Layout and setup
LS
3
Demolish/Remove
Brush/Monument '
LS
4
Remove Tree
EA
5
Demo. LS Retaining Board
LF
6
Demo. Curb
LF
7
Remove and relocate irrigation
LS
8
Saw cut
LF
9
Demo. AC
SF
10
Concrete curb
LF
11
Handrail/guard rail
LF
12
Retaining Curb
LF
13
Concrete Flatwork
SF
14
Retaining Wall
LF
15
Protect/Trim Trees/Bushes
LS
16
Asphalt Concrete
TONS
17
Aggregate Base
CY
18
Truncated Domes
SF
19
Electrical Trenching
LF
20
1" Conduit
LF
21
#10 Electrical Wire
LF
22
Junction Box
EACH
23
Circuit Breaker
EACH
24
Type 1 fixture
EACH
25
Striping
SF
26
Signs
EACH
27
Relocate Signs
EACH
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 11 of 95
r
LIST OF SUBCONTRACTORS ,
Listed are various portions of Work and the names and business location of subcontractors proposed to perform
the Work or render service in or about the Work in excess of one percent of the Bid. Work for which a Subcontractor
is not listed is presumed to be performed by the Bidder. There shall be no substitution of subcontractors, nor shall
Bidder assign, sublet or transfer any subcontract Work without the consent of the County and the Architect. Effective
March 1, 2015 all Subcontractors listed must be registered to perform public work pursuant to California Labor Code
section 1725.5. The list of Subcontractors is on the attached separate sheet.
ACKNOWLEDGEMENT OFADDENDA'
ADDENDUM NO. ADDENDUM DATED ADDENDUM RECEIVED REC'D BY '
The proposed Surety Company on the Bonds to be given is as follows:
Surety Company Name
Address of Home Office
California Address
SIGNATURE OF BIDDER:
Bidder Company Name
Business Address
Business Address
Dated
BIDDER QUALIFICATIONS
Bidder must be currently licensed in the State of California for the Work to be performed and have completed at
least two or more projects of similar size, scope, cost and complexity within the last five years. Bidder shall submit,.
simultaneously, with bid, a qualification statement addressing these qualifications together with Contractors'
technical ability, expertise and financial responsibility required to complete the Work.
• Completion of a minimum of 2 projects similar in size, scope, cost and complexity within the last five (5)
years '
• Technical Ability '
• Expertise
• Financial, Responsibility
NOTICE TO BIDDER
• No contractor or subcontractor may be listed on a bid for a public works project (submitted on or after March
1, 2015) 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)]-, and
• No contractor or subcontractor may be awarded a contract for public work on a public works project
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 12 of 95
(awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant
to Labor Code section 1725.5; and
• This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
• Bids and any resultant contract shall incorporate the prevailing hourly rate of per diem wages for this locality
and project as determined by the Department of Industrial Relations pursuant to Labor Code 1770 et-seq.,
a copy of which is available through Butte County Purchasing Services in accordance with the provisions
of Labor Code 1773.2, or may be accessed on the Internet at http://www.dir.ca.gov/Public-
Works/PublicWorks.html, and is hereby made a part of this contract by reference as though fully set forth
herein. If the project requires the employment of work in any apprenticeable craft or trade, once awarded,
the Contractor or Subcontractors must apply to the joint apprenticeship council unless already covered by
local apprentice standards (Labor Code 1777.5).
General
Contractor CSLB
Number:
General
Contractor email:
Contractor
❑ASBESTOS
E) BOILERMAKER
11 BRICKLAYERS
❑CARPENTERS
Classification(s):
❑CARPET(LINOLEUM
❑CEMENT MASONS
❑ DRYWALL FINISHER
❑DRYWALL&ATHERS
(choose at least one)
❑ ELECTRICIANS
❑ ELEVATOR MECHANIC
❑ GLAZIERS
❑ IRON WORKERS
❑ LABORERS
❑ MILLWRIGHTS
❑ OPERATING ENG
❑ PAINTERS
❑ PILE DRIVERS
❑ PIPE TRADES
❑ PLASTERERS
❑ ROOFERS
❑SHEET METAL
❑ SOUND/COMM
❑ SURVEYORS
❑ TEAMSTER
❑ TILE WOR (ERS
r
Are there ❑No ❑ Yes (If yes, provide information below. Attach additional sheets if needed.)
subcontractors?
Subcontractor Subcontractor Subcontractor Subcontractor
Name & Address . CSLB Number Email Address Classification
must select from above
(Attach additional sheets if needed.)
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 13 of 95
NONCOLLUSION AFFIDAVIT
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
State of California
ss
County of
being first duly sworn, deposes and says that
(Name)
he or she is of
(Title) (Company)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived,
or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding;
that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed contract; that all statements
contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his
or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data
relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid."
(Signature of Bidder)
Subscribed and sworn to (or affirmed) before me on this day of , 2018, by
proved to me on the basis of satisfactory evidence to be the person(s) who
appeared before me.
(Seal)
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 14 of 95
ATTACHMENT I
STANDARD INSURANCE REQUIREMENTS
Before the commencement of work, Contractor shall submit Certificates of Insurance and
Endorsements evidencing that Contractor has obtained the following forms of coverage and
minimal amounts specified:
MINIMUM SCOPE OF INSURANCE
1.) Commercial General Liability coverage (Insurance Services Office (ISO) "occurrence" form CG
0001 1185).
2.) Automobile Liability Insurance — standard coverage offered by insurance carriers licensed to sell
auto liability insurance in California. Construction contracts only - Insurance Services Office's
Business Auto Coverage form number CA 0001 0187 covering "any auto" and endorsement CA
0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract.
3.) Workers' Compensation Insurance - As required by the State of California with Statutory Limits
and Employer's Liability Insurance with limits of no less than $1,000,000 per accident for bodily
injury and disease. (Not required if Contractor provides written verification he or she has no
employees.)
B. MINIMUM LIMITS OF INSURANCE
1.) General Liability: At least $1,000,000 combined single limit per occurrence coverage for bodily
.injury, personal injury and property damage, plus an annual aggregate of at least $2,000,000. If
a general aggregate limit is used, then either the general aggregate limit shall apply separately to
this project/location, or the general aggregate limit shall be twice the required per occurrence
limit. The contractor or contractor's insurance carrier shall notify County if incurred losses covered
by the policy exceed 50% of the annual aggregate limit.
2.) Automobile Liability: At least $100,000 to cover bodily injury for one person and $300,000 for
two or more persons, and $50,000 to cover property damages. However, policy limits for
construction projects shall be at least $1,000,000 combined single limit per accident for bodily
injury and property damage for autos used by the contractor to fulfill the requirements of this
contract, and coverage shall be provided for "Any Auto", Code 1 as listed on the Accord form
Certificate of Insurance.
3.) Workers' Compensation and Employer's Liability: As required by the State of California with
Statutory Limits and Employer's Liability Insurance with limits of no less than $1,000,000 per
accident for bodily injury and disease. (Not required if Contractor provides written verification he
or she has no employees.)
C. DEDUCTIBLES AND SELF-INSURED RETENTIONS
Any deductibles or self-insured retention must be declared on certificates of insurance and approved
by the County. At the option of the County, either the contactor shall reduce or eliminate such
deductibles or self-insured retentions, as respects the County, its officers, officials, employees and
volunteers, or the Contractor shall procure a bond guaranteeing payment of losses and, related
investigations, claims administration and defense expenses.
D. OTHER INSURANCE PROVISIONS
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 15 of 95
1. General liability insurance policies shall be endorsed to state:
a.) The County, its officers, officials, employees and volunteers are to be covered as additional
insured as respects liability arising out of activities performed by or at the direction of the
Contractor, including products and completed operations of the Contractor; premises owned,
occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by
Contractor. The coverage shall contain no special limitations on the scope' of - protection
afforded to the County, its officers, officials, employees or volunteers.
b.) Contractor's insurance coverage shall be primary insurance as respects the County, its
officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by
the County, its officers, officials, employees or volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
c.) Contractor's insurance shall apply separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the insurer's liability.
2. Construction contracts. Construction contracts must also provide an endorsement for
Automobile liability insurance, which includes the items listed in D1 above.
E. ACCEPTABILITY OF INSURANCE CARRIERS.
Insurance is to be placed with insurers who are licensed to sell insurance in the State of California
and who possess a Best's rating of no less than A-: VII. If the contractor's insurance carrier is not
licensed to sell insurance in the State of California, then the carrier must possess a Best rating of at
least A: VIII. (For Best ratings go to http://www.ambest.com/)
F. VERIFICATION OF COVERAGE.
Contractor shall furnish the County certificates of insurance and original endorsements affecting
coverage required by this clause. All certificates of insurance and endorsements are to be received
by the County before work under the contract has begun. The County reserves the right to require
complete, certified copies of all insurance policies required by this contract.
Certificates of insurance shall state that the insuring agency agrees to endeavor to mail to County
written notice 30 days before any of the insurance policies described herein are cancelled.
Contractor agrees to notify County within two working days of any notice from an insuring agency that
cancels, suspends, reduces in coverage or policy limits the insurance coverages described herein.
G. SUBCONTRACTORS.
Contractor shall include all subcontractors as insured under its policies or require all subcontractors
to be insured under their own policies. If subcontractors are insured under their own policies, they
shall be subject to all the requirements stated herein, including providing the County certificates of
insurance and endorsements before beginning work under this contract.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 16 of 95
PROJECT SPECIFICATIONS
Bid No. IFB 25-18
Project Name: 7 COUNTY CENTER DRIVE (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY
CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Location: 5 and 7 County Center Drive, Oroville, California 95965
1. Plan Sets, CC7 Path of Travel Project & CC5 Path of Travel Ramp, 14 sheets, dated 11-14-17, shown
below and which is attached hereto and by reference made a part hereof, shall be used for construction.
2. BID BOOK, 7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE
(CC5) PATH OF TRAVEL RAMP, 118 pages, dated 12-11-17, shown below and which is attached
hereto and by reference made a part hereof, shall be used for construction.
3. 2015 Standard Specifications issued by the State of California, Department of Transportation, may
be cbtained from the State of California, Department of Transportation, Publications Distribution Unit,
1900 Royal Oaks Drive, Sacramento, CA 95819, and by reference made a part hereof, shall be used for
construction.
4. Pre -Bid Hold Harmless — Template, shown below and which is attached hereto and by reference made
a part hereof, shall be filled out and given to the County Project Manager before using ladders or tools at
the pre-bid site walk.
5. Contractor shall provide a work schedule to the County Project Manager at the start of construction and
project updates during construction.
6. Contractor shall designate a single on-site supervisor for the duration of the project.
7. Contractor shall maintain vehicular and pedestrian access to 7 County Center Drive and 5 County Center
Drive and 3 County Center Drive, Oroville, CA during construction.
8. Contractor shall include Material Safety Data Sheets (MSDS) for all chemicals, chemical compounds, and
chemical mixtures. t
9. Contractor shall provide costs as follows:
to provide al[ necessary labor, materials, equipment, tools, apparatus and other means of performance, 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 specifications therein set forth as follows:
TOTAL Bid Cost: All Work for Bid Item List CC7 PATH OF TRAVEL PROJECT IFB #25-18 &
Bid Item List CC5 PATH OF TRAVEL RAMP PROJECT IFB #25-18
TOTAL BID COST: TOTAL of BOTH BID ITEM LISTS
COUNTY RESPONSIBILITIES.
1. County will provide a designated County Project Manager.
2. County will provide reasonable access to the work area.
3. County will provide a fee paid County of Butte Building Permit.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 17 of 95
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS, that we
hereinafter called "Contractor," and
as "Surety," are held and firmly bound unto the
Board of Supervisors
County of Butte
25 County Center Drive
Oroville, California 95965
Hereinafter called the "County," in the amount of (100 percent of the Contract amount)
Dollars ($ ), for the payment whereof said Contractor and Surety
bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, that whereas the above bounded Contractor has entered into a
Contract, dated , 2018, with the County to do and perform the following Work, to wit:
IFB NO. 25-18
7 County Center Drive (CC7) Path of Travel Improvements and 5 County Center Drive (CC5) Path of Travel Ramp
Oroville, CA
NOW THEREFORE, if the above -bounded Contractor or its Subcontractors fail to pay any of the persons named in Section
3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to
work or labor performed by any such claimant, or any amounts required to be deducted, withheld and paid over to the
Internal Revenue Service or the Franchise Tax Board from the wages of employees of the Contractor or its Subcontractors,
pursuant to Section 18662 of the Revenue and Taxation Code or any other relevant taxation code, with respect to such
work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in
case suit is brought upon this bond, and reasonable attorney's fee, to be fixed by the court.
That it is agreed that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way, affect the obligations of the Surety on
this bond, and the Surety waives notice of any such change, extension of time, alteration or addition to the terms of the
Contract or to the Work or to the Specifications.
This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section
3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought
upon this bond.
Signed, sealed and dated this day.of
2018.
CONTRACTOR: SURETY:
By
By:
ATTACH CERTIFICATE OR NOTARIZATION FOR BOTH PRINCIPAL AND SURETY, ON ALL COUNTERPARTS. DATE OF BONDS
MUST BE EXACTLY THE SAME AS THE CONTRACT.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 18 of 95
CONTRACT
THIS CONTRACT, entered into this 23rd day of January, 2018 by and between the County of
Butte, a political subdivision of the State of California, by the Board of Supervisors thereof,
hereinafter called the "County", and hereinafter called the
"Contractor".
WITNESSETH:
In consideration of the mutual promises herein contained, both parties, in relation to a certain
public improvement (hereinafter called the "Work') designated and described in certain
specifications, prepared by, Butte County General Services, and approved by said Board of
Supervisors on the 23rd day of January, 2018 and entitled
Bid No. IFB 25-18
Butte County
CC7 Path of Travel Improvements and CC5 Path of Travel Ramp
5 and 7 County Center Drive
Oroville, California
on behalf of themselves, their heirs, executors, administrators, successors and assigns, do
hereby covenant and agree as follows:
ARTICLE 1. The Contractor agrees at its own cost and expense to do all the Work as herein described
and under the conditions expressed in any material and labor or faithful performance bond executed
thereof, and to furnish all materials necessary to complete such Work in a good and substantial manner to
the satisfaction of the County.
ARTICLE 2. The Contractor agrees, as full compensation for doing all the said Work and for furnishing all
materials and all necessary tools, machinery, implements, apparatus and other means of performance and
completion of said Work, and also as compensation for all loss or damage arising out of the nature of the
Work, and from action of the elements, or from any unforeseen difficulties or obstructions which may arise
or be encountered during the progress of said Work and before acceptance thereof as compensation for
all expenses incurred by or in consequence of the suspension or discontinuance of the Work, to receive
and accept, and. the County agrees to pay therefor, the following compensation, to wit:
ARTICLE 3. The specifications, drawings, addenda, notice to contractors, insurance requirements,
guarantee, certificates of insurance, advertisements for bids, bid, instructions to bidders, general conditions,
supplementary general conditions, general requirements, notice to proceed, certificate of counsel, bid bond,
performance bond, labor and material bond are all to be considered a part herein and made a part hereof,
and should there be any conflict between the terms of this instrument.and any of said documents, including
the bid of the Contractor, this instrument shall control, and nothing herein shall be considered as an
acceptance of any terms contained in said bid conflicting herewith. Insurance shall be maintained in
compliance with insurance requirements for a period of one year after final acceptance by the County.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 19 of 95
ARTICLE 4. The General Services Director, through the County's Facilities Services, shall have complete
charge of the general supervision and direction of the entire operation. It shall have the right to accept or
reject any materials or workmanship to determine when the Contractor has complied with the conditions of
the Contract.
ARTICLE 5. The County does employ the Contractor to provide the materials and to do said Work for the
compensation aforesaid, and agrees to pay the Contractor in the following manner:
The General Services Administration, once in each month during the progress of the Work and immediately
after the completion of the Contract, shall make an estimate in writing of the value of all Work done to the
date of said estimate, basing said estimate on the total cost as noted above. The County shall retain five
percent (5%) of said estimated value, and from the balance shall be deducted the amount of all previous
payments to the Contractor, and any other amount which the County may be lawfully entitled to retain, and
thereupon the amount remaining after said deductions, will be paid to the Contractor upon the warrant of
the County Auditor, in the manner provided by law for the allowance of claims against the County. The said
progress estimates shall not be conclusive upon the County that the Work covered thereby has been done
according to the Contract, but the final acceptance of said Work shall be by the County. After the expiration
of thirty-five (35) days after the final acceptance of said Work, the Contractor shall be paid the balance due
under the Contract, after deducting any amounts which the County may be lawfully entitled to retain which
have not previously been deducted. Recording of "Notice of Completion" by the Board of Supervisors shall
constitute final acceptance of this Work.
ARTICLE 6. The Contractor shall perform and execute all the Work described in the said Contract
documents in accordance with and subject to all of the requirements, covenants, stipulations and
restrictions herein contained as follows:
A. Time of final completion. All Contract Work, including cleanup, shall be completed within
Seventy-five (75) Calendar days after receipt of Notice to Proceed.
B. Liquidated damages. It is agreed by the parties to the Contract that in case all the Work
called for under the Contract in all parts and requirements is not finished or completed
within the number of working days as set forth in these special provisions, damage will be
sustained by the County of Butte, and that it is and will be difficult and impossible to
ascertain and determine that actual damage which the County will sustain in the event of
and by reason of such delay; and it is therefore agreed that Contractor shall pay to the
County the sum of two hundred fifty dollars ($250) per day for each and every working day
delay in finishing the Work in excess of the number of working days prescribed; and the
Contractor agrees to pay said liquidated damages as herein provided, and in case the
same is not paid, agrees that County may deduct the amount thereof from any money due
or that may become due Contractor under this Contract or any other Contract between the
County and the Contractor.
The Contractor shall not be assessed with liquidated damages or the cost of engineering
and inspection during any delay in the completion of the Work caused by acts of God or of
the public enemy, acts of the County, fire, floods, epidemics, quarantine restrictions,
strikes, freight embargoes, or unusually severe weather due to such causes, provided that
the Contractor shall, within ten (10) days from the beginning of any such delay, notify
General Services Administration in writing of the cause of delay, who shall ascertain the
facts and the extent of delay, and the County's findings of the facts thereon shall be final
and conclusive.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 20 of 95
Neither the Contract nor any moneys due or to become due under the Contract, may be
assigned by the Contractor without the prior consent and approval of the Board of
Supervisors, nor in any event without the consent of the Contractor's surety or sureties,
unless such surety or sureties have waived their right to notice or assignment.
ARTICLE 7. The Contractor agrees to indemnify and hold the County harmless for any claim or liability
arising under this Contract due to any act or omission of the Contractor.
IN WITNESS WHEREOF, the parties to this instrument have executed it the year and date first herein written.
CONTRACTOR COUNTY OF BUTTE
Bill Connelly
Chair of the Board
REVIEWED AS TO FORM
Bruce S. Alpert
Butte County Counsel
By
REVIEWED FOR CONTRACT POLICY COMPLIANCE
Butte County Contracts Division, GSD
By
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 21 of 95
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS, THAT
hereinafter called "Contractor", and
as Surety, hereinafter called "Surety", are held and firmly bound unto
Board of Supervisors
County of Butte
25 County Center Drive
Oroville, California 95965
hereinafter called "County", in the amount of (100% of Contract amount)
Dollars ($ ), for the payment whereof Contractor and Surety bind themselves,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents..
their heirs,
Whereas, Contractor has by written Contract dated 2018 entered into a Contract with
the County for:
IFB NO. 25-18
7 County Center Drive (CC7) Path of Travel Improvements and 5 County Center Drive (CC5) Path of Travel Ramp
Oroville, CA
In accordance with the Specifications prepared by the Department of General Services, which Contract is
by reference made a part hereof, and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and
faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force
and effect.
Whenever Contractor shall be, and declared by County to be, in default under the Contract, the County having
performed County's obligations thereunder, the Surety may promptly remedy the default, take over and
assume completion of said Contract and become entitled to the payment of the balance of the Contract price.
That it is agreed that no change, extension of time, alteration or addition to the terms of the Contract or to the
Work to be performed thereunder, or the Specifications accompanying the same shall in any way, affect the
obligations of Surety on this bond, and the Surety hereby waives notice of any such change, extension of time,
alteration or addition to the terms of the Contract or to the Work or to the Specifications.
Any suit under this bond must be initiated before the expiration of two (2) years from the date on which final
payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the County
therein or the heirs, executors, administrators or successors of the County.
IN WITNESS WHEREOF, five (5) identical counterparts of this instrument, each of which for all purposes shall
be deemed an original thereof, have been duly executed by the Principal and Surety named above on the
day of , 2018.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions . 22 of 95
ATTEST
PRINCIPAL SURETY
By By
Name Name
Address Address
ATTACH Ci=RTIFICATE OF NOTARIZATION FOR BOTH PRINCIPAL AND SURETY, ON ALL
COUNTERPARTS. DATE OF BONDS MUST BE EXACTLY THE SAME AS THE CONTRACT.
_ t
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 23 of 95
BID ITEM SECTION REFERENCE
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT
Section
Reference
ITEM NO.
i
UNIT
MEASURE
Section
Reference
ITEM NO.
ITEM DESCRIPTION
UNIT
MEASURE
9
CC7- 1
Mobilization
LS
13
CC7- 2
Prepare and Implement Water Pollution Control Program
LS
5
CC7- 3
Project Layout and setup
LS'
5
CC7- 4
Construction Staking
LS
17
CC7- 5
Clearing and Grubbing
SF
17
CC7- 6
Protect/Trim Trees
LS
39
CC7- 7
Asphalt Concrete
TONS
90
CC7- 8
Heavy Duty Concrete
SF
90
CC7- 9
Concrete Flatwork
SF
89
CC7- 10
Aggregate Base
CY
73
CC7- 11
Truncated Domes/Detectable Warning Surface
SF
73
CC7- 12
Curb Ramp
EA
73
CC7- 13
Concrete Curb &, Gutter
LF
73
CC7- 14
Concrete Curb
LF
78
CC7- 15
Wheelstop/Parking Bumpers
EA
15 ,
CC7 - 16
Sawcut
LF
84
CC7- 17
Striping
SF
70
CC7- 18
Sidewalk drains
EA
78
CC7- 19
Re-route Roof Downspout +
EA
15
CC7- 20
Adjust Cleanout Lids to FG
EA
56
CC7- 21
Signs
EA
78
CC7- 22
Remove, Re -Apply & Paint Plaster
SF
78
CC7- 23
Extend Flashing below Sidewalk
LF
87
CC7- 24
Electrical Trenching
LF
86
CC7- 25
1" Conduit
LF
• 86
CC7- 26
2" Conduit
LF
86
CC7- 27
#10 Electrical Wire
LF
86
CC7- 28
Empty pull boxes
EA
86
CC7- 29
Light (Type 1)
EA
86
CC7- 30
Light (Type 2)
EA
86
CC7- 31
Light (Type 3)
EA
86
CC7- 32
Light (Type 4)
EA
86
CC7- 33
Light (Type 5)
EA
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions
24 of 95 -
5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Section
Reference
ITEM NO.
ITEM DESCRIPTION
UNIT MEASURE
9
CC5 - 1
Mobilization
LS
13
CC7 - 2
Prepare and Implement Water Pollution Control Program
LS
5
CCS - 3
Project Layout and setup
LS
5
CC7 - 4
Construction Staking
LS
17
CC5 - 5
Clearing and Grubbing
LS
17
CC5 - 6
Remove Trees
EA
17
CC5 - 7
Remove LS Retaining Board
LF
78
CC5 - 8
Remove and relocate irrigation
LS
15
CC5 - 9
Sawcut
LF
73
CC5 - 10
Concrete curb
LF
83
CCS - it
Handrail/guard rail
LF
47
CC5 - 12
Retaining Curb
LF
73
CC5 - 13
Concrete Flatwork
SF
47
CC5 - 14
Retaining Wall
LF
39
CCS - 15
Asphalt Concrete
TONS
89
CC5- 16
Aggregate Base
CY
73
CC5 - 17
' Truncated Domes/Detectable Warning Surface
SF
87
CC5 - 18
Electrical Trenching
LF
86
CC5 - 19
1" Conduit
LF
86
CCS - 20
#10 Electrical Wire
LF
86
CC5 - 21
Junction Box
EA
86
CC5 - 22
Circuit Breaker
EA
86
CC5 - 23
Type 1 fixture
EA
84
CC5 - 24
Striping
SF
56
CC5 - 25
Signs
EA
82
CC5 - 26
Relocate Signs
EA
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 25 of 95
STANDARD PLANS LIST
The Standard Plan sheets and County of Butte Standard Details applicable to this contract include, but are not .
limited to those indicated below and are provided in the Appendix to the Special Provisions. Applicable Revised
Standard Plans (RSP) and New Standard Plans (NSP) indicated below are also included in the Appendix to the
Special Provisions.
CURBS, DRIVEWAYS, DIKES, CURB RAMPS, AND ACCESSIBLE PARKING'
A87A Curbs and Driveways
A88A Curb Ramp Details
S-10 CONCRETE TRENCH COVER FOR STREETS AND SIDEWALKS
TEMPORARY WATER POLLUTION CONTROL
T51
Temporary Water Pollution Control Details (Temporary Silt Fence)
T52
Temporary Water Pollution Control Details (Temporary Straw Bale Barrier)''
T53
Temporary Water Pollution Control Details (Temporary Cover)
T54
Temporary Water Pollution Control Details (Temporary Erosion Control Blanket)
T55
Temporary Water Pollution Control Details (Temporary Erosion Control Blanket)
T56
Temporary Water Pollution Control Details (Temporary Fiber Roll)
T58
Temporary Water Pollution Control Details (Temporary Construction Entrance)
T59
Temporary Water Pollution Control Details (Temporary Concrete Washout Facility)
T60
Temporary Water Pollution Control Details (Temporary Reinforced Silt Fence)
T61
Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)
T62
Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)
T63
Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)
T64
Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 26 of 95
GENERAL CONDITIONS OF THE CONTRACT
ARTICLE: 1 DEFINITIONS,
A. The Contract Documents are defined in Article 3 of the Contract. These documents form the
Agreement.
B. The County, the Contractor, the Architect, General Services Director and the Facilities
Services Department are those mentioned as such in the Contract.
C. The term Subcontractor, as employed herein, includes only those having a direct contract
with the Contractor and this includes one who furnishes material worked to a special design
according to the plans or specifications of this Work, but does not include one who merely
furnishes material not so worked.
D. Written notice shall be deemed to have been duly served if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it is intended,
or if delivered at or sent by certified mail with a return receipt to the last business address
known to the party who gives the notice.
E. The term "Work" of the Contractor or Subcontractor includes labor or materials or both.
F. All time limits stated in the Contract documents are of the essence of the Contract.
G. The law of the place of the project site shall govern the performance of this Contract.
ARTICLE 2; EXECUTION, CORRELATION AND INTENT OF DOCUMENTS
The Contract Documents shall be signed in duplicate by the County and the Contractor.
The Contract Documents are complementary, and what is called for by any one shall be as binding
as if called for by all. The intention of the Contract Documents is to include all labor and materials,
equipment and transportation necessary for the proper execution of the Work. It is not intended,
however, that materials or Work not covered by or properly inferable from any heading, branch, class
or trade of the specifications shall be supplied unless distinctly so noted on the drawings. Materials
or Work described in words which so applied have a well-known technical or trade meaning shall be
held to refer to such recognized standards.
ARTICLE 3: DETAILED DRAWINGS AND INSTRUCTION
The Architect shall furnish within reasonable promptness, additional instructions, by means of
drawings, or otherwise, if necessary for the proper execution of the Work. All such drawings and
instructions shall be consistent with the Contract Documents, true developments thereof, and
reasonably inferable therefrom.
The Work shall be executed in conformity therewith and the Contractor shall do no Work without
proper drawings and instructions.
Immediately after being awarded the Contract, the Contractor shall prepare an estimated Progress
Schedule and submit it for the County's approval. The Progress Schedule shall indicate the dates for
the starting and completion of the various stages of construction.
ARTICLE 4: COPIES FURNISHED
Unless otherwise provided in the Contract Documents, the Facilities Services Department will furnish
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 27 of 95
to the Contractor, free of charge, five (5) copies of drawings and specifications reasonably necessary
for the execution of the Work.
ARTICLE 5: SHOP DRAWINGS AND SAMPLES
Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and
other data that are prepared by the Contractor or any Subcontractor, manufacturer, supplier or
distributor, and which illustrate some portion of the Work.
Samples are physical examples provided by the Contractor to illustrate materials, equipment or
workmanship, and to establish standards by which the Work will be judged.
The Contractor shall review, stamp with its approval, and submit, with reasonable promptness and in
an orderly sequence so as to cause no delay in the Work or in the Work of any other contractor, all
Shop Drawings and Samples required by the Contract Documents or subsequently by the Architect
as covered by modifications. Shop Drawings and Samples shall be properly identified as specified,
or as the Architect may require. At the time of submission, the Contractor shall inform the County in
writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract
Documents.
By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that it
has determined and verified all field measurements, field construction criteria, materials, catalog
numbers and similar data, or will so, and that the Contractor has checked and coordinated each Shop
Drawing and Sample with the requirements of the Work and of the Contract Documents.
The Architect will review Shop Drawings and Samples with reasonable promptness so as to cause
no delay, but only for conformance with the design concept of the Project, and with the information
given in the Contract Documents. The Architect's review of a separate item shall not indicate
approval of an assembly in which the item functions.
The Contractor shall make any corrections required by the Architect and shall resubmit the required
number of corrected copies of Shop Drawings or new Samples until accepted. The Contractor shall
direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the
corrections requested by the Architect on previous submissions.
The Architect's review of Shop Drawings or Samples shall not relieve the Contractor of responsibility
for any deviation from the requirements of the Contract Documents unless the Contractor has
informed the Architect in writing of such deviation at the time of submission, and the Architect has
given written approval to the specific deviation, nor shall the Architect's review relieve the Contractor
from responsibility for errors or omissions in the Shop Drawings or Samples.
No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until
the Architect has reviewed the submission. All such portions of the Work shall be in accordance with
approved Shop Drawings and Samples.
ARTICLE 6: DRAWINGS AND SPECIFICATIONS OF THE WORK
The Contractor shall keep one copy of any drawings and specifications on the Work, in good order
available to the County and to the County's representatives.
ARTICLE 7: OWNERSHIP OF DRAWINGS AND MODELS
All drawings, specifications and copies thereof furnished by Butte County are the County's property.
They are not to be used on other Work and, with the exception of the signed Contract set, are to be
returned to the County on request, at the completion of the Work.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 28 of 95
ARTICLE 8: SAMPLES
The Contractor shall furnish for approval, with reasonable promptness, all Samples as directed by
the County. The County shall check and approve such Samples, with reasonable promptness, only
for conformance with the design concept of the Project, and for compliance with the information given
in the Contract Documents. The Work shall be in accordance with approved Samples.
ARTICLE 9: MATERIALS, APPLIANCES, and EMPLOYEES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools,
equipment, light, power, transportation and other facilities necessary for the execution and completion
of the Work.
Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. The Contractor shall at all times enforce strict discipline and good order among
its employees, and shall not employ on the Work any unfit person or any one not skilled in the Work
assigned to the Contractor.
The General Contractor, and all Subcontractors, must understand that the Work to be performed shall
be the very best and of the highest quality in every respect. All Work shall be performed only by
workers of the highest skill in their respective lines, and in the best manner known to the respective
crafts employed. Defective Work, or Work that is not perfectly and properly executed, will not be
accepted.
ARTICLE 10: ROYALTIES AND PATENTS
The Contractor shall pay all royalties and license fees. The Contractor shall defend all suits or claims
for infringement of any patent rights and shall save the County harmless from loss or account thereof,
except that the County shall be responsible for all such loss when a particular process of the product
of a particular manufacturer or manufacturers is specified, but if the Contractor has information that
the process or article specified is an infringement of a patent; the Contractor shall be responsible for
such loss, unless it promptly gives such information to the Architect or County.
ARTICLE 11: SURVEYS, PERMITS AND REGULATIONS
The County shall furnish all surveys unless otherwise specified. Permits and licenses of a temporary
nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor.
Permits, licenses, and easements for permanent changes in existing facilities shall be secured and
paid for by the County, unless otherwise specified.
The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations
bearing on the conduct of the Work as drawn and specified. If the Contractor observes that any
drawings and specifications are at variance therewith, the Contractor shall promptly notify the County
in writing, and any necessary changes shall be adjusted as provided in the Contract for changes in
the Work. If the Contractor performs any Work knowing it to be contrary to such laws, ordinances,
rules and regulations, and without such notice to the County,.the Contractor shall bear all costs arising
therefrom.
ARTICLE 12: PROTECTION OF WORK AND PROPERTY
The Contractor shall continuously maintain adequate protection of all its Work from damage and shall
protect the County's property from injury or loss arising in connection with this Contract. The
Contractor shall make good any such damage, injury or loss; except such as may be directly due to
errors in the Contract Documents or caused by agents or employees of the County. The Contractor
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 29 of 95
shall adequately protect adjacent property as provided by law and the Contract Documents.
The Contractor shall take all necessary precautions for the safety of employees on the Work and
shall comply with all applicable provisions of Federal, State and Municipal safety laws and building
codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the
Work is being performed. The Contractor shall erect and properly maintain at all times, as required
by the conditions and progress of the Work, all necessary safeguards for the protection of workers
and the public and shall post danger signs warning against any hazards created by such features of
Work performance as scaffolding, window openings, and falling materials; and the Contractor shall
designate a responsible member of its organization on the Work, whose duty shall be the prevention
of accidents. The name and position of the person so designated shall be reported to the County by
the Contractor.
The Contractor will be solely and completely responsible for conditions of the job site, including the
safety of all persons and property during performance of the Work. This requirement will apply
continuously and not be limited to normal working hours.
In an emergency affecting the safety of life or of the Work or of the adjoining property, the Contractor,
without special instruction or authorization from the County, is hereby permitted to act, at the
Contractor's discretion, to prevent such threatened loss or injury, and shall so act, without appeal, if
so instructed and authorized. Any compensation, claimed by the Contractor on account of
emergency work, shall be determined by agreement or arbitration.
ARTICLE 13: INSPECTION OF WORK
The County, or its representatives, shall at all times have access to the Work wherever it is in
preparation or progress and the Contractor shall provide proper facilities for such access and for
inspection.
If the specifications, instructions, laws, ordinances, or any public authority require any Work to be
specially tested or approved, the Contractor shall give the County timely notice of its readiness for
inspection, and if the inspection is by another authority, of the date fixed for such inspection.
Inspections by the County shall be promptly made, and where practicable, at the source of supply. If
any Work should be covered up without approval or consent of the County, it must, if required by the
County, be uncovered for examination at the Contractor's expense.
ARTICLE 14: SUPERINTENDENCE, SUPERVISION
During the progress of the Work, the Contractor shall maintain, at the Work site, a competent
Superintendent and any necessary assistants, all satisfactory to the County. The Superintendent
shall not be changed except with the consent of the County, unless the Superintendent proves to be
unsatisfactory to the Contractor and ceases to be in the Contractor's employ. The Superintendent
shall represent the Contractor in the Contractor's absence and all directions given the Superintendent
shall be as binding as if given to the Contractor. Important directions shall be confirmed in writing to
the Contractor. Other directions shall be so confirmed on written request in each case.
The Contractor shall give efficient supervision to the Work, using its best skill and attention. The
Contractor shall within seven (7) days after receiving same, carefully study and compare any and all
specifications and other instructions and shall at ' once report in writing to the County any error,
inconsistency or omission which the Contractor may discover.
ARTICLE 15: CHANGE IN THE WORK
The County, without invalidating the Contract, may order extra Work, or make changes by altering,
adding to or deducting from the Work, the Contract sum being adjusted accordingly. All such Work
shall be executed under the conditions of the original Contract except that any claim for extension of
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 30 of 95
time caused thereby shall be adjusted at the time of ordering such change.
In giving instructions, the Architect shall have authority to make minor changes in the Work, not
involving extra cost; and not inconsistent with the purposes of the buildings, but otherwise, except in
an emergency endangering life or property, no extra Work or change shall be made unless in
pursuance of a written order from the County signed or countersigned by the Architect, or a written
order stating that the County has authorized the extra Work or change, and no claim for an addition
to the Contract sum shall be valid unless so ordered.
The County may make such changes without notice to the Surety or Sureties on the Bonds, provided
the intent of the Agreement is not altered. No change altering the intent of the Contract, (alteration
or modification of this Contract or of the Sureties of any Bond given to secure the performance hereof
and/or to inure to the benefit of any and all persons performing labor upon or furnishing materials
used or to be used on said Work) may be made without Surety approval.
The value of any such Work or change shall be determined in one or more of the following ways
A. By estimate and acceptance in a lump sum.
B. By unit process named in the Contract or subsequently agreed upon
C. By cost and percentage or by cost and fixed fee.
If none of the above methods are agreed upon, the Contractor, provided it received an order as
above, shall proceed with the Work. In such case, and also under case (c), the Contractor shall keep
and present in such form as the Architect may direct, a correct amount of the cost, together with
voucher. In any case, the Architect shall certify to the amount, including an allowance for overhead
and profit as described below, due to the Contractor. Pending final determination of value, payments
on account of charges shall be made on the Architect's certificate.
The Contractor's fee allowed to Contractor for overhead and profit, as applicable to changes in work,
shall be determined by a fee based on the following percentages of the various portions of the cost
of the work:
A. For all increases in bonds and insurance, the general Contractor's fee shall be the actual
cost of the bond/insurance increase. Subcontractors cannot charge for this fee:
B. For all allowable expenses incurred by the general Contractor and its direct employees, the
Contractor's fee shall be ten percent (10%).
C. For all allowable expenses incurred by the Subcontractor, Sub -subcontractor or lower level
Subcontractors and their direct employees, the Subcontractor's total fee for all Subcontractor
levels shall be ten percent (10%). The general Contractor's fee for Subcontractor's work
shall be five percent (5%).
D. When the net change in the Contract amount results in a decrease to the Contract price. The
cost of the decrease from the general Contractor will include the actual net decrease plus a
deduction in the Contractor's fee by an amount equal to ten percent (10%) of the net
decrease. The same fee deduction of 10% shall apply to each Subcontractor affected by the
change.
ARTICLE 16: CLAIMS FOR EXTRA COST
If the Contractor claims that any instructions by drawings or otherwise involve added cost under this
Contract, the Contractor shall give the County written notice thereof within a reasonable time after
the receipt of such instructions, and in any event before proceeding to execute the Work, except in
an emergency situation endangering life or property, and the procedure shall be as provided for
changes in the Work. No such claim shall be valid unless so made.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 31 of 95
ARTICLE 17: DELAYS AND EXTENSION OF TIME,
If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the County
or the Architect, or of any employees of either or by any separate contractor employed by the County,.
or by any changes ordered in the Work, or by strikes, lockouts, fire, unavoidable casualties or any
causes beyond the Contractor's control, or. by delay authorized by the Architect pending arbitration,
or by any causes that the Architect shall decide to justify the delay, then the time of completion shall
be extended for such reasonable time as the Architect may decide.
No such extension shall be made for delay occurring more than seven days before claim therefor is
made in writing to the Architect. In the case of a continuing cause of delay, only one claim is
necessary.
If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then
no claim for delay shall be allowed on account of failure to furnish drawings until two weeks after
demand for such drawings and not then unless such claim be reasonable.
This article does not include the recovery of damages for delay by either party or other provisions of
the Contract documents.
ARTICLE 18: CORRECTION OF WORK BEFORE FINAL PAYMENT
The Contractor shall promptly remove from the premises all materials condemned by the Architect or
County as failing to conform to the Contract, whether incorporated in the Work or not, and the
Contractor shall promptly replace and re -execute its own Work in accordance with the Contract and
without expense to the County and shall bear the expense of making good all Work destroyed or
damaged by such removal or replacement.
If the Contractor does not remove such condemned Work and materials within a reasonable time,
fixed by written notice, the County may remove them and may store the material at the expense of
the Contractor. If the Contractor does not pay the expenses of such removal within ten days time
thereafter, the County may, upon ten days written notice, sell such materials at auction or at private
sale and shall account for the net proceeds thereof, after deducting all the costs and expenses that
should have been borne by the Contractor.
ARTICLE 19: CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final certificate nor payment nor any provision in the Contract Documents shall relieve the
Contractor of responsibility for faulty materials or workmanship and, unless otherwise specified, the
Contractor shall remedy any defects due thereto and pay for any damage to other Work resulting
therefrom which shall appear within a period of one year from the date of final acceptance by the
County. The County shall give notice of observed defects with reasonable promptness. The
Architect, subject to arbitration, notwithstanding final payment shall decide all questions arising under
this article.
ARTICLE 20: THE COUNTY'S RIGHT TO DO WORK
If the Contractor should neglect to prosecute the Work properly or -fail to perform any provision of this
Contract, the County, after three days written notice to the Contractor may, without prejudice to any
other remedy the County may have, make good such deficiencies and may deduct the cost thereof
from the payment then or thereafter due the Contractor, provided, however, that the Architect shall
approve both such action and the amount charged to the Contractor.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP ` !
Project Specifications/ Special Provisions 32 of 9S
0
ARTICLE 21: COUNTY'S RIGHT TO TERMINATE CONTRACT
If the Contractor should be adjudged as bankrupt, or if the Contractor should make a general
assignment for the benefit of its creditors, or if a receiver should be appointed on account of its
insolvency, or the Contractor should persistently or repeatedly refuse or should fail, except in cases
for which extension of time is provided, to supply enough properly skilled workers or proper materials,
or if the Contractor should fail to make prompt payment to Subcontractors or for material or labor or
othe-wise be guilty of a substantial violation of any provision of the Contract, then the County may
serve written notice upon the Contractor and its Surety of its intention to terminate the Contract, such
notice to contain the reasons for such intention to terminate the Contract and, unless within 10 days
after the serving of such notice, such violation shall cease and satisfactory arrangements for
correction thereof be made, the Contract shall, upon the expiration of said 10 days, cease and
terminate. In the event of any such termination, the County 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 15 days after the serving upon it of
notice of termination does not give the County written notice of its intention to take over and perform
the Contract, or does not commence performance thereof within 30 days from the date of serving of
such, notice, the County 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 its Surety shall be liable to the County for any excess cost occasioned the
County thereby, and in such event the County may, without liability for so doing, take possession of
and utilize in completing the Work such material, appliances, plant and other property belonging to
the Contractor as may be on the site of the Work and necessary therefor.
ARTICLE 22: CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the Work should be stopped under an order of any court, or other public authority, for a period of
thirty (30) days, through no act or fault of the Contractor or of anyone employed by the Contractor, or
if the County should fail to issue any certificate for payment within seven (7) days after it is due, or if
the County should fail to pay the Contractor within Thirty Days (30) of its maturity and written
presentation any sum certified by the Architect, then the Contractor may, upon ten days written notice
to the County stop Work until payment is made.
ARTICLE 21 APPLICATIONS FOR PAYMENTS
The Contractor shall submit to the General Services Director, via the Architect, an application for
each payment, and, if required, receipts or other vouchers showing the Contractor's payments for
materials and labor, including payments to Subcontractors.
ARTICLE 24: PAYMENTS WITHHELD
The County, through the General Services Director may withhold or, on account of subsequently
discovered evidence, nullify the whole or a part of any payment to such extent as may be necessary
to protect the County from loss on account of:
A. Defective Work not remedied.
B. Claims filed or reasonable evidence indicating probable filing of claims.
C. Failure of the Contractor to make payments properly to Subcontractors or for material or
labor.
D. A reasonable doubt that the Contract can be completed for the balance then unpaid.
E. Damage to another Contractor.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 33 of 95
When the above grounds are removed, payment shall be made for amounts withheld because of
them.
ARTICLE 25: COUNTY'S LIABILITY INSURANCE
The County shall be responsible for and at the County's option may maintain such insurance as will
protect the County from its contingent liability for damages for personal injury, including death, which
may arise from operations under this Contract.
ARTICLE 26: FIRE INSURANCE
In. case said Work herein provided for should, before completion and acceptance by the County, be
wholly or partially destroyed by fire, then the loss occasioned thereby shall be sustained by the
Contractor, and the Contractor agrees to carry fire insurance for the full amount of the labor and
material as the Work progresses in the joint name of the Contractor and the County. All moneys
received under such policies are to be divided between the Contractor and the County as their interest
may appear. Contractor agrees to provide such fire insurance in a company or companies acceptable
to the County, including the extended coverage and vandalism and mischief endorsements naming
both the Contractor and the County as Insured, subject to the terms and conditions of Standard Forms
Bureau Builder's Risk completed value form.
Such insurance shall be in the amount of the Contract, less permissible insurance exclusions and
shall be maintained at all times at an amount equaling the estimated cost to the County of rebuilding,
less permissible insurance exclusions (amount to be determined by agreement between County and
Contractor).
The cost of all insurance in excess of the amount of the Contract, including change orders, less
amount of permissible insurance exclusions, shall be borne by the County.
It shall be understood that in case of a fire, the Contractor shall remove all damaged material and
debris resulting from the fire from the site, and clean the site in preparation for rebuilding, at no extra
cost to the County.
ARTICLE 27: GUARANTY BONDS
The County shall have the right, prior to the signing of the Contract, to require the Contractor to
furnish the bond covering the faithful performance of the Contract and the payment of all obligations
arising thereunder, in such form as the County may prescribe with such sureties as the County may
approve. If such bond is not required by instructions given previous to the submission of bids, the
premium shall be paid by the County.
Changes in the Work of time provisions of the Contract, with or without notice to, or consent of the
Surety or Sureties, shall not release the Surety or Sureties on the bonds provided that the intent of
the Contract is not altered.
ARTICLE 28: DAMAGES
If either party to this Contract should suffer damage in any manner because of any wrongful act or
neglect of the other party or of anyone employed by the other party, then the damaged party shall be
reimbursed by the other party for such damage..
ARTICLE 29: LIENS
Neither the final payment, nor any part of the retained percentage shall become due until the
Contractor, if required, shall deliver to the County a complete release of all liens arising out of this
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 34 of 95
Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that so far as the
Contractor has knowledge or information, the releases and receipts include all the labor and material
for which a lien could be filed. The Contractor may, if any Subcontractor refuses to furnish
a release or receipt in full, furnish a bond satisfactory to the County,,to indemnify the County against
any lien. If any lien remain unsatisfied after all payments are made, the Contractor shall refund to
the County all moneys that the latter may be compelled to pay in discharging such a lien, including
all costs and reasonable attorney's fee.
ARTICLE 30: ASSIGNMENT
Neither party to the Contract shall assign the Contract or sublet it as a whole without the written
consent of the other, nor shall the Contractor assign any moneys due to or to become due to the
Contractor hereunder, without the prior written consent of the County.
ARTICLE 31: SEPARATE CONTRACTS
The County reserves the right to let other contracts in connection with this Work. The Contractor
shall afford other contractors reasonable opportunity for the introduction and storage of their materials
and the execution of their Work and shall properly connect and coordinate the other contractor's work
with theirs.
ARTICLE 32: SUBCONTRACTORS
The Contractor agrees that it is as fully responsible to the County for the acts and omissions of the
Contractor's Subcontractors and of persons either directly or indirectly employed by them, as the
Contractor is for the acts and omissions of persons directly employed by the Contractor.
Nothing contained in the Contract Documents shall create any contractual relation between any
Subcontractor and the'County.
ARTICLE 33: RELATIONS OF CONTRACTOR AND SUBCONTRACTOR
The Contractor agrees to bind every Subcontractor and every Subcontractor shall agree to be bound
by the terms of the Contract Documents and all Drawings and Specifications as far as applicable to
the Subcontractor's Work.
All Subcontractors shall be considered employees of the Contractor and shall have rights, duties or
responsibilities as such, i.e., Rates of Pay, Certification, Supervision, and Conditions of Work.
ARTICLE 34: USE OF PREMISES
The Contractor shall confine its apparatus, the storage of materials and the operations of its workers
to limits indicated by law, ordinances, permits or directions of the County and shall not unreasonably
encumber the premises with the Contractor's materials.
The Contractor shall not load or permit any part of the structure to be loaded with a weight that will
endanger its safety.
The Contractor shall enforce the County's instructions regarding signs, advertisements, fires and
smoking.
ARTICLE 35: CLEANING UP
The Contractor shall at all times keep the premises free from accumulations of waste material or
rubbish caused by the Contractor's employees or Work, and at the completion of the Work shall
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 35 of 95
remove all the Contractor's rubbish from and about the building and all the Contractor's tools,
scaffolding and surplus materials and shall leave its Work "broom clean" or its equivalent, unless
more exactly specified. In case of dispute the County may remove the rubbish and charge the cost
to the several contractors as the County may determine to be just.
ARTICLE 36: TAXES
The Contractor and Subcontractor shall pay all state and federal taxes upon labor or materials
involved in their branch of the Work, cost of same to be included in the Contract price.
ARTICLE 37: RESPONSIBILITY FOR DAMAGE
The Contractor shall be held responsible for any liability imposed by law for any damage to any
person or property resulting from defects or obstructions or from any cause whatsoever during the
progress of the Work or at any time before its completion and final acceptance, and shall indemnify
and save harmless the County from all suits or actions of every name and description, brought for,
or on account of any injuries or damage received or sustained by any person or persons, by or from
the Contractor, the Contractor's servants, or agents, in the performance of the Work or by or in
consequence of any negligence in guarding the same, in improper materials used in its performance,
or by or on account of any act or omission of the Contractor or its agents.
ARTICLE 38: ASBESTOS CONTAINING MATERIALS
Butte County prohibits the installation of'asbestos containing material on its property or in its facilities.
No. asbestos containing materials may be installed on or in County owned property or in County
owned facilities without the express written consent from the General Services Director defining the
specific item and quantity. Contractors that install asbestos containing material either knowingly or
inadvertently without the written consent of the General Services Director shall be responsible for the
cost of removal of the asbestos containing materials as well as the replacement of the asbestos
containing material with non asbestos containing material and any expenses incurred by the County
including medical expenses and future liability relating to the asbestos containing material.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 36 of 95
SUPPLIMENTAL GENERAL CONDITIONS
DEFINITIONS
A. County shall mean:
Board of Supervisors
County of Butte
Administration Building
25 County Center Drive
Oroville, CA 95965
B. General Services Administration shall mean:
Grant Hunsicker, General Services Director
2081 2nd Street
Oroville, CA 95965-3413
C. Facilities. Service Office shall mean:
Thomas Cowles, Capital Improvement Project Manager, General Services
2081 2nd Street
Oroville, CA 95965-3413
2. MANNER OF CONDUCTING WORK
A. The Contractor shall conduct its Work in such a manner as to cause the least interference
with the. operation of the adjacent property or any essential service thereof.
B. The Contractor shall repair any damage, resulting from construction activities, to existing
adjacent structures and such other Work at no additional expense to County.
3. CONTRACT TIMES
A. The Contract time is the period of lime allotted in the Contract Documents for completion of
the Work. The date of commencement of Work is the date established in the Notice to
Proceed.
B. The Date of Substantial Completion. is the date certified by the County when construction is
sufficiently complete in accordance with the Contract Documents so the County may occupy
the premises or portion thereof for the use intended.
C. All time limits stated in the Contract Documents are of the essence of the Contract. Contractor
shall begin Work promptly on the date of commencement noted on the Notice to Proceed and
shall carry the Work forward expeditiously with sufficient resources to complete the Work
within the Contract time.
4. FINAL INSPECTION
When the Work is substantially completed, the Contractor shall notify the County, through General
Services Administration, in writing that the Work will be ready for final inspection and test on a definite
date that shall be stated in such notice. The notice shall be given at least ten (10) days in advance of
said date.
5. GUARANTEE OF WORK
A. Except as otherwise specified, the Contractor shall provide the County with a written
guarantee against defective workmanship and materials for a period of one year from the
manufacturer from date of acceptance.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF -TRAVEL RAMP
Project Specifications/ Special Provisions 37 of 95
B. If, within any guarantee period, repairs or changes are required in connection with
guaranteed Work, which is rendered necessary as the result of the use of materials,
equipment or workmanship which are inferior, defective, or not in accordance with the terms
of the Contract, the Contractor shall promptly, upon receipt of notice from the County, and
without expense to the County:
1. Place in satisfactory condition in every particular, all of such guaranteed Work; and
correct all defects therein;
2. Make good all damage to the building or site, or equipment or contents thereof, which
is the result of the use of materials, equipment or workmanship which are inferior,
defective, or not in accordance with the terms of the Contract; and ,
3. Make good any Work or material, or the equipment and contents of said building or
site disturbed in fulfilling any such guarantee.
C. In any case wherein fulfilling the requirements of the Contract or of any guarantee, embraced
in or required thereby, the Contractor disturbs any Work guaranteed under another
agreement, the Contractor shall restore such disturbed Work to a condition satisfactory to the
County and guarantee such restored Work to the same extent as it was guaranteed under the
Contract.
D. If the Contractor, after notice, fails to proceed promptly to comply with the guarantee, the
County may have the defects corrected and the Contractor and its Surety shall be liable for
all expense.
E. All special guarantees applicable to definite parts of the Work that may be stipulated in the
specifications or other papers forming a part of the Contract shall be subject to the terms of
this paragraph during the first year of the life of such special guarantee.
{
6. REQUIRED PROVISIONS DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract shall be
deemed to be inserted herein and the Contract shall be read and enforced as though it were included
herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly
inserted, then upon the application of either party the Contract shall forthwith be physically amended
to make such insertion or correction.
7. • SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION
A. In order to protect the lives and health of the Contractor's employees under the Contract, the
Contractor shall comply with all applicable provisions of the Federal Safety and Health
Regulation for Construction; Contract Work Health and Safety Standards; Construction Orders
of the State of California, and Cal OSHA standards, as amended.
B. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of
the Contractor's plant, appliances, and methods, and for any damage which may result from
their failure or their improper construction, maintenance, or operation.
C. The Contractor shall maintain a current Injury and Illness Prevention Plan (IIPP)
during the duration of this Contract.
8. SAFETY/ENVIRONMENT.
CONTRACTORS and SUBCONTRACTORS shall comply fully with all state, local and where
applicable, federal laws, regulations, standards, policies and procedures including but not limited to
safety policies established by and derived from OSHA for the storage and handling of. hazardous
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 38 of 95
materials, safety and accident prevention. CONTRACTORS shall participate fully in COUNTY'S safety
program when workers are on the job site and conduct inspections to determine that safe working
conditions and equipment exist for its employees and the employees of its SUBCONTRACTORS and
suppliers and for the adequacy of and required use of all safety equipment by such persons.
CONTRACTOR shall comply with the Butte County Construction "Code of Safe Practices" and job
specific "Safety Work Plans" when deemed necessary by County Safety Officer.
To implement the foregoing, the County may, in advance of and pending Notice of Default, take any
immediate steps it considers necessary to address a violation of this section by CONTRACTOR or
SUBCONTRACTOR including, but not limited to, the following:
• Issuing written safety warnings;
• Notifying CONTRACTOR's insurer of any safety concerns;
• Cure, at CONTRACTOR's expense, any unsafe conditions;
• Stop the work of CONTRACTOR and eject CONTRACTOR, its employees,
SUBCONTRACTORS and suppliers from the job site;
• Report the violation to an appropriate governmental agency;
• Require CONTRACTOR to provide satisfactory evidence of a cure of the safety violation and
reasonable assurance as determined by County that recurrence has been mitigated.
g. MINIMUM WAGES
A. ' The wages to be paid for a day's work to all classes of laborers, workers, or mechanics on the
Work contemplated by this Contract, shall be not less than the prevailing rate for a day's work
in the same trade or occupation in the locality within the state where the Work hereby
contemplated to be performed as determined by the Director of Industrial Relations pursuant
to his/her authority under Labor Code 1770 et seq. Each laborer, worker or mechanic
employed by the Contractor or by any Subcontractor shall receive the wages herein provided
for. The Contractor shall pay fifty dollars ($50.00) per day penalty to the County for each
worker paid less than the prevailing rate of per diem wages and the wage paid to each worker
shall be paid by the Contractor to each worker.
NOTE: An error on the part of an awarding body does not relieve the Contractor from
responsibility for payment of the prevailing rate of per diem wages and penalties pursuant to
Labor Code 1770-1775.
B. The County shall require that any class of laborers or mechanics, including apprentices and
trainees, which is not listed in the wage determination, and which is to be employed under the
Contract, shall be classified or reclassified conforming to the wage determination.
10. PAYROLLS AND BASIC RECORDS
A. If the schedule of prevailing wage rates is not attached hereto pursuant to Labor Code Sec.
1773.2, the Contractor shall post at appropriate conspicuous points at the site of the project a
schedule showing all determined prevailing wage rates for the various classes of laborers and
mechanics to be engaged in Work on the project under this Contract and all deductions, if
any, required by law to be made from unpaid wages actually earned by the laborers and
mechanics so engaged.
B. Each Contractor and Subcontractor shall keep an accurate payroll record, showing the name
address, social security number, work week, and the actual per diem wages paid to each
journeyman, apprentice, worker, or other employee employed by the Contractor in connection
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 39 of 95
with the public Work. Such records shall be certified and available for inspection at all
reasonable hours at the principal place of the Contractor as required by Labor Code Sec.
1776.
11. APPRENTICES AND TRAINEES
A. Contractor agrees to comply with Chapter 1, Part 7, Division 2, Sec. 1777.5 et. seq: of the
California Labor Code. These sections require contractors and subcontractors to employ
apprentices in apprenticeable occupations in a ratio of not less than one apprentice for each
five journeymen (unless an exception is granted in accordance with Sec. 1775.5). These
sections also require that contractors and subcontractors shall not discriminate among
otherwise qualified employees as apprentices solely on the grounds of race, religious creed,
color, national origin, ancestry, gender or age. Only apprentices as defined in Sec. 3077, who
are in training under apprenticeship standards and who have written apprentice agreements
will be employed on public works in apprenticeable occupations. The responsibility for
compliance with these provisions is fixed with the prime Contractor for all apprenticeable
occupations.
12. OVERTIME REQUIREMENTS
A. No Contractor or Subcontractor contracting for any part of the Contract Work which may
require or involve the employment of laborers or mechanics shall require or permit any laborer
or mechanic in any work week in which he/she is employed on such Work to work in excess
of forty hours in such workweek unless such laborer or mechanic receives compensation at a
rate not less than one and one-half times his/her basic rate of pay for all hours in excess of
forty hours in such workweek, as the case may be.
B. In the event of any violation of the clause set forth in the subparagraph above, the Contractor
and any Subcontractor responsible therefor, shall be liable to any affected employee for
his/her unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the
County for liquidated damages. Such liquidated damages shall be computed with respect to
each individual laborer or mechanic employed in violation of the clause set forth in the above
subsection in the sum of $25.00 for each calendar day on which such employee was required
or permitted to work in excess of eight hours without payment of overtime wages required by
the clause set forth in subsection above.
C. The Contractor shall insert in all Subcontracts, the clause set forth in the above subsection of
this section, and also a clause requiring the Subcontractor to include these clauses in any
lower tier Subcontracts which they may enter into, together with a clause requiring this
insertion in any further Subcontracts that may in turn be made.
13. FAIR EMPLOYMENT PRACTICES
A. In the performance of this Contract, the Contractor will not discriminate against any employee
or applicant for employment because of gender, race, religious creed, color, national origin,
ancestry, marital status, physical disability or mental disability. The Contractor will take
affirmative action to ensure' that applicants are employed, and that employees are treated
during employment, without regard to their gender, race, religious creed, color, national origin,
ancestry, marital status, physical disability or mental disability. Such action shall include, but
not be limited to the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor shall post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
State setting forth the provisions of the Fair Employment Practices section.
"See Government Code Sections 19700 Et. Seq. for further details.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP ,
Project Specifications/ Special Provisions 40 of 95
B. The Contractor shall permit access to its records of employment, employment advertisements,
application forms, and other pertinent data and records by the State Fair Employment
Practices Commission, or any other agency of the State of California designated by the
awarding authority, for the purpose of investigation to ascertain compliance with the Fair
Employment Practices section of this Contract.
C. Remedies for Willful Violation:
The State may determine a willful violation of the Fair Employment Practices provision
to have occurred upon receipt of a final judgement having that effect from a court in
an action to which Contractor was a party, or upon receipt of a written notice from the
Fair Employment Practices Commission that it has investigated and determined that
the Contractor has violated the Fair Employment Practices Act and has obtained an
injunction or issued an order which has become final.
2. For willful violation of this Fair Employment Practices provision, the County shall have
the right to terminate this Contract either in whole or in part, and any loss or damage
sustained by the County in securing the goods or services hereunder shall be borne
and paid for by the Contractor and by its surety under the performance bond, if any,
and the County may deduct from any moneys due or that thereafter may become due
to the Contractor, the difference between the price named in the Contract and the
actual cost thereof to the County.
7 COUNTY CENTER. (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 41 of 95
DIVISION 1- GENERAL REQUIREMENTS
GENERAL
A. This Work is subject to the General Conditions and Supplemental Conditions preceding these
Specifications and this Contractor shall be responsible for and be governed by all
requirements thereunder.
2. WORK INCLUDED
A. The Work required to be performed by the Contractor consists of building construction,
together with related facilities, in conformity with Plans and Specifications hereinafter
identified, including furnishing all materials, labor, plant, tools, equipment and service
necessary therefor and incidental thereto, complete and ready for occupancy, except as
hereinafter otherwise provided.
3. WORK NOT INCLUDED
A. Except for such auxiliary Work as is indicated or specified as part of the construction, the
following Work is NOT included in the Contract:
1. Any Work shown marked "N.I.C." (Not in Contract), or otherwise designated to be
done by others.
4. LOCATION
A. The site of the Work shall be as indicated on the Drawings and Specifications specified herein,
including such offsite Work shown, detailed or specified.
5. DEFINITIONS
A. "Or equal": Shall mean "Approved as an equal in the opinion of the County".
B. "Reviewed": Shall mean "Reviewed by the County".
C. "If (when or as) directed". Shall mean "If (when or as) directed by the County".
D. "If (when or as) required": Shall mean, "As required to suit specified job conditions other than
typical", and/or "As required by the best building practice".
E. "Approved": Shall mean "Reviewed by the County for conformance with design concepts and
general layout'.
6. SHOP DRAWINGS
A. The term "Shop Drawings", as used herein, includes fabrication, erection, layout, and setting
drawings, manufacturer's standard drawings, descriptive literature, catalogues, and
brochures; performance and test data, wiring and control diagrams, all other drawings and
descriptive data pertaining to materials, equipment, piping, duct and conduit systems and
methods of construction as may be required to show that the materials, equipment or systems
and the position to show that the materials, equipment or systems and the position thereof
conform to the Contract requirements. As used herein, the term "manufactured" applies to
standard units usually mass-produced; and "fabricated" means items specifically assembled
or made out of selected materials to meet individual design requirements. Shop Drawings
shall establish the actual detail of all manufactured or fabricated items, indicate proper relation
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 42 of 95
to adjoining Work, amplify design details of mechanical and electrical equipment in proper
relation to physical spaces in the structure, and incorporate minor changes of design or
construction to suit actual conditions.
B. The term "reasonable promptness" as used in describing the County's responsibility for return
of Shop Drawings to Contractor shall be deemed to mean not more than fifteen (15) working
days.
C. Before submittal, the General Contractor shall review all Shop Drawings of its Subcontractors
and shall NOTE BY THE CONTRACTOR'S STAMP OR SIGNATURE that the Shop Drawings
have been checked and approved by the Contractor. Submittals not so stamped or signed
will be returned without the County's review or approval.
D. Drawings made and submitted for the sole and obvious purpose of satisfying Shop Drawing
requirements and which only trace the County's details, and which do not contain full and
detailed information on the materials and fabrication methods in conformity with the Contract
documents will be returned to the Contractor unchecked and not approved. Delays caused
by required re -submissions on this account will not be considered in allowing extensions to
the Contract time.
E. Responsibility rests with the General Contractor to:
1. Check and verify all field measurements and conditions.
2. Check for errors and deviations (despite the County's approval), unless the Contractor
has the County's written approval for deviations.
Coordinate between disciplines and adjust systems to be compatible.
F. No fabrication of materials shall be done prior to approval of Shop Drawings by the County
7. OR EQUAL
A: All materials must be approved by the County in writing. For this purpose, Contractor shall
submit to the County, not later than thirty (30) calendar days after award of the Contract, six
(6) copies of a typewritten list of all items or classes of materials to be used in the Work. The
Contractor shall also submit a description of particular material the Contractor proposes to
use in each case.
B. In cases where Contractor proposes materials 'different from those specified, the
Contractor shall so state in the material list and the Contractor shall append to material list
sufficient data, drawings, samples, literature or other detail information (in single copy), as will
demonstrate to County that the proposed substitute material is equal in quality and utility to
material specified. County will approve in writing not later than fifteen (15) calendar days after
their receipt, and such proposed substitution, providing their equality in quality and utility are
thus, in the County's opinion, satisfactorily demonstrated.
C. Such approval shall not relieve Contractor from complying with requirements of Drawings and
Specifications and Contractor shall be responsible at its own expense for any changes caused
by the Contractor's proposed substitutions which affect other parts of the Contractor's own
Work or Work of other Contractors.
D. It shall be the responsibility of the Contractor to order and schedule delivery of materials in
ample time to avoid delays in construction, and approved material shall be substituted at no
extra cost to,the County; or, at the County's discretion, an approval of a substitute will be given
only upon agreement by the Contractor to remove the substituted material at a later date and
time, agreeable to the County, and replace it at the Contractor's own expense with the material
originally specified.
8. REGULATIONS
7 COUNTY CENTER I.CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 43 of 95
A. When these Specifications call for materials or construction of a better quality, or larger sizes
than required in the above-mentioned rules and regulation, the provisions of the specifications
shall take. precedence. The Contractor shall furnish without extra charge any additional
material and labor when required by the compliance with these laws, rules and regulations,
even though the Work be not mentioned in these particular Specifications or shown on the.
Drawings.
9. REFERENCES
A. A.A.S.H.O.: Where A.A.S.H.O. is referred to, it is the American Association of State Highway
Officials.
B. A.G.A.: Where A.G.A. is referred to, it is the American Gas Association.
C. A.M.C.A.: Where A.M.C.A. is referred to, it is the American National Contractors Association.
D. A.R.I.: Where the A.R.I. is referred to, it is the American Refrigeration Institute.
E. A. S. H. R.A. E.: Where A.S.H.R.A.E. is referred to, it is the American Society of Heating
and Refrigeration and Air Conditioning Engineers.
F. A.S.T.M.: Specifications: Where A.S.T.M. Serial Numbers are used, they refer to the latest
tentative specifications, standard specifications, standard method or standard method of
testing, issued by the American Society of Testing Materials.
G. City and County Standards: Where City and County Standards are referred to, it shall mean
the Standards and/or governing regulations of the local agency having jurisdiction.
H. Commercial Standards: Where Commercial Standards are referred to as a measure of quality,
standard and method of fabrications, they refer to Commercial Standards issued by the U.S.
Department of Commerce.
I. N.E.C.: Where N.E.C. is referred to, it is the National Electrical Code, current edition unless
otherwise required by local agency.
J. S.M.A.C.N.A.: Where S.M.A.C.N.A. is referred to, it is the Sheet Metal and Air
Conditioning Contractors National Association, latest edition.
K. State Highway Specifications: Where State Highway Specifications are referred to, it shall
mean Cal -Trans Standard Specifications.
L. U.B.C.: Where U.B.C. is referred to, it is the Uniform Building Code, current edition, including.
supplements.
M. U.M.C.: Where U.M.C. is referred to, it is the Uniform Mechanical Code, current edition unless
otherwise required by local agency.
N. U.P.C.: Where U.P.C. is referred to, it is the Uniform Plumbing Code, current edition unless
otherwise required by local agency.
10. MANUFACTURER'S DIRECTIONS
A. All manufactured articles, material and equipment shall be applied, installed, connected,.
erected, used, cleaned and conditioned as directed by the manufacturers. If specified. to the
contrary, notify the County in writing prior to proceeding.
11. RECORD DRAWINGS
A. The Contractor shall provide and maintain in the field one complete record set of Drawings
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 44 of 95
that form a part of this Contract. Immediately after the Work is installed, the Contractor shall
carefully draw on these prints in ink, any and all Work that is installed differently from Work as
indicated on the Drawings. Upon completion of the Work, the Contractor will deliver this set
of corrected prints and record Work indicated thereon. Approval of monthly pay applications
will depend on the status of these documents. If documents are not updated, all or a portion
of the payment will be held until such documents are provided..(See Mechanical and Electrical
Sections for further requirements).
12. MEASUREMENTS
A. Before ordering material or doing Work, the Contractor shall verify all measurements affecting
the Work at the project site and be responsible for the correctness of all measurements. No
extra charge or compensation will be allowed on account of difference between actual
dimensions and the measurements indicated on the Drawings.
13. HEATING
A. The Contractor shall provide heat, fuel and services as necessary to protect all Work and
materials against injury from dampness and cold until final acceptance of all Work and material
in the Contract, unless the new addition is fully. occupied by the County prior to such
acceptances, in which case the County shall assure all expenses of heating from the date of
occupancy.
B. The Contractor shall provide heat as follows:
At all times during the placing, setting and curing of concrete, provide sufficient heat
to ensure the heating of the spaces involved to no less than 50 degrees Fahrenheit.
2. From the beginning of the application of plaster and during the setting and curing
period, provide sufficient heat to produce a temperature in the spaces involved of not
less than 50. degrees Fahrenheit.
For a period of ten days previous to the placing of interior wood finish and throughout
the placing of this and other interior finishing, varnishing, painting, etc., and until final
acceptance of the Work, or until full occupancy by the County, provide sufficient heat
to produce a temperature of not less than 70 degree Fahrenheit.
14. CLIMATIC CONDITIONS
A. Contractor shall take all reasonable and necessary precautions to protect its Work from rainy
weather in order not to delay the progress of the Work.
B. When so ordered by the County, the Contractor shall suspend any Work that may be subject
to damage by climatic conditions.
15. NAME PLATES AND TRADE MARKS
A. Manufacturer's name plates, trademarks or other identification markings, will be permitted on
the showing faces of material or equipment, unless otherwise specifically indicated or
specified.
16. SCAFFOLDING
A. Contractor shall coordinate with its Subcontractors all requirements for the furnishing and use
of scaffolding on the job, in compliance with the rules and regulations of the Industrial Accident
Commission of the State of California and O.S.H.A.
17. LINING OF JOINTS IN FINISH MATERIALS
A. It shall be the responsibility of the Contractor to make certain in the installation of jointed floor,
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 45 of 95
wall and ceiling materials that: '
1. The joints line through in a straight line and in both directions wherever possible
2. The joints relate to all openings and breaks in the structure and be symmetrically
placed wherever possible. This includes heating registers, light fixtures, equipment,
etc.
3. If, because of non -related sizes of the various material and locations of openings; etc.,
it is not possible to accomplish the above, the Contractor shall meet the County at the
site to determine the most satisfactory arrangement. The Contractor shall establish
centerline for all trades.
18. LOCATION OF EQUIPMENT AND PIPING
A. Drawings showing location of equipment, piping, ductwork, etc. are diagrammatic and job
conditions will not always permit their installation in the location shown. When this situation
occurs, it shall be brought to the County's attention immediately and the relocation determined
in a joint conference. The Contractor will be held responsible for the relocating of any items
that were installed without first obtaining the County's approval as required above. The
Contractor shall remove and relocate such items at its own expense if so directed by the
County. All such changes shall be reflected, immediately, on the record documents.
B. Where piping or conduit is left exposed within a room, the same shall be run true to plumb,
horizontal or intended planes. Where possible, uniform margins are to be maintained between
parallel lines and/or adjacent wall, floor or ceiling surfaces.
19. BARRICADES
A. The Contractor shall provide necessary guard railings, warning signs, lights, barricades for
protection of public safety as required bylaw, and/or as may be required by local authorities.
20. BURNING OF MATERIAL
A. The Contractor shall burn no material on the premises except in compliance with applicable
laws and regulations. The Contractor shall burn no material on the premises without prior
written consent by the County.
21. EXISTING AND PUBLIC UTILITIES
A. The exact location and depth of existing underground utilities shall be determined by the
Contractor and marked before commencing with any Work. The Contractor shall cut and cap
existing utilities to be abandoned, or as directed by County.
B.- The Contractor shall send proper notices, make all necessary arrangements, and perform all
other services, required in the care and maintenance of all public utilities, and the Contractor
shall assume all responsibility concerning the same for which the County may be liable.
C. Enclosing, or boxing in, for protection of any public utilities equipment, shall be done by the
Contractor. Upon completion of the Work, the Contractor shall remove all enclosures, fill in
all openings in concrete masonry, grout the same watertight, and leave in a finished condition.
22. TEMPORARY CONSTRUCTION FACILITIES
A. The Contractor shall furnish, install and maintain adequate and ample sanitary facilities for the
workers. The Contractor shall also provide for construction, light, power, water and telephone
service.
23. JOB OFFICE
f
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 46 of 95
A. The Contractor and its Subcontractors shall maintain such offices and storage facilities on the
site as may be necessary in the proper conduct of the Work. These shall be located so as to
not cause interference to any Work to be performed on the site or to the County's day-to-day
operations.
B. Upon completion of the Work, or as directed by the County, the Contractor shall remove all
such temporary structures and facilities from the site, the same to become the Contractor's
property, and leave the premises in the condition required by the Contract.
C. The Contractor shall pay for all business calls made from the job by the Inspector, County or
its representatives.
D. Copies of all project correspondence must be kept on site.
E. Provide an e-mail account at the job site throughout the course of construction.
24. CONSTRUCTION LAYOUT AND GRADES
A. The Contractor shall layout all Work, set necessary markers and stakes, and shall be
responsible for correct lines and grades. Such layout of Work shall be performed by a person
licensed to practice Land Surveying in the State of California. Lines and grades shall be
determined from a base line and bench marks established and noted on the Drawings.
B. The Contractor shall protect and maintain the base line and bench marks, and shall pay all
costs for re-establishing the base line and bench marks, should they be destroyed.
25. DEMOLITION
A. The Contractor shall do all demolition indicated on the drawings and for all trades and as
required to complete the Work. No cutting or notching of structural members shall be done
without prior approval of the County. Demolition shall be done by workers skilled in this type
of Work. Overcuts shall be repaired at Contractor's expense as directed by the County.
26. CLEAN-UP
A. Contractor shall perform a complete janitorial service, including the washing and polishing of
all glass, aluminum work, plumbing fixtures, ceramic tile and ornamental metal; cleaning,
waxing and polishing of all floors; dusting and cleaning all sills, moldings, all mechanical and
electrical equipment and fixtures, just prior to final acceptance. Contractor shall remove all
rubbish and waste materials from construction yard periodically, and after the completion of
the job, restore the grounds to their natural state.
27. DIVISION OF SPECIFICATIONS
A. For convenience, these Specifications are arranged into several Divisions and Sections, but
such separation shall not be considered as the limits of the Work required of any subcontract
or trade. The terms and conditions of such limitations are wholly between the Contractor and
its Subcontractors.
28. TIME EXTENSIONS
A. From time -to -time labor, materials, and/or equipment shortages within the industry are
experienced by Subcontractors and Suppliers. When such a shortage occurs, it is imperative
that all circumstances surrounding the incident be properly documented. To this end, the
Contractor shall provide applicable documentation whenever any shortage affects the Work
included in this Contract.
B. A labor shortage or strike is to be documented by the Contractor notifying the County in writing
of all pertinent facts, as well as forwarding to the County copies of letters the Contractor has
written to obtain assistance in settling a labor shortage or strike situation. Any letter the
7 COUNTY CENTER, (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 47 of 95
R ,
Contractor receives from the Union in response to its inquiry should also be included as
additional documentation to the County.
C. Material and equipment shortages shall be documented in much the same manner.
The Contractor shall obtain a letter from the manufacturer involved, stating when the' ,
Contractor's order was placed and when it is expected to be delivered, as well as, any other,
pertinent information regarding shortages or strikes.
D. If the Contractor should be the cause of a delay to the progress of a project, and the
Contractor has neglected to properly identify this pending delay, as outlined herein, the County
may elect to assess liquidated damages. Therefore, it is imperative that all pertinent facts
regarding any shortages be promptly and accurately documented and the County be notified
as required by this Contract.
29. REQUEST FOR SUBSTITUTION
A. The Specifications are intended to set forth a standard of quality that must be adhered to in
.the Work included in this Contract. Prior to selection of a course that may deviate from that
which is set forth in the Specifications, a Request for Substitution shall be submitted. A time
limit has been established herein for submitting the Contractor's request for substitution.
B. Inasmuch as the County has set forth certain criteria to be met, the following guidelines shall
be followed when requesting a substitution:
It shall be the responsibility of the Subcontractor or Supplier to provide, to the
satisfaction of the County and the Contractor, evidence that the substitution as offered
responds in quality, fitness and capacity to the item originally called for (or as
amended by Addenda) and that it would be in the best interest of the County to accept
said substitution. In addition, the Subcontractor or Supplier shall warrant in writing
that substituted materials shall perform as specified and assume complete
responsibility for the substituted materials. Testing, if required, shall be the
responsibility of the Contractor. All costs associated with required testing shall also
be at the Contractor's expense.
C. Should a Request for Substitution be approved, Contractor shall submit a Substitution
Warranty typed on letterhead stationery of the firm requesting substitution and shall include
such conditions as may be deemed appropriate by the County.
i
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 48 of 95
Date
PROJECT
COUNTY
NOTICE TO PROCEED
ISSUED BY BUTTE COUNTY GENERAL SERVICES r
01/29/18 `
7 COUNTY CENTER (CC7) PATH OF TRAVEL & 5 COUNTY CENTER
DRIVE (CC5) PATH OF TRAVEL RAMP '
5 and 7 County Center Drive
Oroville, CA 95965 `
Project # 02117030 and 02118057
Contract #: X
DIR Project ID:
Butte County General Services
CIPM: Thomas. J. Cowles
'2081 2nd Street `
Oroville, CA 95965-3413
CONTRACTOR Contractor name '
Address
City, State, Zip
AMOUNT OF AGREEMENT: Contract amount written out ($ numeric amount).'
You are hereby notified to commence Work on the referenced Agreement on Day, Month, Date, 2018 and are
to fully complete the Work within Seventy-five (75) consecutive calendar days. ,
Your Agreement completion date is therefore Day, Month, Date, .2018. The Agreement provides for
assessment of the sum of two hundred fifty dollars ($250) as liquidated damages for each consecutive calendar
day after the above established agreement completion date that the Work remains incomplete.
Prepared by:
Grant Hunsicker
Director, General Services
Reviewed by:
Section '1 ACKNOWLEDGEMENT OF RECEIPT
This Notice to Proceed is not valid until signed and dated below and returned to
General Services, 2081 2nd Street, Oroville, 'CA•95965-3413 or faxed to (530) 538-
6760.
Contractor Date Received
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 49 of 95
GUARANTEE
COUNTY Board of Supervisors
County of Butte
25 County Center Drive
Oroville, CA 95965
PROJECT IFB No. 25-18
7 COUNTY CENTER DRIVE (CC7) Path of Travel Improvements &
5 COUNTY CENTER DRIVE (CC5) Path of Travel Ramp
5 and 7 County Center Drive
Oroville, CA 95965
Project #: 02117030 and 02118057, Contract #: X-----.
DIR Project ID: --------
r
CONTRACTOR
PHONE
SUBCONTRACTOR
TRADE
ADDRESS
PHONE
OFFICIAL DATE OF ACCEPTANCE Board Notice Of Completion (NOC
GUARANTEE FOR One (1) Year
The undersigned hereby guarantee that all workmanship and materials that were provided and installed on
the subject project has been in accordance with the Drawings, Construction Documents and Specifications,
and that the work as installed will fulfill the requirements of the guarantee included in the Specifications. The
undersigned further agree to repair or replace any or all work, together with any other adjacent work which
may have been displaced in so doing, that may prove to be defective in its workmanship or material within a
period of one year from the date of official acceptance by the County of the above named project without any
expense whatsoever to said County, ordinary wear and tear and unusual abuse or neglect excepted; roofing
material and workmanship for a period of five years and, any limited replacement wear warranty from the
manufacturer. In the event of the undersigned's failure to comply with the above mentioned conditions within
15 days after being notified in writing by the County, the undersigned, collectively or separately, do hereby
authorize said County to proceed to have said defects repaired and made good at the undersigned's expense
and the undersigned will honor and pay the costs and charges therefor upon demand.
GENERAL CONTRACTOR
(Signature) Date Telephone
SUBCONTRACTOR '
(Signature) Date Telephone
Except for signatures, all information must be typewritten.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions --. 50 of 95
NOTICE OF COMPLETION
RECORDING REQUESTED BY AND WHEN
RECORDED, PLEASE RETURN TO:
COUNTY OF BUTTE
GENERAL SERVICES DEPARTMENT
2081 2ND STREET
Oroville, CA 95965-3413
THIS SPACE RESERVED FOR RECORDER'S USE
I
NOTICE OF COMPLETION
(Civil Code Section 9204)
NOTICE IS HER GIVEN by the COUNTY OF BUTTE, a political subdivision of the State of California, as
owner of an interest or estate in the real property hereinafter described, of the completion of that certain.
work, to wit:
(Project Name)
(Project/Contract Number)
(Project Location)
(City, State)
That the pertinent facts relating to such completion as required by the California Civil Code are as
follows:
1. The name and address of the owner/lessee is: +
County of Butte, a political subdivision of the State of California. t .
CIO General Services Department
2081 2ND STREET
Oroville, CA 95965-341.3
2. The nature of the interest or estate of said owner is:
Fee Simple s
3. The date of the completion of said work is`.
(Month Day, Year)
4. A description of the real property upon which said work was completed and street address
of said property is as follows:
(Project Name)
(Assessor Parcel Number)
(Project Street Address)
(City, State)
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 51 of 95
5. The name and mailing address of the original contractor is:
(Contractor Name)
(Contractor Address) .
(City, State & ZIP+4)
6. The name and mailing address of the surety is:
(Surety Name) f
(Surety Address) '
(City, State & ZIP+4) `
7. A general statement of the kind of work done or materials furnished pursuant to said ,
contract is as follows:
• All Materials, labor and services necessary for the construction of the (Project Name).
I certify (or declare) under penalty of perjury that the foregoing is true and correct.
Dated this day of , 2018 at Oroville, California.
v r .
COUNTY OF BUTTE
i
' 1
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
'Project Specifications/ Special Provisions '52 of 95 "''
HOLD HARMLESS AGREEMENT
AGREEMENT TO RELEASE, INDEMNIFY AND HOLD HARMLESS
THE COUNTY OF BUTTE AND ASSUMPTION OF RISK
It is understood and agreed that the County. of Butte (hereinafter known as COUNTY) will allow
(hereinafter known as USER), to access the COUNTY property at the following address 5
& 7 County Center Drive Oroville, CA on Thursday, December 14, 2017 from LOAM till 12 Noon for the following purpose:
reviewing site for construction bidding.
In consideration of the right to conduct the above-described activities on COUNTY property, USER hereby acknowledges
that USER may be exposed to risk. These potential hazards to USER's health and safety include, but are not limited to, risks
associated with climbing fixed ladders and accessing the roofs of buildings owned by COUNTY, injury resulting from
exposure to uneven surfaces, unstable surfaces, or hazardous substances, heavy equipment or machinery. USER understands
that any of these risks and perils, both anticipated and unanticipated, may cause injury and/or death and therefore USER
acknowledges that USER is voluntarily participating in this hazardous activity with knowledge of the potential danger and
hazards involved. USER hereby agrees on behalf of himself or herself to accept and assume any and all risk including the
risk of injury, property damage, or death.
USER agrees to release, indemnify, defend, save, protect and hold the COUNTY (which for purposes of this agreement shall
include without limitation, COUNTY's governing body, officers, agents, employees, representatives, and volunteers) harmless
from and against any and all claims, demands, actions, losses, damages, expenses costs or liability of any kind, including
attorneys' fees, which may arise out of, or are in any manner related or connected with USER's above-described activities and
USER's presence on COUNTY property.
USER will not make any claim, institute any suit, or otherwise resort to any legal processes, either legal or equitable, against
the COUNTY, its officers, employees, agents, or volunteers for any loss or damage arising out of USER's presence and
activities connected with the use of said COUNTY property or relating in any manner to the activities alleged to have been
caused in whole or in part by USER, its employees or agents.
USER further agrees and represents that USER will abide by all applicable regulations, restrictions and instructions.
USER acknowledges that USER has carefully read this agreement and fully understands its contents. USER further certifies
USER's understanding that this agreement constitutes a release of all claims against the COUNTY and against all others
mentioned in the agreement relating to participation in the above -referenced activity. USER also acknowledges that USER is
voluntarily signing this agreement and by doing so is accepting its terms as binding upon USER, USER's respective heirs,
agents, assigns, successors, and legal representatives.
The undersigned acknowledges that he/she is authorized to sign on USER's behalf to bind USER on the terms and conditions
of this agreement.
Dated:
Name:
Company:
Address:
Phone Number:
USER's Signature
Title:
Email:
Name of Contact Person at County of Butte: _Thomas J Cowles
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 53 of 95
SPECIAL PROVISIONS
e,
Section 1 GENERAL
Refer to Section 1, "General" of the Standard Specifications and as amended below.
1.A PROJECT SPECIFICATIONS AND PLANS
The work embraced herein shall conform to the provisions in the Standard Specifications dated 2015, and the
Standard Plans dated 2015, of the Department of Transportation insofar as the same may apply, and these
Special Provisions (which incorporate Revised Standard Specifications).
In case of conflict between the Standard Specifications and these Special Provisions, these Special Provisions
shall take precedence over and shall be used in lieu of the conflicting portions.
Amendments to the Standard Specifications set forth in these Special Provisions shall be considered as part of
the Standard Specifications for the purposes set forth in Section 1, "General," of the Standard Specifications.
Whenever either the term "Standard Specifications is amended" or the term "Standard Specifications are
amended" is used in the special provisions, the text or table following the term shall be considered an
amendment to the Standard Specifications. In case of conflict between such amendments and the Standard
Specifications, the amendments shall take precedence over and be used in lieu of the conflicting portions. `
1.13 ABBREVIATIONS
Refer to Section 1-1.06, "Abbreviations" of the Standard Specifications and as amended below:
Add to the 1st table in section 1-1.06:
Table 1: Additional/ Supplemental Abbreviations
ABBREVIATION
MEANING
Add
Additive Bid Item
Alt
Alternate Bid Items ,
APCD
air pollution control district
A MD
I air quality management district
1.0 DEFINITIONS AND TERMS
Wherever in the Standard Specifications, Special Provisions, Notice to Contractors, Bid, Contract, or other
contract documents the following terms are used; the intent and meaning shall be interpreted as follows:
County - Board of Supervisors, County of Butte, Administration Building, 25 County Center Drive, Oroville, CA
95965, where reference is made to the agency administering the Contract.
Facilities Service Office —Thomas Cowles, Capital Improvement Project Manager, General Services
2081 2nd Street, Oroville, CA 95965-3413
Bid Package — Bid Book including Notice to Contractors, Bid Documents, Contract, Special Provisions and Project
Plans.
Contract Documents — Refers collectively to the Contract, Special Provisions, Project Plans, Notice to
Contractors, Bid Documents, and Standard Specifications.
Contract Time -Number of original working days as adjusted by any time adjustment.
Day — 24 consecutive hours running from midnight to midnight; calendar day.
1. calendar day: Day on the calendar.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 54 of 95
2. working day: Time measure unit for work progress. A working day is any day except:
2.1. Saturday, Sunday and holiday.
2.2. Day when you cannot perform work on the controlling activity for at least 50 percent of the day with at least 50
percent of the normal labor and equipment due to any of the following:
2.2.1. Adverse weather-related conditions that cause the Contractor to dismiss the crew.
2.2.2'. Maintaining traffic under the Contract.
2.2.3. Engineer's direction to suspend the controlling activities for reasons unrelated to the Contractor's
performance.
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.
Department - Department of General Services of the County of Butte, California.
District Office- Department of General Services, 20812"d St., Oroville, County of Butte, California, 95965.
Director - The County Board of Supervisors of the County of Butte, California.
Disadvantaged Business Enterprise: Disadvantaged Business Enterprise as defined in 49 CFR 26.5.
Engineer — Design Professional of Record, acting either directly or County representatives assigned to this
project.
Early Completion Time - Difference in time between an early scheduled completion date and the. Contract
completion date.
Highway- Highway, roadway, street, avenue, lane, boulevard, or other public thoroughfare for vehicular traffic.
Job Site Activities — Work done within the physical limits of the Contract.
Laboratory or Transportation Laboratory - Laboratories authorized by the County to test materials and work
involved in the contract.
Liquidated Damages -The amount prescribed in the Special Provisions, pursuant to the authority of Government
Code Section 53069.85 to be paid to the County of Butte or to be deducted from any payments due or to become
due the Contractor for each day of delay in completing the whole or any specified portion of the work beyond
the time allowed in the Special Provisions.
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).
Scheduled Completion Date: Planned work completion date shown on the current schedule.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP '
Project Specifica tions/ Special Provisions 55 of 95
Standard Specifications —The 2015 edition of the Standard Specifications of the State of California, Department
of Transportation. Any reference therein to the State of California or a State agency, office or officer shall be,
interpreted to refer to the County of Butte or its corresponding agency, office, or officer acting under this
contract.
State - County of Butte, California, a political subdivision of the State of California, where reference"is made to.
the agency administering the Contract.
State Contract Act - All applicable provisions of the Public Contract Code (excluding Chapter 1, Division 2, Part 2,
therein), Government Code, Labor Code, Civil Code, Business & Professions Code, as they apply to contracts with
local public agencies, as defined in said codes. No provision of the Standard Specifications or these special
provisions shall be construed as an election under Public Contract Code section 20396 to have this project
performed under the provisions of the State Contract Act. Individual provisions of the State Contract Act shall
apply only as specifically referenced in these specifications or special provisions.
State Highway Engineer — The County Engineer of the County of Butte, State of California
Transportation Building — Department of General Services, County of Butte State of California.
END OF SECTION
Section 5 CONTROL OF WORK
- 5.A CONSTRUCTION SURVEYING
Refer to Section 5-1.26, "Construction Surveys" of the Standard Specifications, which is deleted and replaced
with the following provisions:
The Contractor must provide stakes and marks under Chapter 12, "Construction Surveys," of Caltrans's Surveys
Manual, or as needed and approved by the Engineer. The survey manual may be obtained at the County
Department of General Services or at the following web address:
http://www.dot.ca.gov/hq/row/landsurveys/SurveysManual/Manual TOC.html
Section 12.5 Typical State -Furnished Control Stakes" of the Survey's Manual is amended as follows:
12.5-1 Clearing Stakes may be placed less than 100 feet longitudinally as needed.
Preserve stakes and marks placed by your forces. If the stakes or marks are destroyed, the Department will not
replace or pay for replacement staking. Re -staking costs will be borne by the Contractor.
END OF SECTION
Section 6 CONTROL OF MATERIALS
6.A GENERAL
The bidder's attention is directed to the provisions in Section 6 "Control of Materials" of the Standard
Specifications and these special provisions.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 56 of 95
6.6 AUTHORIZED MATERIALS LIST
The Department adopts Caltrans's maintained Pre -Qualified Products List (Authorized Materials List) for various
construction materials, and can be found at:
http://www.dot.ca.gov/hq/esc/approved products list/
Materials may be used or specified to be on this maintained list. The Engineer shall not be precluded from
sampling and testing products on the Pre -Qualified Products List.
The manufacturer of products on the list of Prequalified and Tested Signing and Delineation Materials shall
furnish the Engineer a Certificate of Compliance in conformance with the provisions in Section 6-3.05E,
"Certificates of Compliance," of the Standard Specifications for each type of material supplied that applies to
this list. ,
For those categories of materials included on the Pre -Qualified Products List, only those products shown within
the listing may be used in the work. Other categories of products, not included on the list of Prequalified and
Tested Signing and Delineation Materials, may be used in the work provided they conform to the requirements
of the Standard Specifications.
Materials and products may be added to the Pre -Qualified Products List if the manufacturer submits a New
Product Information Form to the New Product Coordinator at the Transportation Laboratory. Upon a
Departmental request for samples, sufficient samples shall be submitted to permit performance of required
tests. Approval of materials or products will depend upon compliance with the specifications and tests the
Department may elect to perform.
6.0 QUALITY ASSURANCE
The eighth paragraph of Section 6-2.01A "General" of the Quality Assurance subsection of the Standard
Specifications which refers to typical Caltrans Test Methods shall be replaced with:
For a material to comply with a property show in the following table, the Department tests under the
corresponding test methods shown:
Table 2: Tvoical Test Methods
PROPERTY
TEST METHOD
Relative Compaction
ASTM D2922 and D3017
Sand Equivalent
CT 217
Resistance (R -Value)
CT 301
Grading (sieve analysis)
CT 202
Durability Index
CT 229
END OF SECTION
Section 8 PROSECUTION AND PROGRESS
8.A GENERAL
Attention is directed to the provisions in Section 8 "Prosecution and Progress" of the Standard Specifications
and these special provisions.
8.113 SCHEDULE
Contractor shall adhere to "Level 1 Critical Path Method Schedule" provisions in Section 8-1.026 of the Standard
Specifications.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 57 of 95
8.0 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.
You may start work before the preconstruction conference. _
Be prepared to discuss the topics and documents shown in the following table: _ }
Table 3: Preconstruction Topic Table
TOPICS
DOCUMENT OR DESCRIPTION
Contractor's representation
Assignment of Contractor's representative
Equipment
Equipment list
Labor compliance and equal employment
opportunity
Job site posters and benefit and payroll reports
Material inspection
Notice of Materials to be Used
Materials on hand
Request for Payment for Materials on Hand
Measurements
--
Landscape Materials
Material changes
Quality control
QC plans and protocol
Safety
Injury and Illness Prevention Program and job site posters
Schedule
Baseline critical path schedule and Weekly Statement of Working
Days
Subcontracting
Subcontracting Request
Surveying
--
Traffic control
Traffic contingency plan and traffic control plans
Auxiliary Changeable Message Boards
Purpose, Message, Timing, Placement, Duration,
Utility work
Locating, potholing, timing of work, Adjusting
Project Limits/ Adjacent Properties
--
Water pollution control
SWPPP or WPCP
Weight limitations
Work restrictions
PLACs (Permits, License, Approvals, and Certificates)
Jobsite Photographs
--
24 Hour Emergency Contact Information
Contact information
Record drawings
--
Action submittals
--
8.11) START OF JOB SITE ACTIVITIES
Upon issue of a Notice to Proceed (NTP). The Contract time is the period of time allotted in the Contract
Documents for completion of the Work. The date of commencement of Work is the date established in the
Notice to Proceed.
8.E TIME
This work shall be diligently prosecuted to completion before the expiration of 75 Calendar days after the date
provided in Section 8.D , "Start of Job Site Activities".
8.F SUSPENSIONS
Refer to Section 8-1.06, "Suspensions" of the Standard Specifications. '
8.G DELAYS
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 58 of 95
Refer to Section 8-1.07, "Delays" of the Standard Specifications, and the following additional provisions.
8.G-1 WILDLAND FIRE AREA
The Contractor is advised that the County of Butte is in a Wildland Fire Area and during the summer months the
fire hazard is EXTREME. Fire safe conduct by the contractor and Contractor's employees is to be observed at all
times. Fire extinguishers or other approved fire suppressants are to be available at all times while contract
operations are underway.
At anytime during the progress of this contract it may be necessary to shut down operations due to Emergency
Operations by the County in response to a wildland fire. If a shutdown should occur during the Contractor's
normal operations, contractor may request delay -related time or payment adjustment by per Section 8-1.07, of
the Standard Specifications and as amended in these Special Provisions.
8.H LIQUIDATED DAMAGES
The provisions of Section 8-1.10A, "General" of the Standard Specifications shall be changed to read as follows:
The Contractor shall pay to the County of Butte the sum of Two Hundred Fifty Dollars ($250) per day, for each
and every calendar day's delay in finishing the work in excess of the number of working days prescribed herein.
Liquidated damages, if any, accrue starting on the 1st 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.
END OF SECTION
Section 9 PAYMENT
9.A GENERAL
Attention is directed to the provisions in Section 9, "Payment" of the Standard Specifications and these special
provisions.
9.13 RETENTION
Section 9-1.16F "Retentions" of the Standard Specifications is replaced with the following:
Pursuant to Public Contract Code § 7201, the County shall retain five percent (5%) of Progress Payments as part
security for the fulfillment of the contract by the Contractor, and shall monthly pay 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 provision of the contract. No such estimate or payment shall be
required to be made when, in the judgment of the Engineer, the work is not proceeding in accordance with the
provisions of the contract.
9.0 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS
A prime contractor or subcontractor shall pay any subcontractor not later than 10 days of receipt of each
progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions
Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed
to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with
the agency's prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or
subcontractor to the penalties, sanction and other remedies of that section. This requirement shall not be
construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 59 of 95
contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the; prime
contractor, deficient subcontract performance, or noncompliance by a subcontractor.
9.1) FINAL PAYMENT AND CLAIMS
Attention is directed to Section 9-1.17 "Payment After Contract Acceptance" of the Standard Specifications.
Section 9.1.17D "Final Payment and Claims" of the Standard Specifications is amended to include the following.
provisions:
The final payment will not be due and payable until the expiration of thirty-five (35) days from the date of
recordation of the notice of acceptance of completion in the Office of the County Recorder of Butte County.
It is mutually agreed between the parties to the contract that no payments made under the contract shall be
conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the County,
and no payment shall be construed to be acceptance of any defective project work or improper material.
END OF SECTION
Section 10 GENERAL
Attention is directed to Section 10 "General" of the Standard Specifications, and the supplemental and amending
provisions below.
10.A ORDER OF WORK
In general, the following items of work shall commence in this order:
10.A-1 CC7 PATH OF TRAVEL PROJECT:
1. Preconstruction Conference
2. Order materials
3. Submit Project Schedule
4. Coordinate with Utilities
5. Submit Temporary Traffic Control Plan
6. Submit WPCP
7. Agency and Public Advanced Notice
8. USA utility locates
9. Place temporary BMP's
10. Mobilization
11. Construction Survey/ Layout
12. Reference Tie Existing Utilities for Adjustment
13. Clear and Grub
14. Grub/ Remove pavements
15. Sawcut and Remove pavements
16. Relocate/Reset roof drain leaders
17. Roadway/Sidewalk Excavation
18. Install sleeves/empty conduit
19. Place pull boxes, conduit and wires, and connect to electrical services
20. Adjust Utility Frames, Covers, and Boxes to Grade
21. Place pavements
22. Place Street Lights
23. Install Markings and Striping
24. Install Signs
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 60 of 95
10.A-2 CCS PATH OF TRAVEL RAMP:
1. Preconstruction Conference
2. Order materials
3. Submit Project Schedule
4. Submit Railing shop drawings
5. Coordinate with Utilities
6. Submit Temporary Traffic Control Plan
7. Submit WPCP
8. Agency and Public Advanced Notice
9. USA utility locates
10. Place temporary BMP's
11. Mobilization
12. Construction Survey/ Layout
13. Reference Tie Existing Utilities for Adjustment
14. Clear and Grub
15. Remove Trees and Brush
16. Sawcut and Remove pavements
17. Sidewalk/Ramp Excavation
18. Form new ramp retaining walls
19. Set.rebar
20. Install sleeves/empty conduit
21. Place pull boxes, conduit and wires, and connect to electrical services.
22. Adjust Utility Frames, Covers, and Boxes to Grade
23. Place pavements
24. Place Lights
25. Install Markings and Striping
26. Install Signs
10.13 WORK SEQUENCING
10.13-1 GENERAL
Coordinate work activities such that will garbage pick-up will not disrupt access to garbage bins..-: Do not place
seals or paving during days of garbage pick-up. Refer to Section 10.0 "Advanced Notification".
Before obliterating any traffic stripes, pavement markings, and pavement markers to be replaced at the same
location, reference the stripes, markings, and markers. Include limits and transitions with control points to
reestablish the new stripes, markings, and markers.
Construction of the new structural section adjacent to the existing traveled way must be performed in successive
and once all operations are under way concurrent operations of excavating, preparing subgrade, placing base
materials, and paving. Excavation within 8 feet of the existing traveled way must not precede the paving
operation by more than 2 working days unless:
1. Authorized
2. Material is placed and compacted against the vertical cuts within 8 feet of the existing traveled way.
During excavation operations, native material may be used for this purpose except once the placing of
the structural section starts, structural material must be used. Place the material up to the top of the
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 61 of 95
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.
At the end of each working day if a difference in excess of 8 feet exists between the elevation of the existing
pavement and the elevation of an excavation within 8 feet of the traveled way, place and compact material
against the vertical cut adjacent to the traveled way. During the excavation operation, you may use native
material for this purpose except once the placing of the structural section starts, structural material must be
used. Place the material up 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.
Before any paving operation that may cover existing utility or monument, reference and record the location of
all utility covers and monument.
10.0 ADVANCED NOTIFICATION
10.0-1 ADVANCE NOTIFICATION OF AGENCIES
Contractor shall have available at all times during Contractor's working hours, a public relations person to deal
with public and business concerns and shall report to the County Project Manager.
The Contractor shall notify all agencies which may be affected by the construction. Notification shall be in writing
and at least 72 hours prior to construction. The notice shall include the project limits, starting date, scheduled
date of completion, Contractor contact person and Contractor telephone number. The agencies shall include,
but not be limited to:
• Butte County offices - 7 County Center Drive
Butte County offices - 3 County Center Drive
County Project Manager — 20812 n St.
The Contractor shall cooperate with local authorities and affected employees relative to handling traffic through
the area and shall make Contractor's own arrangements in keeping the project work area clear of parked vehicles
Failure to comply with the provisions for notification shall result in the suspension of all project work until the
provisions have been met.
When the construction requires prohibiting parking, "No Parking" signs shall be posted along the construction
routes. The signs shall include the dates and times that no parking periods will be in effect. "No Parking" signs
shall be mounted on Class I barricades and placed in the gutter pan not more than 500 feet apart. Signs shall be
posted a minimum of 24 hours in advance of construction and immediately removed upon completion. Should
the Contractor not commence project work after 24 hours from placement of the signs, the signs shall be
removed. If a vehicle is parked in a properly posted no parking area and is prohibiting the progression of project
work, the Contractor shall notify the Paradise Police Department to arrange for removal of the vehicle.
Failure to comply with the provisions for notification shall result in the suspension of all project work until the
provisions have been met.
END OF SECTION
Section 12 TEMPORARY TRAFFIC CONTROL
Attention is directed to Section 12 "Temporary Traffic Control" of the Standard Specifications.
12.A GENERAL
Section 12-1.01 "General" of the Standard Specifications is amended to include the following:
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 62 of 95
12.6 TEMPORARY TRAFFIC CONTROL PLAN
Prepare and submit to the Engineer a Temporary Traffic Control Plan for approval. The Temporary Traffic Control
Plan must adhere to the California Manual on Uniform Traffic Control, Devices. Refer to Section 5-1.23B of the
Standard Specifications and as amended in these special provisions for submittal requirements.
The Contractor or Contractor's representative and all subcontractors shall have a copy of the approved
Temporary Traffic Control Plan pertinent to the project work in progress at all times. Failure to adhere to the
Traffic Control Plan shall be grounds for the County of Butte to require the Contractor to stop the project work
until traffic control is in compliance with the approved Temporary Traffic Control Plan
12.13-1 FLAGGING COSTS
Section 12-1.03 "Flagging Costs" of the Standard Specifications is hereby deleted. All flagging costs will be totally
(100%) borne by the contractor and no division of costs will be made.therefor. , .
12.0 TEMPORARY TRAFFIC CONTROL DEVICES
Refer to Section 12-3, "Temporary Traffic Control Devices" of the Standard Specifications and the following
A
amendments. ,
12.'D MAINTAINING TRAFFIC ,
Refer to Section 12-4, "Maintaining Traffic" of the Standard Specifications'and the following amendments .or
additions. .
12.D-1 GENERAL
Section 12-4.01 "General" is amended to include the following provisions: n
Emergency vehicles shall be permitted to pass through project work area without delay at all times.
12.D-2 TRAFFIC CONTROL SYSTEMS
12.D -2.a CONSTRUCTION
Refer to Section 12-4.02C, "Construction" of Traffic Control Systems of the Standard Specifications and the
following amendments or additions.
12.D-2.a(i) , General +
Add to the end of section 12-4.02C(1):
Keep the full width of the traveled way open to traffic when no active construction activities are occurring in the .
traveled way or within 6 feet of the traveled way and on:
1. Friday after 3:00 p.m. '
2., Saturday
3. Sunday ,
4.; Designated holidays
5. Special days
Keep the full width of the traveled way open to traffic when no active construction activities are occurring in the
traveled way or within 6 feet of the traveled way.
12.D-2.a(ii) Lane Closure System Training
The Department does not provide Lane Closure System Training. Delete reference to training in Section 12-
4.02C(2) of the Standard Specifications.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 63 of 95
Add to the end of section 12-4.02C(7)(b):
For a stationary one -way -reversing traffic -control lane closure, you may stop traffic in 1 direction for periods not
to exceed 10 minutes. After each stoppage, all accumulated traffic for that direction must pass through the
work zone before another stoppage is made.
END OF SECTION
Section 13 WATER POLLUTION CONTROL
13.A GENERAL
Attention is directed to Section 13 "Water Pollution Control" of the Standard Specifications.
13.A-1 SUMMARY
This project has a disturbed area less than one -acre, and is therefore not regulated under the NPDES General
Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities (Order No.
2009-0009-DWQ, NPDES No. CAS000002, as amended by 2010-0014-DWQ).
However, this project is subject to standards of care commensurate with the NPDES and shall follow the WPCP
in the Standard Specifications.
13.6 DEFINITIONS AND ABBREVIATIONS
active and inactive areas: (1) Active areas have soil disturbing work activities occurring at least once within 14 days,
and (2) Inactive areas are areas that have not been disturbed for at least 15 days.
BMPs: Best Management Practices are water pollution control practices.
construction phase: Construction phases are (1) Highway Construction including work activities for building roads
and structures, (2) Plant Establishment including maintenance on vegetation installed for final stabilization, and (3)
Suspension where work activities are suspended and areas are inactive.
CSMP: Construction Site Monitoring Program.
NAL: Numeric Action Level
NEL: Numeric.Effluent Limit
NPDES: National Pollutant Discharge Elimination System
NOI: Notice of Intent
normal working hours: The hours you normally work on this project
Preparation Manual: The Department's "Storm Water Pollution Prevention Plan and Water Pollution Control
Program Preparation Manual."
QSD: Qualified SWPPP Developer
QSP: Qualified SWPPP Practitioner
REAP: Rain Event Action Plan.
RWQCB: Regional Water Quality Control Board.
SAP: Sampling and Analysis Plan
SSC: Suspended Sediment Concentration
SWRCB: State Water Resources Control Board
SWPPP: Storm Water Pollution Prevention Plan
WDID: Waste Discharge Identification Number
WPC: Water Pollution Control
WPC Manager: Water Pollution Control Manager. The WPC Manager implements water pollution control work
described in the SWPPP and oversees revisions and amendments to the SWPPP.
WPCP: Water Pollution Control Plan.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 64 of 95
13.0 JOB SITE MANAGEMENT
Contractor must maintain a clean job site and comply with the provision of Section 13-4 of the Standard
Specifications as needed.
13.101 PAYMENT
13.D-1 MAINTENANCE OF TEMPORARY ITEMS
Sections 13-5.04, 13-6.04, 13-7.03D of the Standard Specifications entitled "Payment" of the temporary
sediment and erosion control measures is amended to delete cost sharing of maintaining temporary items. All
costs to maintain temporary sediment and erosion control measures will be totally (100%) borne by the
contractor and no division of costs will be made therefor.
END OF SECTION
Section 14 ENVIRONMENTAL STEWARDSHIP
Attention is directed to Section 14 "Environmental Stewardship" of the Standard Specifications.
14.A DUST CONTROL
In addition to the provisions in Section 14-11.04 "Dust Control" of the Standard Specifications, the Contractor must
comply with the requirements of the Butte County Air Pollution Control District. If required, compliance may include
submitting Dust Control Plan(s) and/or obtaining necessary permits.
14.A-1 PAYMENT
A fee may be required to obtain a fugitive dust permit. Full compensation for conforming to the provisions in the.
Section and the requirements of the permit, including the cost of the permit, shall be considered as included in the
contract prices paid for the various items of work and no additional compensation will be allowed therefor.
END OF SECTION
Section 15 EXISTING FACILITIES
Refer to Section 15 "Existing Facilities" of the Standard Specifications.
15.A REMOVE ASPHALT
Remove and dispose of existing asphalt as shown. Removing asphalt includes neat saw cutting.
15.8 REMOVE CONCRETE
Refer to Section 15-1.036 of the Standard Specifications and with these Special Provisions.
Remove Concrete to the depths and grades shown on the Project Plans.
15.6-1 SAWCUT
Payment for Remove Asphalt Concrete includes conducting neat sawcut if a clean vertical edge is not provided
or maintained prior to paving operations. Engineer must approve exclusion of sawcutting. Failure to get
approval from the Engineer may result in performance withhold(s).
15.0 REMOVE PAVEMENT MARKERS
Refer to Section 20-2.07A of the Standard Specifications. Remove all. Pavement Markers prior to any surface
treatment work.
7 COUNTY CENTER ;CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 65 of 95
1S.D REMOVE ASPHALT CONCRETE DIKES g r
Remove asphalt concrete dikes as shown. Comply with Section 39-3.03 of the Standard Specifications.
END OF SECTION
Section 16 TEMPORARY FACILITIES
Refer to Section 16, "Temporary Facilities" of the Standard Specifications
END OF SECTION t ,.
DIVISION III EARTHWORK AND LANDSCAPE
.Section 17 CLEARING AND GRUBBING
Refer to Section 17-2, "Clearing and Grubbing" of the Standard Specifications and the following provisions.,
17.A GENERAL
Clear and grub before performing work covered in Section 15
Add to section 17-2.01:
Demolish and remove existing facilities or improvements remaining either wholly or partially on the job site
including flagstone, and slabs above ground, as shown.
Modify section 17-203.b 2nd paragraph to read as follows:
Cut tree branches that extend over the roadway and hang within 8 feet of finished grade. Cut other branches to
give each tree a balanced appearance. Cut off branches close to the trunk under section 20-3.01C(2)
R
Do not sell or give away materials from improvements to the general public at the job site. You may sell
materials to duly licensed contractors and material vendors provided that you remove the materials from the
job site.
Removal of buildings as a unit or in sections capable of reassembly as a structure is prohibited.'- '
END OF SECTION
Section 18 DUST PALLIATIVE
Refer to Section 18, "Dust Palliative" of the Standard Specifications.
END OF SECTION
Section 19 EARTHWORK
19.A GENERAL
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 66 of 95
Refer to Section 19, "Earthwork" of the Standard Specifications and the following amendments and additions.
Quantity calculations for Roadway Excavation, Structure Excavation and Import Borrow do not consider
shrinkage and/or compaction.
19.8 ROADWAY EXCAVATION
Replace the 2nd, 3rd, and 4th paragraphs of section 19-2.038 with:
Dispose of surplus material. Ensure enough material is available to complete the embankments before disposing
of it.
19.8-1 PAYMENT
19.0 COMPACTION
In addition to the provisions in Section 19-5.03A "General" of the Construction subsection, -the following
provisions shall apply.
Relative compaction shall mean the ratio of the field dry density to the laboratory maximum dry density
expressed as a percentage.
END OF SECTION
Section 21 EROSION CONTROL
21.A GENERAL
Refer to Section 21, "Erosion Control' of the Standard. Specifications and the amended provisions within this
section. All other provisions in the Standard Specifications shall apply.
21.A-1 MATERIALS
Refer to Section 21-1.02 "Materials" of Erosion Control items in the Standard Specifications and the following
amendments.
21.A-2 CONSTRUCTION
Refer to Section 21-1.03 "Construction" of Erosion Control items in the Standard Specifications and the following
amendments.
21.6 PAYMENT
21.6-1 MOVE -IN/ MOVE -OUT
Full compensation for the move -in and move -out of permanent erosion control items shall be considered as
included in the prices paid for the various contract items of work and no additional compensation will be allowed
therefor.
END OF SECTION
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 67 of 95
Section 22 FINISHING ROADWAY
Refer to Section 22, "Finishing Roadway" of the Standard Specifications.
END OF SECTION
Section 26 AGGREGATE BASES
Refer to Section 26, "Aggregate Bases" of the Standard Specifications. r ;
26.A MATERIALS
Aggregate base shall be Class 2, 3/ inch maximum gradation.
In addition to the aggregate qualities in the Standard Specifications, aggregate base shall also conform to the
quality requirements as follows:
Table 4: Angularity Requirements for Aggregate Base
SPECIFICATION CALIFORNIA REQUIREMENT
TEST
Percentage crushed particles (%, min.)' t
One fractured face 205 75
Two fractured faces 50
'Applies to material retained on No. 4 sieve only j
26.6 CONSTRUCTION
26.6-1 COMPACTING
The first line of Section 26-1.03E of the Standard Specifications shall be replaced with:
Compact each AB layer to at least 95 percent relative dry compaction under ASTM D2922 and D3017 or others
as required. Relative compaction shall mean the ratio of the field dry density to the laboratory maximum dry
density expressed as a percentage.
26.0 PAYMENT
The second paragraph of Section 26-1.04 of the Standard Specifications shall be replaced with:
If AB is paid for by weight, and if the Engineer deems necessary to determine water weight, the Engineer may
adjust the weight in the weighmaster certificate of the delivered AB by deducting the water weight over one
percent plus'the optimum moisture content. The Engineer determines the AB water content under California'
Test 226 and AB optimum moisture content under California Test 216. The Engineer does not pay.for the
deducted water weight. ,
END OF SECTION
Section 39 ASPHALT CONCRETE
Refer to Section 39, "Asphalt Concrete" of the Standard Specifications and the following amendments and
additions.
Place Minor Hot Mix Asphalt as shown.
39.A GENERAL
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 68 of 95
Replace SP -2 at each occurrence in section 39 with:
MS -2
39.1 HOT MIX ASPHALT
39.13-1 GENERAL
Add between the 3rd and 4th paragraphs of section 39-2.01A(1):
For HMA that uses asphalt binder containing crumb rubber modifier, submita' Crumb Rubber Usage Report form
monthly and at the end of the project.
Asphalt Institute MS -2 7th edition (2015)
Replace the headings and paragraphs of section 39-2.01A(3)(i) with:
39-2.01A(3)(i) Reserved
Replace the 2nd sentence in the 3rd paragraph of section 39-2.01A(4)(b) with:
Submit 3 parts and keep 1 part.
Delete the 1st paragraph of section 39-2.018(11).
Add after the 2nd paragraph of section 39-2.018(11): "
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
7 COUNTY CENTER. (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 69 of 95.
39.13-2 TYPE A HOT Mix ASPHALT
Replace section 39-2.02A(3)(b) with:
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.B-1 RUBBERIZED HOT MIX ASPHALT- GAP GRADED (RHMA-G) + .
Replace the 2nd paragraph of section 39-2.03A(3)(b) with:
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:
18.0-23.0
Add before the 1st paragraph of section 39-2.03A(4)(e)(ii)(C):
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. {
Replace the row for Hamburg wheel track in the table in section 39-2.038(2) with:
Hamburg wheel track (min, number of passes at the inflection point) AASHTO T 324
Binder grade: (Modified )d
PG 58
PG 64 10,000
PG 70 12,500
15,000
39.B-2 BONDED WEARING COURSES
Add to the 2nd paragraph of section 39-2.05A(3)(b): n
The material transfer vehicle must receive HMA directly from the truck.
Replace Table 6.1 at each occurrence in the table in section 39-2.058(2) with: `
Table 8.1
w
Replace SP -2 Asphalt Mixture in the 1st footnote in the table in the 2nd paragraph of section 39-2.05B(2)(b) with:
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:
MS -2 Asphalt Mix Design Methods
39.0 EXISTING ASPHALT CONCRETE
39.0-1 COLD PLANING ASPHALT CONCRETE PAVEMENT ,
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP '
Project Specifications/ Special Provisions 70 of 95 '
Replace 39-3.05 in the 1st paragraph of section 39-3.04A with: -
39 -3.04
39.0-2 REMOVE BASE AND SURFACING
Replace 39-3:06 in the 1st paragraph of section 39-3.05A with:
39-3.05
END OF SECTION
Section 40 CONCRETE PAVEMENT
Refer to Section 40, "Concrete Pavement" of the Standard Specifications.
END OF SECTION
Section 41 EXISTING CONCRETE PAVEMENT
Refer to Section 41, "Existing Concrete Pavement" of the Standard Specifications.
END OF SECTION
Section 47 EARTH RETAINING SYSTEMS
Refer to Section 47, "Earth Retaining. Structures" of the Standard Specifications.
Construct as shown.
END OF SECTION
Section 51 CONCRETE STRUCTURES
Refer to Section 51, "Concrete Structures" of the Standard Specifications.
END OF SECTION
Section 52 REINFORCEMENT
Refer to Section 52, "Reinforcement" of the Standard Specifications and the following amendments.
52.A SPLICING
52.A-1 CONSTRUCTION
Replace the 3rd paragraph of section 52-6.038 with:
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
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 71 of 95
For epoxy -coated reinforcing bars and alternatives to epoxy -coated reinforcing bars complying with ASTM
A775/A775M, ASTM A934/A934M, ASTM A1035/A1035M, or ASTM A1055/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
END OF SECTION
Section S6 OVERHEAD SIGNS STRUCTURES, STANDARDS, AND POLES
Refer to Section 56, "Signs" of the Standard Specifications and the provisions within this section. Provide and
install roadside signs as shown.
56.A MATERIALS
56.A-1 SIGN PANEL
Sign panels shall be Type IX (diamond grade cubed) material with 3M #1160 anti- graffiti film or approved equal,
and of the standard size signs.
All yellow and orange signs shall be fluorescent in color. All stop signs shall be a minimum of 30 inches.
Panels shall be fastened using galvanized steel rivets.
56.A-2 METAL POSTS
Metal sign posts shall be 2" square galvanized, perforated (telespar) tubular steel, with 12 gauge wall thickness.
Post shall include an anchor and a sleeve assembly for a total of 3 pieces. The installation shall include an anchor
and sleeve assembly system consisting of two pieces, heavy-duty, tubular, square sleeve with 12 gauge wall
thickness. The sleeve must fit tightly over the anchor and post. Anchor segments must be 30" in length +/- 3".
Sleeves must be 18" in length minimum.
Sign posts shall be properly installed in the ground using the manufacture's recommended method and as
shown. The depth and length of post and anchor assembly shall be as shown on the plans. The line between
the center of the top of a post and the center of a post at the ground line shall be plumb within a tolerance of
0.2 foot in 10 feet. Sign posts shall be secured to anchor assemblies using a minimum of two (2) 3/8" steel drive,
rivets. No concrete shall be used in setting anchor sections or sign post.
Any post damaged during installation shall be replaced at the Contractor's expense.
All posts and hardware shall be furnished new.
56.13 EXISTING SIGN STRUCTURES
Refer to Section S6-2.0313 of the Standard Specifications, and replace with the following:
Replace Reserved in section 56-2.038(5) with:
Section 56-2.03B(5) includes specifications for removing and installing a sign structure at a new location.
Remove foundations to a depth of at least 2.5 feet below the adjacent finished grade. Foundations include
anchor bolts, reinforcing steel, conduit, and electrical wiring.
Remove wiring to the nearest pull box.
END OF SECTION
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 72 of 95
Section 64 PLASTIC PIPE
Refer to Section 64, "Plastic. Pipe" of the Standard Provisions and provisions in this section.
64.A MATERIAL
Plastic pipe must be Type S Corrugated polyethylene (HDPE) pipe must be with "smooth interior wall.
Backfill must be slurry cement and comply with Section 64-2.0213 and 19-3.02D.
END OF SECTION
Section 70 MISCELLANEOUS DRAINAGE FACILITIES
Refer to Section 70 "Miscellaneous Drainage Facilities" of the Standard Specifications and* as amended and
supplemented below.
70.A METAL SIDEWALK UNDERDRAIN
70.A-1 GENERAL
Sidewalk underdrains consists of a metal frame and solid cover installed in concrete sidewalk to allow storm
,drainage to pass under sidewalk.
70.A-2 MATERIALS
70. A - 3 CONSTRUCTION
Sidewalk underdrain must be installed to the lines and grades established by the Engineer. Grade and prepare
,the bottom of the trench to provide a firm and uniform bearing. Place in concrete as shown and in compliance
.with Section 51 of the Standard Specifications.
70.A-4 PAYMENT
,Not Used
END OF SECTION
i
Section 71 EXISTING DRAINAGE FACILITIES
Refer to Section 71, "Existing Drainage Facilities" of the Standard Specifications.
END OF SECTION
Section 73 CONCRETE CURBS AND SIDEWALKS
Refer to Section 73, "Concrete Curbs and Sidewalks" of the Standard Specifications and the amendments or
additions below.
73.A GENERAL
Curb Ramps include suppling and placement of detectable warning surfaces.
73.8 MATERIALS
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 73 of 95
73.8-1 DETECTABLE WARNING SURFACES
The color for detectable warning surfaces must be Federal Yellow (Color No. 33538 of FED -STD -59513)
73.0 CONSTRUCTION
73.0-1 SUBGRADE PREPARATION -
In addition to the provisions in Section 73-1.038, prepare subgrade and base as shown. Comply with Section 19
of the Standard Specifications and these Special Provisions.
Place contraction and expansion joints in compliance with the Standard Specifications, or as shown.
73.D PAYMENT
Limits of the various curb and sidewalk bid items are shown.
END OF SECTION
Section 75 MISCELLANEOUS METAL
Refer to Section 75, "Miscellaneous Metal" of the Standard Specifications.
END OF SECTION
Section 78 INCIDENTAL CONSTRUCTION
Refer to Section 78, "Incidental Construction" of the Standard Specifications and the amendments and additions
as follows.
78.A PORTLAND CEMENT PLASTER FOR FRAMED WALLS a
SECTION 09 24 00
GUIDE SPECIFICATION FOR PORTLAND CEMENT PLASTER FOR FRAMED WALLS
i
78.A-1 GENERAL
78.A-l.a SUMMARY
A. Section Includes: Work includes all labor, materials, and equipment necessary to install all aspects of a
portland cement plaster assembly.
78.A -1.B REFERENCES
B. ASTM C150 — Portland Cement
C. ASTM C847 — Standard Specification for Metal Lath
D. ASTM C1032 - Woven Wire Plaster Base '
E. ASTM C933 - Welded Wire Lath '
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 74 of 95
F. ASTM C144/C897 — Aggregate for Job -Mixed Portland Cement -Based Plaster
G. ASTM C926 —Application of Portland Cement -Based Plaster
H. ASTM C1063 — Installation of Lathing and Furring for Portland Cement Based Plaster
I. PCA (Portland Cement Association) — Plaster (Stucco) Manual
J. , ICC -ES Acceptance Criteria for Weather -resistive Barriers (AC38)
78.A -1.c ASSEMBLY DESCRIPTION
K. General: Portland cement plaster is comprised of a water -resistive barrier, optional sheathing, lath, scratch,
brown coats, and a finish coat. Minimum nominal Y4 inch cement thickness.
L. Application Methods: The plaster may be applied by hand tools or machine pumps but must have sufficient
force to adhere to the substrate.
M. Framing shall have a deflection of L/360 or stiffer
N. Fire Rated assemblies shall be per the test report or special instructions.
78.A-l.d SUBMITTALS
0. Product Data: All product data sheets, evaluation reports, details, and warranty information that pertain to
the project in accordance with Section 0130 00 Submittal Procedures.
P. Samples: Submitted upon request.
Q. Samples of the finish coat shall be of an adequate size as required to represent each color and texture to be
utilized on the project and produced using the same techniques and tools required to complete the project.
No sample shall be less than 12" by 12".
R. Retain approved samples at the construction site throughout the application process.
S. Submit a unit square foot price for a " Stucco Crack Reduction System"
78.A -1.e QUALITY ASSURANCE
T. Qualifications:
U. Manufacturer: All component materials shall be manufacturer approved and shall be distributed by
authorized dealers.
V. Plastering Contractor:
W. Shall specialize in lath and plaster contracting, document experience of at least 5 years, and follow
manufacturer's published recommendations or provide certificates to demonstrate stucco knowledge.
X. Provide proof of current contractor's license and bond where required.
Y. On -Site Mock -Ups: Produced upon request.
Z. Prior to commencement of work, provide an on- site mock-up.
AA. Mock-up shall represent construction using the same quality/techniques to be utilized on the project.
BB. Retain approved mock-up at job site throughout the application process.
1. Where acceptable to the Architect, approved mockups may become part of the completed Work if
undisturbed at time of Substantial Completion.
2. Contractor shall acknowledge the manufacturer's technical Bulletins and agree to follow same
3. Submit letter at completion that the lath and plaster is installed per manufacturer's recommendations.
78.A-l.f DELIVERY, STORAGE, AND HANDLING
CC. Delivery: Deliver all materials to the construction site in their original, unopened packaging with labels intact.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifi:ations/ Special Provisions 75 of 95
DD. Inspection: Inspect the materials upon delivery to assure that specified products have been received. Report
defects or discrepancies to the responsible party according to the construction documents; do not use
reported material for application.
EE. Storage: Store all products per manufacturer's recommendations. Generally, store materials in a cool, dry
location; away from direct contact with the ground and/or concrete; out of direct sunlight; and protect from
weather and other damage.
78.A-l.g PROJECT CONDITIONS
FF. Environmental Requirements: Follow product manufacturer's recommendations for environmental conditions
and surface preparation.
GG. Temperatures: Before, during and following the application of the portland cement plaster, the ambient and
surface temperatures must remain above 40 degrees F ( 4 C) for a minimum period of 24 hours. Protect
stucco from uneven and excessive evaporation, especially during hot, dry and/or windy weather. Protect the
portland cement plaster from freezing for a period of not less than 24 -hours after set has occurred.
HH. Substrates: Prior to installation, inspect the wall for surface contamination or other defects that may
adversely affect the performance of the materials, and shall be free of residual moisture. Do not apply the
portland cement plaster to substrates whose temperature are less than 40 degrees F ( 4 C) or contain frost or
ice.
Il. All wood based products covered shall be dry and have a moisture content below 19%. DO NOT COVER WET
FRAMING.
A. Inclement Weather: Protect applied material from deleterious effects until cured or dry.
KK. Existing Conditions: Contractor shall walk the project prior to starting work and notify the architect or owner's
representative of any deficiencies that will negatively impact the plaster assembly. Do NOT proceed until
remedied.
LL. Contractor shall advise architect of any horizontal surfaces with inadequate slope.
MM. Jobsite Resources: Notify architect if General Contractor fails to provide access to electrical outlets, clean,
potable water, and a suitable and safe work area at the construction site throughout the application of the
lath and portland cement plaster.
Good Practice: During the rainy season, colored plaster can be damaged if the gutters and downspouts are
not in place. It is recommended to have gutters and downspouts installed as soon as possible after plastering
is complete.
78.A -1.h SEQUENCING AND SCHEDULING
NN. Sequencing: Coordinate the installation of the lath and portland cement plaster with all other construction
trades. To reduce stucco cracking, apply plaster only after the building is 90 percent dead loaded and the
interior gypsum has been installed.
00. Plastering contractor shall request and attend a pre -installation meeting with general contractor and architect
prior to the framing being completed. Plastering contractor shall advise architect of control/expansion joint
layout concerns. There shall be no cost to the owner for moving one-piece control joints prior and up to this
meeting date, additional lineal footage of control joints from plans shall warrant a change order.
PP. Staffing: Provide sufficient manpower and proper supervision to ensure continuous operation, free of cold
joints, scaffolding lines, curing, variations in texture, etc.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 76 of 95
78.A-l.i WARRANTY
QQ. Warranty: Submit documentation on all products. At completion of work, contractor shall provide a written
warranty documentation for the assembly and products used.
RR. Warranty. Length: Shall start at the time of substantial completion.
78.A -1.j MAINTENANCE
SS. The following materials shall be presented to the owner following the application of the work:
1. One container of finish for each color and texture utilized on the project.
2. Supply a maintenance program for Owners O&M manual as required.
78.A-2 PRODUCTS
2.01, MANUFACTURERS
A. Stucco Manufacturers Association (SMA): Must be from the current list on SMA website under appropriate
category.
B. Substations: Substitutions will be reviewed in accordance with Public Contract Code and the General
Conditions of the Contract.
2.02 SCRATCH AND BROWN COAT (BASECOAT)
A. Cement: A portland cement complying with ASTM C150.
B.Sand:
1. Field mixes shall comply with ASTM C-926 and must have sand that is clean and free from deleterious
amounts of loam, clay, silt, soluble salts and organic matter. Sampling and testing shall comply with
ASTM C144 or C897.
C. Water: Clean and potable without foreign matter.
2.03 WATER -RESISTIVE BARRIER
A. Over Open Framing and non -Wood -based Sheathing:
One layer of D kraft building paper, minimum 30 minute ,complying with UBC Standard 14-1.
B. Over Wood -based Sheathing:
Two layers of D kraft building paper, minimum 30 minute, complying with UBC Standard 14-1.
2.04 LATH
A. Woven -Wire Lath: Nominal No. 17 gauge (0.058 inch), 1.5 -inch opening, galvanized steel complying with ASTM
C1032..
2.05 SHEATHING
A. Match existing sheathing or substrate (if existing).
2.06 ACCESSORIES
A. Sealants: Acrylic latex complying with ASTM C834
B. Flashing: Flashing complying with IBC Section 1405.4 (2013) or IRC Section R703.8, as applicable.
C. Fasteners: Nails, staples, or screws used to rigidly secure lath and associated accessories shall be corrosion -
resistant and meet the minimum requirements of ASTM C1063.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 77 of 95
D. Control Joints: One -piece -type, folded pair of unperforated screeds in M -shaped configuration; removable
protective tape on plaster face of control joint.
E. Expansion Joints: Two -piece -type formed to produce a slip -joint.
F. Plastic Trim: Fabricated from high -impact PVC.
G. Cornerbeads: With perforated flanges. Square -edge style; use unless otherwise indicated.
H. Casing Beads: With perforated flanges in depth required to suit plaster bases indicated and flange length
required to suit applications indicated. Standard style; use unless otherwise indicated.
I. Control Joints: One -piece -type, folded pair of unperforated screeds in M -shaped, configuration; removable
protective tape on plaster face of control joint.
J. Expansion Joints: Two -piece -type formed to produce a slip -joint.
2.07 FINISHES
A. Portland cement -based blended stucco finish
B. Color and Texture: Color and finish texture shall be as selected by the Architect.
2.08 MIXES
A. Portland Cement Plaster Basecoats:
1. Prescriptive Method: Ratios and Mix Design shall be per ASTM C926. Contractor shall select one of the
following mixes (sand is per combined volume of cements):
a. Portland Cement 1 part
Masonry Cement 1 part
Sand 3 % to 4 % parts per Cement
Fibers Maximum 3 oz per batch
b. Portland Cement 1 part
Lime (type S) X to Y2 part
Sand 3 to 4 parts per cement & Lime
Fibers Maximum 3 oz per batch
C. Plastic Cement 1 part
Sand 3 % to 4 % parts per cement
Fibers Maximum 3 oz per bag plastic cement
2. Engineered Method: Pre -mix blends or silos per manufacturer.
B. Finish Coats: Mixing and tinting instructions are contained in the appropriate product data sheets by
manufacturer.
78.A-3 EXECUTION
3.01 EXAMINATION
A. Prior to the application of the portland cement plaster basecoat the plastering contractor shall ensure that:
B. Surface and site conditions are ready to receive work.
C. Grounds and Blocking: Verify that the items within the walls for other sections of work have been installed.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 78 of 95
D. Notify architect/owner of any defects that may impact the finished assembly. Proceed as directed.
E. Substrates:
1. Acceptable substrates must be sound, secure and suitable for lath and plaster.
2. Substrates and adjacent materials must be dry and clean. Substrate surface must be flat, free of protrusions
or planar irregularities greater than %-nch in 10 -feet (6mm in 3m).
F. Flashings: All flashing around windows, at deck attachments, utility penetrations, roof lines, etc. and all kick -out
flashing must be properly installed prior to application of portland cement plaster. Notify owner if flashings are
missing, proceed as directed.
G. Unsatisfactory conditions or concerns shall be reported to the general contractor and/or builder and/or architect
and/or owner. Do not proceed until directed in writing by architect or general contractor.
3.02 PREPARATION
A. Substrate/Framing: inspect all work prior to starting lath and plastering. Notify architect of any issues impacting
performance, proceed as directed.
B. Surrounding Areas: Protect surfaces near the work of this section from damage, disfiguration, and overspray
Mask off all dissimilar materials.
3.03 INSTALLATION, GENERAL
A. General Installation: Refer to California Building Code, ASTM C926, ASTM C1063, and/or the appropriate
manufacturer's product data sheet for additional installation requirements and recommendations of
manufacturer.
3.04 INSTALLING WEATHER PROTECTION
A. Water -Resistive Barrier: Apply water -resistive barrier complying with Section 1404.2 of the IBC or Section R703.2
of the IRC. Start at base of wall and overlap flashing flanges and in a "shingle -fashion" by a minimum of two (2)
inches horizontal and six (6) inches vertical. Integrate with flashings to insure incidental moisture drains down
and weeps out. Reverse laps shall not be allowed.
B. Flashing: Install flashing and trim per California Building Code.
3.05 INSTALLING LATH/TRIMS
A. General: Installed per ASTM C1063 or per Architect's direction. Trims shall be full length and installed
plumb/level to within 1/8 inch in eight (8) feet.
B. Weep screed shall be installed at the base of all framed walls.
C. Trims shall be attached per the trim manufacturer's instructions; however do not exceed 24 inches on center
spacing.
D. Apply lath per manufacturer's recommendations. Laps shall occur at horizontal and vertical joints. Attach lath six
(6) to seven (7) inches on center along framing supports (studs). Fastener shall penetrate wood by a minimum %
inch, penetration of wood based sheathing shall count as 50% of dimensional lumber. Metal framing by a
minimum of three (3) full threads and engage the lath.
E. Lath shall lap the flange of accessories by more than 50%.
F. Control Joints: Installed per Architects direction. Single -piece control joint may be installed over continuous lath if
approved by Building Official and/or Architect. If lath is discontinuous, framing shall support lath terminations.
Notify architect of issues or changes.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 79 of 95
G. Expansion Joints: Install per Architect's direction. Two piece joints (expansion) must have lath terminate each
side.
H. Contractor'shall honor control or expansion joints in substrates.
I. Do not mix lath products on same wall.
J. Avoid excessive laps with expanded metal lath
K. Do not use rib lath on walls
L. Use wire nose corner for cement finish, PVC nose for acrylic finish
M. Lath shall cover more than 75% of solid flanges.
3.06 INSTALLING PORTLAND CEMENT PLASTER
A. Per ASTM C926, apply portland cement plaster by hand -troweling or machine -spraying to a nominal thickness of
3/8 -inch (9.5mm) for scratch coat. Then apply a second coat to a nominal thickness of 3/8 -inch (9.5 mm) brown
coat. Total basecoat shall be a nominal % inch thickness.
B. Scratch coat shall substantially cover the lath and be applied with sufficient pressure to encase the lath in cement.
Slickers to apply cement plaster are prohibited. Score in a horizontal pattern.
C. Allow to cure 48 hours, or until sufficiently rigid to accept a brown coat.
D. Apply brown coat to fill and complete basecoat. Nominal % inch thickness. Rod to a flat plane. Do not apply to
frozen or soft scratch coat. When excess moisture leaves brown coat, hard float to provide densification per
ATSM. Hard floating procedure may be omitted if the "Base coat and Mesh or Stucco crack reduction system" is
selected.
E. Moist Curing: Provide sufficient moisture by fog or moist curing to permit proper hydration of the cementitious
materials. The length of time and most effective procedure for curing will depend on climatic and job conditions.
Refer to manufacturer's curing guidelines.
3.04 INSTALLING FINISH COAT
A. General: Mix and apply per manufacturer's product data sheet.
B. Do not apply to soft, contaminated or frozen basecoat.
C. Avoid applying to excessively hot walls.
D. Verification: Verify the desired color, material and texture to match the approved sample and/or mock-up prior
to installation.
E. Avoid scaffold lines and cold joints
F. Fog coat (cement finish only) as needed to blend color variations
G. Finish coat shall be free of eye catching imperfections.
3.05 CLEANING/PATCHING/TOLERANCE
A. Cleaning: Remove any and all materials used,:overspray from adjacent surfaces, and all protective masking.
B. Patch and repair as needed, including but not limited to fog coating, imperfections and blisters.
C. Cracks shall be repaired per the manufacturer's recommendations.
D. The basecoat of plaster shall be in tolerance:
1. Residential: Not to exceed % inch in eight (8) feet
2. Commercial: Not to exceed ''/< inch in ten (10) feet
E. Eye catching variations in color or texture pattern will not be accepted.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP -
Project Specifications/ Special Provisions 80 of 95
3.06 PROTECTION
Protection: Protect applied material from inclement weather until dry and prevent it from freezing for a
minimum of 24 -hours after set and/or until dry. Refer to manufacturer's product data sheet for additional
req jirements.
78.8 SIDEWALK DRAINS
Refer to section 70 for sidewalk drains and refer'to County of Butte Standard s-10. New sidewalk drain must be
in line with roof downspout and be located outside of sidewalk ramp areas.Reroute roof downspouts
REROUTE ROOF DOWNSPOUTS
Reroute roof downspouts along existing building wall to line up with new sidewalk drains as shown. Extend
Flashing Below Sidewalk
Remove, reapply, andpaint plaster
Relocate irrigation supply line and sprinkler heads to accommodate new construction.
END OF SECTION
Section 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES
Refer to Section 81, "Miscellaneous Traffic Control Devices" of the Standard Specifications.
END OF SECTION
Section 82 SIGNS AND MARKERS
Refer to Section 82, "Signs and Markers" of the Standard Specifications.
END OF SECTION
Section 83 RAILINGS AND BARRIERS
Refer to Section 83, "Railings and Barriers" of the Standard Specifications and the following amended provisions.'
END OF SECTION
Section 84 MARKINGS
Refer to Section 84, "Markings" of the Standard Specifications and the provisions within this section.
84.A GENERAL
Add section 84-1.01C with:
84.A-1 84-1.01C SUBMITTALS
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 81 of 95
For glass beads used in drop -on applications and in thermoplastic formulations, submit a certificate of
compliance and test results for each lot of beads specifying the EPA test methods used and tracing the lot to the
specific test sample. The testing for lead and arsenic content must be performed by an independent testing
laboratory.
Submit retroreflectivity readings for traffic stripes and pavement markings at locations with deficient
retroreflectivity determined by the Engineer.
84.A-2 84-1.01D QUALITY CONTROL AND ASSURANCE
Test each lot of glass beads for arsenic and lead under EPA Test Method 3052 and 60108 or 6010C.
Applied traffic stripes and pavement markings must be retroreflective. Within 30 days of applying traffic stripes
and pavement markings, the retroreflectivity of the stripes and markings must be a minimum of 250 mcd. m-Z•Ix
1 for white and 125 mcd m-z•Ix 1 for yellow when measured under ASTM E1710.
The Engineer will perform a nighttime, drive-through, visual inspection of the retroreflectivity of the traffic
stripes and pavement markings and notify you of any locations with deficient retroreflectivity. Measure the
retroreflectivity of the deficient areas using a retroreflectometer under ASTM E1710 and the sampling protocol
specified in ASTM D7585.
84.A-3 MATERIALS
Add the paragraph in section 84-1.02 with:
Glass beads applied to paint must comply with State Specification 8010-004.
Glass beads applied to molten thermoplastic material must be Type 2 beads complying with AASHTO M 247. The
glass beads must have a coating that promotes adhesion of the beads to thermoplastic.
At least 75 percent of the beads by count must be true spheres that are colorless and do not exhibit dark spots,
air inclusions, or surface scratches when viewed under 20X magnification.
Each lot of glass beads used in pavement markings must contain less than 200 ppm each of arsenic and lead
when. tested under EPA Test Method 3052 and 60108 or 6010C.
84.A-4 CONSTRUCTION
Where striping joins existing striping, as shown on the plans, the Contractor shall begin and end the transition
from the existing striping pattern into or from the new striping pattern a sufficient distance to ensure continuity
of the striping pattern
84.6 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS
84.B-1 MATERIALS
Thermoplastic material shall be free of lead and chromium, and shall conform to the requirements in State
Specification PTH 02ALKYD.
Retroreflectivity of the thermoplastic traffic stripes and pavement markings shall conform to the requirements
in ASTM Designation: D 6359 99. White thermoplastic traffic stripes and pavement markings shall have a
minimum initial retroreflectivity of 250 mcd m 2 Ix 1. Yellow thermoplastic traffic stripes and pavement markings
shall have a minimum initial retroreflectivity of 150 mcd m 2 Ix 1.Where striping joins existing striping, as shown
on the plans, the Contractor shall begin and end the transition from the existing striping pattern into or from the
new striping pattern a sufficient distance to ensure continuity of the striping pattern.
Thermoplastic traffic stripes shall be applied at the minimum thickness and application rate as specified below.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 82 of 95
84.13-2o CONSTRUCTION
The minimum application rate is based on a solid stripe of 4 inches in width.
Table 5: Thermoplastic Thickness and Application Rate
84.0 PAYMENT
Refer to Section 84-2.04, "Payment" of the Standard Specifications.
Replace the 31 paragraph in Section 84-2.04 with:
A double thermoplastic traffic stripe consisting of two 4 -inch wide yellow stripes is measured as two, (2) traffic
stripes.
END OF -SECTION
Section 86 ELECTRICAL WORK
86.A GENERAL
Refer to Section 86, "Electrical Work" of the Standard Specifications and as amended below.
Replace section 86 with:
86.A-1 GENERAL
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 75-1.028.
86.A-2 . SUBMITTALS
86.A -2.a GENERAL
Within 30 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.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 83 of 95
MINIMUM MARKING
MINIMUM STRIPE THICKNESS
THICKNESS
(INCH)
(INCH)
0.90
0.120
84.0 PAYMENT
Refer to Section 84-2.04, "Payment" of the Standard Specifications.
Replace the 31 paragraph in Section 84-2.04 with:
A double thermoplastic traffic stripe consisting of two 4 -inch wide yellow stripes is measured as two, (2) traffic
stripes.
END OF -SECTION
Section 86 ELECTRICAL WORK
86.A GENERAL
Refer to Section 86, "Electrical Work" of the Standard Specifications and as amended below.
Replace section 86 with:
86.A-1 GENERAL
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 75-1.028.
86.A-2 . SUBMITTALS
86.A -2.a GENERAL
Within 30 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.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 83 of 95
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..
86.A -2.b 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.A -2.t LED LUMINAIRES
Submit for an LED luminaire:
1. Maximum power in watts
2. 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.A-3 QUALITY ASSURANCE
86.A -3.a GENERAL
Electrical equipment must comply with one or more of the following standards:
1. ANSI
2. ASTM
3. EIA/ECIA
4. NEMA
5. N ETA
6. UL/NRTL
7. TIA
Materials must comply with:
1. FCC rules
2. ITE standards
3. NEC
4. California Electrical Code
86.B MATERIALS
86.6-1 CONDUIT AND ACCESSORIES
86.B-l.a . GENERAL
Conduit and fittings must comply with the requirements shown in the following table:
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP .
Project Specifications/ Special Provisions 84 of 95
Conduit and Fitting Requirements
Type
IRequirement
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
51413.
2
Must be Type A, extruded, rigid PVC conduit complying with UL 651 or must be HDPE conduit complying
with LIL 651A.
3
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 electrogalvanized and certified
under UL 514B.
86.B-2 PULL BOXES
86.B -2.a 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:
1. LIGHTING for a lighting system
The load rating must be stenciled.on the inside and outside of the pull box and the cover. .
86.B -2.b' 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 -Ib and a minimum pull-out
strength of 750 lb.
86.13-3 TAPES
86.B -3.a PULL TAPE
Pull tape must be a flat, woven, lubricated, soft -fiber, polyester tape with a minimum tensile strength of 1,800
Ib. The tape must have sequential measurement markings every 3 feet.
86.6-4 CONDUCTORS AND CABLES
86.B -4.a CONDUCTORS
86.13-4.a(i) Copper Conductors
Copper wire must comply with ASTM 133 and 68.
Conductor must be clearly and permanently marked the entire length of its outer surface with:
1. Manufacturer's name or trademark
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 85 of 95
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
86.6-5 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.
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:
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 86 of 95
Heat -Shrink Tubing Requirements
Quality characteristic
Requirement '
Shrinkage ratio of supplied diameters (max, %)
33
Dielectric strength (min, kV/in)
350
Resistivity (min, Q/in)
25 x 1013
Tensile strength (min, psi)
2,000
Operating temperature (°C)
-40-90 (135 °C in emergency)
Water absorption (max, %)
0.5
'When heated to 125'C and allowed to cool to 25 °C
96.13-6 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.
END OF SECTION
Section 87 ELECTRICAL SYSTEMS
Refer to Section 87, "Electrical Work" of the Standard Specifications and as amended below.
Replace section 87 with:
87.A GENERAL
Section 87 irncludes general specifications for constructing and installing electrical systems.
87.6 CONSTRUCTION
87.6-1 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 a.n 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.
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.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 87 of 95
4
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.
Bond all metal components to form a continuous grounded system as specified in NEC.
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.
Perform an operational test of the systems.
87.B-2 87-1.03B CONDUIT INSTALLATION
87.B -2.a 87-1.03B(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.
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.
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:
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 88 of 95
t
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.
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.
- I
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.B -2.b 87-1.03B(3) CONDUIT INSTALLATION UNDERGROUND
87.13-2.b(i) 87-1.03B(3)(a) General ,
Install conduit to a depth of:
1. 24 inches for the trench -in -pavement method
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 89 of 95
2. 18 inches, minimum, under sidewalk and curbed paved median areas
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 [,.division 1, install and
seal Type 1 or Type 2 conduit with explosion -proof sealing fittings.
87.13-2.b(ii) 87-1.038(3)(6) 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 either the horizontal directional drill method or jack and drill
method. 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.
87.8-2.a 87-1.036(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.
87.13-3 87-1.03C INSTALLATION OF PULL BOXES
87.B -3.a 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.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 90 of 95
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.B -3.b 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 downstream from
traffic if practical.
If you replace the cover on a nontraffic pull box, anchor it to the box.
87.6-4 87-1.03E EXCAVATING AND BACKFILLING FOR ELECTRICAL SYSTEMS
87.B -4.a 87-1.03E(1) GENERAL
Notify the Engineer at least 72 hours before starting excavation activities.
Dispose of surplus excavated material.
87.B -4.b 87-1.03E(2) TRENCHING
Dig a trench for the electrical conduits. Do not excavate until the installation of the conduit.
Place excavated material in a location that will not interfere with traffic or surface drainage.
After placing the conduit, backfill the trench with the excavated material.
Compact the ibackfill 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.
87.6-4.0 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.
In unpaved areas, place the top of the foundation 6 inches above the surrounding grade.
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 91 of 95
Allow the foundation to cure for at least 7 days before installing any equipment. "
87.8-5 87-1.03F CONDUCTORS AND CABLE INSTALLATIONS y
87.B -5.a 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
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 inpull boxes to form a watertight seal. `
Do not connect the push-button or accessible pedestrian signal neutral conductor to the signal neutral
conductor.
87.B -5.b 87-1.03F(3) CONDUCTORS
87.6-5.b(i) • 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 conductor slack to comply with the requirements shown in the following table:
Conductor Slack Requirements
87.13-5.b(ii) 87-1.03F(3)(b) Reserved
87.B-5.b(iii) 87-1.03F(3)(c) Copper Conductors '
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 92 of 95
87.B-5.b(iv) 87-1.03F(3)(C)N General
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.B -S.0 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.
87.6-6 87-1.03H CONDUCTOR AND CABLES SPLICES
B7.B-6.a 87-1.03H(1) GENERAL
You may splice:
1. Grounded conductors in a pull box
5. Ungrounded lighting circuit conductors in a pull box if lighting circuits are modified
Solder all copper conductor splices using the hot iron, pouring, or dipping method. Do not perform open -flame .
soldering.
87.6-6.b 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.
87.6-7 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 copper conductors to connectors and terminal lugs.
87.B-8 87-1.031 STANDARDS, POLES, PEDESTALS, AND POSTS
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 93 of 95
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.
87.6-9 87-1.03W SEALANTS
87.B -9.a 87-1.03W(1) GENERAL
Reserved
87.6-9.1b 87-1.03W(2) ELASTOMERIC SEALANT
Apply an elastomeric sealant with a pressure feed applicator.
87.B -9.c 87-1.03W(3) ASPHALTIC EMULSION SEALANT
Asphaltic emulsion sealant must:
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.B -9.d 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.
87.13-10 87-1.03X RESERVED
87.0 87-1.04 PAYMENT
Not Used
END OF SECTION
Section 89 AGGREGATE
Refer to Section 89, "Aggregate" of the Standard Specifications.
END OF SECTION
Section 90 CONCRETE
Refer to Section 90, "Concrete" of the Standard Specifications.
END OF SECTION
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifications/ Special Provisions 94 of 95
Section 92 ASPHALT BINDERS
Refer to Section 92, "Asphalts" of the Standard Specifications and the following amending provisions
Replace the 4th paragraph of section 92-1.028 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.
END OF SECTION'
Section 94 ASPHALTIC EMULSIONS ;
Refer to Section 94, "Asphaltic'Emulsions" of the Standard Specifications.
END OF SECTION
Section 95 Epoxy
Refer to Section 95, "Epoxy" of the Standard Specifications.
' { END OF SECTION
Section' 96 GEOSYNTHETICS
Refer to Section 96, "Geosynthetics" of the Standard Specifications and the amended provisions below.
96.A QUALITY ASSURANCE
Replace product name, manufacturing source, and date of manufacture in the 2nd sentence of the 1st paragraph
of section 96-I.01D with:
manufacturing source code
END OF SECTION
EIV® OF SPECIAL PROVISIONS
•
7 COUNTY CENTER (CC7) PATH OF TRAVEL -PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Project Specifica-ions/ Special Provisions 95 of 95
APPENDIX
TO THE SPECIAL PROVISIONS
The following contents of the Appendix are included as part of the Special Provisions:
APPENDIX #
DESCRIPTION
A
Revised Standard Plans
T51
Temporary
Water Pollution Control Details
(Temporary
Silt Fence)
T52
Temporary
Water Pollution Control Details
(Temporary
Straw Bale Barrier
T53
Temp rary
Water Pollution Control Details
(Temporary
Cover)
T54
Temp rary
Water Pollution Control Details
(Temporary
Erosion Control Blanket
T55
Temporary
Water Pollution Control Details
(Temporary
Erosion Control Blanket)
T56
Temporary
Water Pollution Control Details
(Temporary
Fiber Roll)
T58
Temporary
Water Pollution Control Details
(Temporary
Construction Entrance)
T59
Temporary Water Pollution Control Details (Temporary
Concrete Washout Facility)
T60
Temporary
Water Pollution Control Details
(Temporary
Reinforced Silt Fence)
T61
Temp rary
Water Pollution Control Details
(Temporary
Drainage Inlet Protection)
T62
Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)
T63
Temporary
Water Pollution Control Details
(Temporary
Drainage Inlet Protection)
T64
Temporary
Water Pollution Control Details
(Temporary
Drainage Inlet Protection)
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP- "
Contract Documents k -
C-1 of 16
APPENDIX A
BID ITEM LIST CC7 PATH OF TRAVEL PROJECT IFB #25-18
ITEM NO.
ITEM DESCRIPTION
QUANTITY
. UNIT
UNIT PRICE
ITEM TOTAL
CC7 - 1
Mobilization
LS
CC7 - 2
Prepare and Implement Water Pollution
Control Program
LS
CC7 - 3
Project Layout and setup
LS
CC7 - 4
Construction Staking
LS
CC7 - 5
Clearing and Grubbing
SF
CC7 - 6
Protect/Trim Trees
LS
CC7 - 7
Asphalt Concrete
TONS
CC7 - 8
Heavy Duty Concrete
SF
CC7 - 9
Concrete Flatwork
SF
CC7 - 10
Aggregate Base
CY
CC7 - 11
Truncated Domes/Detectable Warning
Surface
SF
CC7 - 12
Curb Ramp
EA
CC7 - 13
Concrete Curb &, Gutter
LF
CC7 - 14
Concrete Curb
LF
CC7 - 15
Wheelstop/Parking Bumpers
EA
CC7 - 16
Sawcut
LF
CC7 - 17
Striping
SF
CC7 - 18
Sidewalk drains
EA
CC7 - 19
Re-route Roof Downspout
EA
CC7 - 20
Adjust Cleanout Lids to FG
EA
CC7 - 21
Signs
EA
CC7 - 22
Remove, Re -Apply & Paint Plaster
SF
CC7 - 23
Extend Flashing below Sidewalk
LF
CC7 - 24
Electrical Trenching
LF
CC7 - 25
1" Conduit
LF
CC7 - 26
2" Conduit
LF
Cb - 27
#10 Electrical Wire
LF
CC7 - 28
Empty pull boxes
EA
CC7 - 29
Light (Type 1)
EA
CC7 - 30
Light (Type 2)
EA
CC7 - 31
Light (Type 3)
EA
EA
CC7 - 33
Light (Type 5)
EA
CC7 - 32 Light (Type 4)
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP v
Contract Documents
C-2 of 16
ti
BID ITEM LIST CC5 PATH OF TRAVEL RAMP PROJECT IFB #25-18
ITEM NO.
ITEM DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
ITEM TOTAL
CC5 - 1
Mobilization
LS
CC5 - 2
Prepare and Implement Water
Pollution Control Program
LS
CC5 - 3
Project Layout and setup
LS
CC5 - 4
Construction Staking
LS
CC5 - 5
Clearing and Grubbing
LS
CC5 - 6
Remove Trees
EA
CC5 - 7
Remove LS Retaining Board
LF
CC5 - 8
Remove and relocate irrigation
LS
CC5 - 9
Sawcut
LF
CC5 - 10
Concrete curb
LF
CC5 - 11
Handrail/guard rail
LF
CC5 - 12
Retaining Curb
LF
CC5 - 13
Concrete Flatwork
SF
CC5 - 14
Retaining Wall
LF
CC5 - 15
Asphalt Concrete
TONS
CC5 - 16
Aggregate Base
CY
CC5 - 17
Truncated Domes/Detectable
Warning Surface
SF
CC5 - 18
Electrical Trenching
LF
CC5 - 19
1" Conduit
LF
CC5 - 20
#10 Electrical Wire
LF
CC5 - 21
Junction Box
EA
CC5 - 22
Circuit Breaker
EA
CC5 - 23
Type 1 fixture
EA
CC5 - 24
Striping
SF
CC5 - 25
Signs
EA
CC5 - 26
1 Relocate Signs
EA
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents
C-3 of 16
ZU70 51ANDAND PLAN Tbl
Z
F �a oa go a 8z o
O_ _
f W
E2 S_ _ 8
J Z
«° 2``oc a
e
ageg CHH
gX Q W J
�a - � tl
f}
a' W C �
Ea
8S ?i
8� F goy&
O CC
>ms
em 2 oS 8'h 8_ Sn� 2
�g ¢ Z 0
�g Fg
a OL
0 oz..
5E PZ 55 �b
W
1-
259
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents
C-4 of 16
nI
0
0
0 r
3 E
vT
0
All RIght, Ruler d
ANGLE STAKE TOWARD
PREVIOUSLY
atVJOUSLY PLACED BALE
IWO STAKES PER SALE
SJRAW.BALE
�. ES
WEDGE LOOSE STRAW
BETWEEN SALES BACK EDGE OF SEATING X
C114710"
TIMPORARI
ACCOMPANY
BINDING WIRETO
PLANS DATED
STRAW BALES
BACKFILL AND COMPACT
EXCAVATED MATERIAL f
!0*
ART
'ILT TF
NOTE
E NIE
Temporarysilt fable and temporary hIr-liGlbIllly N
fence 8nowA for reference
purpocaG an y.
V
C
e EXCAVATE TO SEAT
TEWPORARV
STRAW BALES
ET
HIGH-VISIBIL17Y
FENCE
FRONT ELEVATION
SECTION
m
TEMPORARY STRAW
BALE BARRIER
SECTIO
PLACEMENT DETAIL
TEMPORARY SILT FENCE
HIGH -VISIBILITY
TEMPORARY STRAW SALE
(See Note I)
2.0 TEMPO ART SILT
FENCE
Z
TEMPORARY STRAW
BALE BARRIER
CURB 08 DIKE T
411
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
SECTION
PLACEMENT DETAIL TEMPORARY WATER POLLUTION
FOR TEMPORARY SILT FENCE CONTROL DETAILS
USED WITH TEMPORARY (TEMPORARY STRAW SALE BARRIER)
STRAW BALE BARRIER NO SCALE
Is.. NOT. 1)
RSP T52 DATED JANUARY 2D, 2017 SWERSEOES STANDARD PLAN T52
OAIED O[10
10SER 30, 2015 - PAGE 260 OF THE STANDARD PLANS BOOK DATED nlS.
FR-EVISED STANDARD PLAN RSP T52
CONSTRUCTION j\
ACTIVITIES k.-
�. ES
TIMPORARI
BALE BARRIEfl
ART
'ILT TF
E NIE
I
TEWPORARV
HIGH-VISIBIL17Y
FENCE
ILI'
FOR
AND TEMPORARY
USED WITH
SECTIO
PLACEMENT DETAIL
TEMPORARY SILT FENCE
HIGH -VISIBILITY
TEMPORARY STRAW SALE
(See Note I)
FENCE
BARRIER
2.0 TEMPO ART SILT
FENCE
Z
TEMPORARY STRAW
BALE BARRIER
CURB 08 DIKE T
411
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
SECTION
PLACEMENT DETAIL TEMPORARY WATER POLLUTION
FOR TEMPORARY SILT FENCE CONTROL DETAILS
USED WITH TEMPORARY (TEMPORARY STRAW SALE BARRIER)
STRAW BALE BARRIER NO SCALE
Is.. NOT. 1)
RSP T52 DATED JANUARY 2D, 2017 SWERSEOES STANDARD PLAN T52
OAIED O[10
10SER 30, 2015 - PAGE 260 OF THE STANDARD PLANS BOOK DATED nlS.
FR-EVISED STANDARD PLAN RSP T52
N
OT
TOP OF SLOPE... .. a4 REINFORCING BAR - -
IEMPORART COVER FABRIC
..."ROPE .. .. -
SECURE FABRIC WITH ANCHOR
'RESTRAINERS
AINEG ,STEEL REINFORCING BAR DETAIL
ANCHOR
� %•
(GRAVEL -FILLED BAGS SHOWN)
TOE OF SLOPE ( ( _ ! TEMPORARY COVER FABRIC TEMPORARY COVER FABRIC
STEEL REINFORCING BAR
YOODEN LATH - BACKFILL AND TAMP
OVERLAP SHEETS j
LINEAR SEDIMENT^BANRIER_/ --- - _
(EARTHEN BERM SHOWN)
PERSPECTIVE G'_
TEMPORARY COVER ON SLOPE SECTION SECTION
ANCHOR RESTRAINER KEY TRENCH DETAIL
(Steel o0? on0 Y000en loth)
ANCHOR flESTflAINER TEMPORARY COVER FABRIC
(GRAVEL-FILLEO BAGS SXOBN) SECURE FABRIC NITN ANCHOR
SECURE FA COYER FABRIC ( _ - RFBiRAINERS it _
SECURE FABRIC WITH ANCHOR / Ills -
RESIRAI/ER5
'• ANCHUR RETRAINER
! (GRAVEL -FILLED BAGS SHUN)
LINEAR SEDIMENT BARRIER
[EARTHEN BERM SHOWN)
(i
KEY TRENCH ,•
.._ .� ,.:.... :� /! ..... ..._..+ i B•. ,;'cam
Typ
1
TOE OF SLOPE I / • _
,n`i
EMBED TEMPORARY COVER
OGKEY TRENCH'
+^ \ �^_ SECTION
FABRICAT FES. SEE SECTION
DETAILS OF TEMPORARY COVER " _ i"-"•
ON SLOPE f0A EMBEDMENT
Of FABRIC EDGES "`"4:"- • •\
EDGE OF FABRIC TEMPORARY COVER ON SLOPE
.......�
•. ... ...... ....'-. ..: 'j '.
LINEAR SEDIMENT BARRIER S' TYPICAL -
(EARTHEN BERM SHOWN) STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
PERSPECTIVE TEMPORARY WATER POLLUTION
TEMPORARY COVER ON STOCKPILE CONTROL DETAILS
(TEMPORARY COVER)
NO SCALE
T5;
N II
262
7COUNTY CENTER (c 9PAr OF TRAVEL PROJECT &5COUNTY CENTER DRIEv(cqPATH OF TRAVEL RA9P
Contract Dcmems • .
o7J16
n
00
TEMPORARY BLANKET ! ' TEMPORARY �ii�•+I IJ
FABRICBLANKET FABRIC
i
COVERED iLOM TEMPORARY
ETRF TEMPORARY
EDGE BLANKET FABRIC BLANKET FABRIC
_
STEEL STAPLE I - ! Ocroner 70, Zm 5 u
EBY DGELAPPINO (1 •• r' •'RACAi ILL'AND TAMP
(� BACEFILL AND TAMP -
�'I' STEEL STAPLE'STEEL STAPLE STEEL STAPLE � n ! ! ( ! ; .
' , ! N flow
TRENCH TRENCHef
'TMP I 7yD; " B" •�6", - NDTE:
L for Clarlty, perapactive view Does rot ahew
r IYD all el ploa.
PLAN PERSPECTIVE SECTION SECTION
DETAIL A DETAIL B DETAIL C DETAIL D
STAPLE PATTERN LONGITUDINAL BLANKET JOINT' KEY TRENCH TRANSVERSE BLANKET JOINT
:...Zmin ?YID .
i i
TRANSVERSE BLANKET
TRANSVERSE BLANKET
/
JOINT (SEE DETAIL 01
,•' /
- JOINT (SEE DETAIL D)
a
TEMPORARY BLANKET
FABRIC
.' C:
TEMPORARY BLANKET E
•' j / %
I i
Q
IONDITUDfNAI BLANKET
.' / p:
, ' / �Qi
/ %
LONGITUDINAL BLANKET
.' / /
JOINT ISEE DETAIL BI
/ �9
JOINT (SEE OFTEIL 0)
i
/
STEEL NIRS
STAPLE PATTERN
- \
57APLE PATTERN
/ f
/ /
1
(SEE DETAIL A)'
_
(SEE DETAIL A)
d.•
KEY TRENCH
f / /
'' /�
KEY TRENCH 1•
• •
'C•%
STAPLE DETAIL
E'
D
(SEE DETAIL Cli •
/ i ;
(SEE DETAIL C)
/ :
Z
,•
V'
KEY TRENCH
T'y
/ •
j / :
(SEE DETAIL C) y
/ / ' ,�
/
KEY TRENCH
(SEE DETAIL CI
• /o
i
PERSPECTIVE PERSPECTIVE
TEMPORARY EROSION CONTROL BLANKET TEMPORARY EROSION CONTROL BLANKET
IN V -DITCH OR SWALE IN TRAPEZOIDAL DITCH OR SWALE STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
TEMPORARY WATER POLLUTION
CONTROL DETAILS
(TEMPORARY EROSION CONTROL BLANKET)
NO SCALE
T65
n -4
O n
C)
c
cu Z
v �
o m
Z
C �
3 m
ED ;0
3 n
N n
V
D
2
O
.Z1
p
m
Ro
Ln
n
0
c
n
z�
o m
N
a,
a
Z
m
S
v
m
m
n
Lnn
2
0
m
m
17,D
Z
v
STAKE STAKE STAKE
Min
ROPE ROPE '1
TIBER ROLL � 'I. ,
TIBER ROLL FIBER ROLL 1
EXCAVATED
MATERIAL NOTCH !�
SLOPE ,\�4 SLOPE
�.
1 xa zo"Is
SECTION SECTION PLAN
TEMPQRARY FIBER ROLL TEMPORARY FIBER ROLL
TYPE 1 (TYPE 2)
I
STARE �
vl NOTES:
NOTCH
- 1. TempororY floor roll spat Ing varlee
aependlnR upon elope Incl lnotbn.
ELEVATION 'x. in.? Ilotlane A— In tta perspectives
ore for elope IncllFwtlon of 1011 and
6te-pOr.
STAKE NOTCH DETAIL
GRATING CONFORM - GRADING CONFORM
OR TOP OF SLOPE
OR TOP OF SLOPE 1 � `
6'-6" BELOW v .l V-6" BELOW
GRADING CONFORM GRACING SCOW"
TIBER ROLLS SPACED
M - FIBER ROLLS SPACED
fOUALLY ALONG SLOPE 1 EQUALLY ALONG SLOPE /
(SEE NOTES) /'• i (SEE NOTES)
/"'�(.'li (-t:Y'�••_.. t'j.. .- :.r.._. IVARIES1
�,::: i,`...":�`,�.';:^. Yr,�•'.::.: i..; :.��i�5".,l( .(i .i-�i . �
VARIES
SLOPE OPE IN)NATION J1
_ SLOPE INCLINATION
FIBER ROLLS SPACED
FIBER ROLLS SPACED r EQUALLY ALONG SLOPE
EQUALLY
ALONG SLOPE 1: (SEE NOTES)
ISE
E NOTES) TIBER ROLL
STgCGfR UOINTS 1. "' EXCAVATED _ STACOCR JOINTS i
•t FIBER ROLL
MATERIAL .
•-0' TO i0' -a' 5'-O" TO
`-0' ABOVE "/ �- S' -a' ABOVE/ - 10 0" .
TOE OF SLOPE
5'I•_'.fi7,j,., (i'i,i'�'; i r fr"fit'"1:`-S`�j' TOE oc sLDPf _ llii;`c(�'1;
GRADING CONFORM •, '^- GRADING CONFORM
OR TOE OF SLOPE - OR TOE OF SLOPE
STATE OF CALIFORNIA
PERSPECTIVE PERSPECTIVE DEPARTMENT OF TRANSPORTATION
TEMPORARY FIBER ROLL (TYPE 1) TEMPORARY FIBER ROLL (TYPE 2) TEMPORARY WATER POLLUTION
CONTROL DETAILS
(TEMPORARY FIBER ROLL)
NO SCALE
T56
`
•
vy s r ¢I
t
I
r
I
t
i
-
r
s• r
1 •
t
i
t
I��Iyy
U'
'
r
it
1
k
r
r
3'
•
s 266
• r
j; 7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents t
C-10 of 16
1
-
,
s• r
1 •
S
t
T {
c,
1
k
s 266
• r
j; 7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents t
C-10 of 16
2015 STANDARD PLAN T59
267
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents . F.7
C-11 of 16
Z
rn
ul
1
j 0 LL, >-
0 j cc
_j
0
UA LUV -C v.
Ck0
0
U.
t�t
- As
0
K
Z
0 <
cc 0
v9- :ki
0
0 x
CrZ CL U)
-C 0
Cr Q Uj 3
0
W;
E
Il
.2
_m
3W
;b
L :j
7,.
is 4uL
ui 42
d
it
Mi
267
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents . F.7
C-11 of 16
n V
O n
O
1 (_
CL Z
n �
K
v
O m
n Z
C --I
3 m
3 n
L n
V
POST SPACING Pb�Sl SPACING
HIGH VISIBIL17Y FABRIC
FASTENERS
SILT fENCE FABRIC POST SILT FENCE FABRIC FASTENERS
OVER WIRE MESH OVER WIRE MESH
:vct:..Ircica.ra:n.�13c,;:a�c::r.R:rr�1�: �r:IlRsrr.:�a,R _---.------------------- ----_
■�p�lrr����lrrrrrrr�rr�r�lgl�rrr■•--.--..�..�..�.�-.�r..�....�....�..... �.r..�.�..�......,�...
NMW WNr/YWrL-Yr Wf�NrMWliullYYifN.
- - - - nNu��IsrNRorrlorrrNOororrorrinl�IrrrW
nyw MlrMr WNr�MwW MMMw WNMMNYwIn:MR1rnF Mp"IMMN WNrMrWRSNMWYi NrrW Wif.!!Mp1rrG
. •ana• meerQa7od�cesoa�arsNn�nmr�nN!-::onay�ler on�rlmccrn!neaEtrN!ameennmreeoN:almr�z.as�
��M[{M Lt�G6CCLLafLi�CC Ci�¢•u:a CCBQ4S 3B QCQTJILLIILtfI[WNS'.- 'IIQm WIC6CCFLCTiM5T6tCCi C1{i09CCII[['JSC:CISCOCL'JIC�IINryNd-
duA1V11.;.IrNNYM'MMMYYWe�riN.tiMrrAL M�MI.:IKt11A5rL AHrq �clr."MMN1RY.1}IMF:MrJNMY�}MIMYMNYMIr,I�K b16�lIN
ICN p:I[I[LCNCN>7.'LNCL[C LNZE.'YIRCN CW LD[lIZQC.N!tll!L;IWir AGECN�xI[L[✓t(.SI!i•1[tR(l1L:aC1[t[fL.Z••LI Cat[i L✓1 N'lll!G 111rrN
G11Li1•.•ILIWRL'��IiCRO VMre�.tof>V ViNSiriT MM VW.MI"':Ir-47•irrG R11V".I-�1WOriC�lA1MLCDiS OCMfSr]1TCOW61EIIlOhiMpF
•WM. AEIMNW WMlAlN WMM�lNWMMMN WK11il11KNtNrA WE N., WMrAWNMWMMMNWrIMIKAV CN WIW
COp!�IrQ DOCm�0N�1�v0 se mr p�l!.IIA;•11%OOf [Np!^I WE N., Nrr�\ONIr Orr9Wr Ort e!"L M 60R
ELEVATION
f
CONSTRUCTION
i
>o
2
POST .. •
.
O
I
FABRICE
ELEVATION
r
ANCHOR CA
A
D
IH
A...
DETAIL
m
-�
-
POST •._. .. ,. .. ..
i
_
38'
FASTENER t
si
SECTION
WIRE MESH
TEMPORARY REINFORCED SILT FENCE (TYPE D
O'
`m
SILT FENCE FABRIC
SLOPE
a
OUT WIRE (3 STRANDS)
(p
SEE TRENCH DETAIL
un
ANCHOR
O�
SLOPE
I ._ _6w ___
C
Z
36•
_ SECTION
' TRENCH DETAIL
IQ
N
N
0m
n
NT
DEPARTMENT OF TRANSPORTATION
Z
co
N
CONTROL DETAILS
0)
m
NO SCALE
•
.-O
C
n
n
UnD
2
O
T
m
D
m
r
m
D ,
Z
v
POST SPACING Pb�Sl SPACING
HIGH VISIBIL17Y FABRIC
FASTENERS
SILT fENCE FABRIC POST SILT FENCE FABRIC FASTENERS
OVER WIRE MESH OVER WIRE MESH
:vct:..Ircica.ra:n.�13c,;:a�c::r.R:rr�1�: �r:IlRsrr.:�a,R _---.------------------- ----_
■�p�lrr����lrrrrrrr�rr�r�lgl�rrr■•--.--..�..�..�.�-.�r..�....�....�..... �.r..�.�..�......,�...
NMW WNr/YWrL-Yr Wf�NrMWliullYYifN.
- - - - nNu��IsrNRorrlorrrNOororrorrinl�IrrrW
nyw MlrMr WNr�MwW MMMw WNMMNYwIn:MR1rnF Mp"IMMN WNrMrWRSNMWYi NrrW Wif.!!Mp1rrG
. •ana• meerQa7od�cesoa�arsNn�nmr�nN!-::onay�ler on�rlmccrn!neaEtrN!ameennmreeoN:almr�z.as�
��M[{M Lt�G6CCLLafLi�CC Ci�¢•u:a CCBQ4S 3B QCQTJILLIILtfI[WNS'.- 'IIQm WIC6CCFLCTiM5T6tCCi C1{i09CCII[['JSC:CISCOCL'JIC�IINryNd-
duA1V11.;.IrNNYM'MMMYYWe�riN.tiMrrAL M�MI.:IKt11A5rL AHrq �clr."MMN1RY.1}IMF:MrJNMY�}MIMYMNYMIr,I�K b16�lIN
ICN p:I[I[LCNCN>7.'LNCL[C LNZE.'YIRCN CW LD[lIZQC.N!tll!L;IWir AGECN�xI[L[✓t(.SI!i•1[tR(l1L:aC1[t[fL.Z••LI Cat[i L✓1 N'lll!G 111rrN
G11Li1•.•ILIWRL'��IiCRO VMre�.tof>V ViNSiriT MM VW.MI"':Ir-47•irrG R11V".I-�1WOriC�lA1MLCDiS OCMfSr]1TCOW61EIIlOhiMpF
•WM. AEIMNW WMlAlN WMM�lNWMMMN WK11il11KNtNrA WE N., WMrAWNMWMMMNWrIMIKAV CN WIW
COp!�IrQ DOCm�0N�1�v0 se mr p�l!.IIA;•11%OOf [Np!^I WE N., Nrr�\ONIr Orr9Wr Ort e!"L M 60R
ELEVATION
f
CONSTRUCTION
i
>o
POST .. •
.
_ ,IL'7Y
I
FABRICE
ELEVATION
r
ANCHOR CA
FABRIC
(3 STRANDS) " '
IH
A...
DETAIL
WIRE MESH a
-�
-
POST •._. .. ,. .. ..
i
_
38'
FASTENER t
si
SECTION
WIRE MESH
TEMPORARY REINFORCED SILT FENCE (TYPE D
w REINFORCING BAR
>o
I
IN
c
ELEVATION
r
ANCHOR CA
a
WIRE MESH a
-�
POST •._. .. ,. .. ..
SILT FENCE FABRIC)
POST Q
FASTENER t
FASTENER
WIRE MESH
BACKFILL
SILT FENCE FABRIC
SLOPE
a
OUT WIRE (3 STRANDS)
SEE TRENCH DETAIL
ANCHOR
SLOPE
I ._ _6w ___
Q
36•
_ SECTION
' TRENCH DETAIL
SECTION
TEMPORARY REINFORCED SILT FENCE (TYPE 2)
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
TEMPORARY WATER POLLUTION
CONTROL DETAILS
(TEMPORARY REINFORCED SILT FENCE)
NO SCALE
•
_ .. T60
2015 STANDARD PLAN T61
269
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CCS) PATH OF TRAVEL RAMP
Contract Documents
C-13 of 16
270
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents
C-14 of 16
ZD75 STANDARD PLAN T62
♦ r
E
C m
_
o _�_
�0,55aSo
eN c
� JfAQZ
;
�..
O-jZO
y
us U, a LLI
e _
o. t
°
�E C g
N
'
o� YO
$
cc ccml
7i g 'o
� k
S
a la Wag
CC ir"
pF
K Q W Z
O
W
IL
_ _'
I>
PN
I^s� S
W
MB
e
a
-- -
V
W
MIA
p n c
°31tl1flN33XGOUi
r
r::•ir..
r
.. ^y
Y
W
sf
`
°'
a
oo'
w
Ill.-
..
z �'
ao
2
m
� E
ee�
�I
c
W
a.W
�8$rc
W
o V�
Z
1"
�' I.
fir._.____
000
du
o
-
4 +EQ
o a
w m
CL
CC
_
g
-
h-
�-'''I
bb-
r
fe
r°A z
270
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP
Contract Documents
C-14 of 16
I
AVID 3 1 ANUAKU PLAN 104
}
O m
W ~
JtffaZ
g0—iZ0
cc
cc
as
_ 30 =
CC
92— oUl
QO2J
—n¢OUWZ
�,
2.
�s €W _ - -5INa
5.
M Cr
v a u WyoIRE ...... _ �Cc r v .W.
ag
C ir W 3Q Cr
o co Cr V)M
O W
e .^ Q �\ vai o. W N
Z e z Co
W'� ¢ �: "'.'� of ' q ~
W
z Cc
W
w5'Wgz W
W; g"dc
W
W
o : J `
X
san
m �y yz L $off my §sgN
'
3i & F .: W W
rt -Rd z Yore z
W d . o cairain�no� al �-
%- u 1' QW
N
--....__...-. __ q UjO
Cr
z
:":.. Oil
,\fir
271
7 COUNTY CENTER (CC7) PATH OF TRAVEL PROJECT & 5 COUNTY CENTER DRIVE (CC5) PATH OF TRAVEL RAMP.
Contract Documents
C-15 of 16
W,
DRAINAGE INLET GRATE
Dump STRAPS I? EACH)
LIFTING LOOPS (2 EACH)
• SEDIMENT FILTER BAG
EXPANSION RESTRAINT
C CAT
ATCH BASIN
SECTION 8-8
SEDIMENT FILTER BAG DETAIL.
LINEAR SEDIMENT BARRIER
ITEMPGRART SILT FENCE SHOWN)
CURB OR BIKE
DRAINAGE INLET
P1111111"I SURFACE
FLON
SEDIMENT FILTER BAG
CATCH BASIN
SECTION A -A
10'-0r Min 10"0' Mln
LINEAR SEDIMENT BARRIER —1
(TEMPORARY SILT FENCE SHOWN)
ORA MA F INLET,*WITN
CURB ON DIRE
S GF
MMENT FILTER BAD
11
ROADWAY
PLAN
TEMPORARY DRAINAGE
INLET PROTECTION (TYPE �li'
(SEDIMENT FILTER BAG)
LINEAR SEDIMENT BARRIER
(FIBER ROLL SHDKNI
. . . CURB OR DIAE
GRAVEL -FILLED BAG
(PLACE ONE BAG AT EACH END)
RIGID PLAS71C BARRIER
(EXTENDS BEYOND GRATE)
4L
PAVEMENT SURFACE
VLM
CATCH BASIN
SECTION
TEMPORARY DRAINAGE
INLET PROTECTION (TYPE GA)
(CATCH BASIN WITH GRATE)
....... .. .
... . ... . . .....
SlOEWALK ..
GRAVEL -FILLED BAG
I—Lo*
[PLACE ONE BAD AT EACH ENDI
FLEXIBLE SEDIMENT BARRIER
(RIGID, PLASTIC BARRIER SHMI
CURB INLET
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
TEMPORARY WATER POLLUTION
CONTROL DETAILS
(TEMPORARY DRAINAGE
INLET PROTECTION)
NO SCALE
PERSPECTIVE
TEMPORARY DRAINAGE
INLET PROTECTION (TYPE GB)
(CURB INLET WITHOUT GRATE)
NOTES;
1. SON StanOWd Plon TSI for T..W-Y Slit FN .
2. Di=n.I*r,a my tory to fit flala condlilmu.
T64