76
CONSTRUCTION OF SP 1 of 65 GATE 1 ACCESS ROAD SPECIAL PROVISIONS INTRODUCTION: The format of these Special Provisions follows that of the 2018 Edition of the "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION" which is, by reference, included within the contract documents of this project. These Special Provisions modify and take precedence over the Standard Specifications, and unless noted otherwise, do not replace but rather only supplement pertinent sections of the Standard Specifications. Like the Standard Specifications themselves, they are intended to be universal. Unless specifically modified herein, all other provisions, including separately numbered sections and subsections not modified herein, of the Standard Specifications are applicable as written. The Standard Specifications are hereby amended and supplemented as follows: The work embraced herein shall be done in accordance with the provisions of the Standard Specifications for Public Works Construction, 2018 Edition, commonly known as the “Greenbook,” produced by Public Works Standards, Inc. and published by BNI Publications Inc., insofar as the same may apply, which specifications are hereinafter referred to as the Standard Specifications, and as modified herein. Where reference is made to the “State Standard Specifications,” the 2015 Edition of the State of California, Department of Transportation Standard Specifications and 2015 Reserved Standard Specifications dated April 20, 2018 shall apply. Where reference is made to the “State Standard Plans,” the State of California, Department of Transportation Standard Plans dated 2015 (non-revised edition) shall apply. For all striping and pavement marking, the pattern, size, and placement shall conform to the Manual of Uniform Traffic Control Devices 2014 (California Supplement) and all updates. All traffic signal work shall be constructed in accordance with the State Standard Specifications and Plans as supplemented by Part 7 ‘Street Lighting and Traffic Signal Systems’ of these Special Provisions and per accompanying plans. All signing and striping work shall be constructed in accordance with the State Standard Specifications and Plans, ‘Section 81 Miscellaneous Traffic Control Devices’, ‘Section 82 Signs and Markers’, and ‘Section 84 Markings’ as supplemented by Part 2 Construction Materials Section 214 ‘Traffic Striping, Curb and Pavement Markings, and Pavement Markers.’ For the signing, striping, markers, and signal and lighting work, in case of conflict between the Standard Specifications for Public Works Construction and Caltrans Standard and Revised Specifications, the Caltrans Standard and Revised Specifications take precedent over the Standard Specifications for Public Works Construction. Metal Beam Guard Railing work, if indicated on the plans, shall be constructed in accordance with the State Standard Specifications and Plans, Section “83-2 Metal Railing and Barriers.”

SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 1 of 65 GATE 1 ACCESS ROAD

SPECIAL PROVISIONS

INTRODUCTION: The format of these Special Provisions follows that of the 2018 Edition of the "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION" which is, by reference, included within the contract documents of this project. These Special Provisions modify and take precedence over the Standard Specifications, and unless noted otherwise, do not replace but rather only supplement pertinent sections of the Standard Specifications. Like the Standard Specifications themselves, they are intended to be universal. Unless specifically modified herein, all other provisions, including separately numbered sections and subsections not modified herein, of the Standard Specifications are applicable as written. The Standard Specifications are hereby amended and supplemented as follows:

The work embraced herein shall be done in accordance with the provisions of the Standard Specifications for Public Works Construction, 2018 Edition, commonly known as the “Greenbook,” produced by Public Works Standards, Inc. and published by BNI Publications Inc., insofar as the same may apply, which specifications are hereinafter referred to as the Standard Specifications, and as modified herein.

Where reference is made to the “State Standard Specifications,” the 2015 Edition of the

State of California, Department of Transportation Standard Specifications and 2015 Reserved Standard Specifications dated April 20, 2018 shall apply. Where reference is made to the “State Standard Plans,” the State of California, Department of Transportation Standard Plans dated 2015 (non-revised edition) shall apply. For all striping and pavement marking, the pattern, size, and placement shall conform to the Manual of Uniform Traffic Control Devices 2014 (California Supplement) and all updates.

All traffic signal work shall be constructed in accordance with the State Standard

Specifications and Plans as supplemented by Part 7 ‘Street Lighting and Traffic Signal Systems’ of these Special Provisions and per accompanying plans.

All signing and striping work shall be constructed in accordance with the State

Standard Specifications and Plans, ‘Section 81 Miscellaneous Traffic Control Devices’, ‘Section 82 Signs and Markers’, and ‘Section 84 Markings’ as supplemented by Part 2 Construction Materials Section 214 ‘Traffic Striping, Curb and Pavement Markings, and Pavement Markers.’

For the signing, striping, markers, and signal and lighting work, in case of conflict

between the Standard Specifications for Public Works Construction and Caltrans Standard and Revised Specifications, the Caltrans Standard and Revised Specifications take precedent over the Standard Specifications for Public Works Construction.

Metal Beam Guard Railing work, if indicated on the plans, shall be constructed in

accordance with the State Standard Specifications and Plans, Section “83-2 Metal Railing and Barriers.”

Page 2: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 2 of 65 GATE 1 ACCESS ROAD

Any standard plans or drawings which are contained herein have been provided for Contractor’s convenience only and the Inland Valley Development Agency makes no warranty that such plans or drawings are all inclusive or are the latest issue. It shall be Contractor’s responsibility to obtain and/or verify that any standard plan or drawing which is used is the latest edition. Contractor shall be entitled to added compensation, when appropriate, for changes to standard plans which become effective after bid opening.

Page 3: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 3 of 65 GATE 1 ACCESS ROAD

PART 1 GENERAL PROVISIONS

SECTION 1 - GENERAL

1-2 TERMS AND DEFINITIONS (The following definitions are amended or added, as applicable). Agency Where the word Agency appears in reference to

construction materials, methods, and inspections in the Standard Specifications, it shall mean the Inland Valley Development Agency (IVDA), City of San Bernardino and/or any other public utility, agency or authority having jurisdiction under the particular circumstances in question.

Where the word Agency appears in reference to payment, legal relations, and responsibilities for the project and other contractual matters, it shall mean the Inland Valley Development Agency.

Board Inland Valley Development Agency Base Course The layer(s) of pavement placed between the

surface course and the subgrade. City The City of San Bernardino Contract Documents (Add the following): Federal Requirements, if

applicable

Director/Engineer The Public Works Director/City Engineer for the City of San Bernardino or the Engineer representing the Inland Valley Development Agency.

Inspector The representative of the Engineer who is assigned

to inspect conformance of the work in accordance with plans and specifications. The Inspector may, depending on the circumstances, be any one of several different individuals, including employees of the City or other approving agencies when delegated that responsibility by the Engineer.

Page 4: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 4 of 65 GATE 1 ACCESS ROAD

Overlay A supplemental surface course placed on an existing pavement to improve its surface conformation or to increase its strength.

Private Engineer (If applicable) The engineer who has prepared and

has signed the plans. Right-of-Way Includes City of San Bernardino, San Bernardino

International Airport Authority, and Inland Valley Development Agency public rights-of-way and public easements.

Sewer Lateral House connection sewer. Surface Course The top layer of pavement designed to provide

structural value and/or a surface resistant to traffic abrasion.

Top Course Same as surface course. Traveled Way That portion of the roadway reserved for the

movement of vehicles for the general public, exclusive of shoulders and auxiliary lanes. Where traffic has been diverted or restricted to certain lanes, with the approval of the Engineer, these diversions or restricted lanes become the traveled way.

1-3 ABBREVIATIONS APWA American Public Works Association ARHM-GG Asphalt Rubber Hot Mix-Gap Graded DGAC Dense Graded Asphalt Concrete D/W Driveway D/A Driveway Approach EVWD East Valley Water District IRWL In-Road Warning Lights LOG Lip of Gutter OAE Or Approved Equal PR Pair R & R Remove and Replace SBCTD San Bernardino County Transportation Department SBCFCD San Bernardino County Flood Control District SIC Signal Interconnect Cable S.P. Special Provisions

Page 5: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 5 of 65 GATE 1 ACCESS ROAD

Std. Specs. Standard Specifications The abbreviations contained in any referenced standard plans or drawings, as applicable and relevant to the interpretation of those standard plans or drawings, shall also apply. 1-5 SYMBOLS The symbols contained in the Standard Plans, as applicable and relevant to the interpretation of those Standard Plans, shall also apply.

Page 6: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 6 of 65 GATE 1 ACCESS ROAD

SECTION 2 - SCOPE OF THE WORK 2-1 WORK TO BE DONE (Add the following provisions)

2-1.1 Scope of Work. This project involves construction of three new access points with Tippecanoe Avenue within the City of San Bernardino and modification of an existing traffic signal across from the Forest Service entrance driveway. From the three new access points, a new truck roadway will be constructed requiring grading subgrade preparation, aggregate base, asphalt and Portland cement concrete pavement, modification of existing utilities and drainage structures, and installation of new lighting and electrical supply to the security gates and guard shacks as all described or as shown on the Project Plans or incorporated by reference within these Special Provisions.

See Section 7-1.1 General for a more complete description of the work and measurement

and payment. 2-1.2 Examination of Site of Work, Proposal Forms, Plans, and Specifications. The

Bidder is required to attend a mandatory pre-bid meeting and job walk, carefully examine the site of work, proposal forms, plans, and specifications for the work contemplated. The submission of a proposal shall be considered conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of all the contract documents.

2-1.3 Contractor's License. The work requires a General Engineering Contractors "A"

License and a combination of appropriate type "C" Licenses depending on the category of work. The combinations of “C” Licenses required for each general category of work are listed as follows: Category of Work Licenses Required 1 - Street Improvements C-10 Electrical C-12 Earthwork and Paving C-13 Fencing C-27 Landscaping C-29 Masonry

C-31 Construction Zone Traffic Control

2 - Storm Drain Improvements C-8 Concrete

C-31 Construction Zone Traffic Control

C-34 Pipeline C-42 Sanitation System C-50 Reinforcing Steel

Page 7: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 7 of 65 GATE 1 ACCESS ROAD

3 - Signing & Striping Improvements C-31 Construction Zone Traffic

Control C-32 Parking & Highway Improvements

4 - Street Light Improvements C-10 Electrical

C-31 Construction Zone Traffic Control

Bidders must be properly licensed to perform the work of the project at the time the

contract is awarded in accordance with the provisions of Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Procedures of the California State Contractor's License Board and must be in good standing with the Board. Proof of such license shall be provided as required by Business and Professions Code Section 7031.5. Failure to be so licensed shall result in rejection of the proposal as non-responsive. 2-2 PERMITS (This section is modified as follows:)

2-2.1 The Agency will not obtain nor provide any permits to the Contractor. The Contractor must obtain all necessary permits in order to perform the work including but not limited to a permit from the City of San Bernardino. The cost for obtaining all and any permits, licenses, fees or business taxes shall be considered as already included in the Contractor’s bid for the project and no separate payment will be therefore made to Contractor.

No work shall be started within the street right-of-way or on City property until the

Contractor has obtained a construction permit from the City of San Bernardino. The City of San Bernardino will charge a fee for this permit.

The Contractor shall obtain at its cost and comply with all requirements and provisions of

the permit issued by the City of San Bernardino. The word “permittee” used in the permit shall be understood to mean the Contractor. The Contractor shall include the cost of all requirements and provisions of the permit in the various items of work and no additional compensation will be therefor.

For trench excavations of five feet or more, the Contractor shall also have a permit for

excavation from the Division of Industrial Safety as provided for in Labor Code Section 6500. A copy of this permit shall be kept at the job site.

2-2.2 Local Licenses. The Contractor shall obtain and pay for all licenses necessitated

by the Contractor's operations. Prior to starting any work, the Contractor shall be required to have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid for the time they are engaged in the work. Payments may be withheld if City business license has not been obtained.

Page 8: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 8 of 65 GATE 1 ACCESS ROAD

2-4 COOPERATION AND COLATERAL WORK (Add the following provisions)

The Contractor is hereby being informed that this work location involves cooperation with the current existing operations of the San Bernardino International Airport Authority. 2-10 DISPUTED WORK (Add the following provisions)

2-10.1 In any case where the Contractor believes extra compensation is due the Contractor for work or materials not clearly covered in the contract, or not ordered by the Director as “extra work,” the Contractor shall notify the Engineer in writing of the Contractor's intention to make claim for such extra compensation before the Contractor begins the work on which Contractor bases the claim. If such notification is not given, or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor shall be deemed to have waived the claims for such extra compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. The validity of the claim must be determined by the Engineer. If the Engineer determines that the claim is well founded, it shall be allowed and paid for as “extra work”; if the Engineer determines that the claim is not well founded, it shall be disallowed and not paid. 2-12 UNAUTHORIZED WORK (Add the following provisions)

2-12.1 Work done beyond the lines and grades shown on the plans, work done in the absence or without the knowledge of the Engineer, or any alleged extra work done without the City's written authorization, will be considered as unauthorized and at the expense of the Contractor and will not be measured or paid for by the City. The Contractor may be required to remove such unauthorized work at no expense to the City, as determined by the Engineer. 2-13 CLAIMS FOR $375,000 OR LESS (Add to Section 2 Scope of Work)

2-13.1 Claims for $375,000 or less are subject to specific mediation and arbitration procedures under Public Contract Code Section 20104 - 20104.6 which is briefly summarized as follows:

The Contractor must file his or her claim on or before the date of final payment. The claim must include documentation necessary to substantiate it. Public Contract Code §20104.2(a). For claims less than $50,000, the City either must respond in writing within 45 days after the claim's receipt or may request in writing additional documentation within 30 days after the claim's receipt. Public Contract Code §20104.2(c). For claims of at least $50,000 but no more than $275,000, the City either must respond in writing to all written claims within 60 days after receipt or may request in writing additional documentation within 30 days after the claim's receipt. Public Contract Code §20104.2(c). The City must file a written response within 15 days for claims less than $50,000 or within 30 days for claims of $50,000 or more, after receipt of further documentation, or within a period of time no longer than that taken by the claimant to

Page 9: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 9 of 65 GATE 1 ACCESS ROAD

produce the additional documentation, whichever is greater. Public Contract Code §20104.2(b)(3), (c)(3).

If the claimant disputes the City's written response or if the City fails to respond within the prescribed time, the claimant, within 15 days after the City's response or within 15 days after the City's failure to respond within the prescribed time, can demand an information conference to meet and confer for settlement of the dispute. The City must then schedule a conference within 30 days. Public Contract Code §20104.2(d). If the claim is not settled at the conference, the claimant can file a claim under Government Code §900-907, 910-915.4. The time within which such a claim must be filed is tolled from the time the claimant submits a claim under Public Contract Code §20104.2(a) until the time the claim is denied, including any time spent in the "meet and confer" conference. Public Contract Code §20104.2(e).

Once a civil action is filed to resolve the claim, the court must submit the matter to nonbinding mediation between 30 and 60 days after responsive pleadings are filed, unless mediation is waived by the parties' mutual stipulation. The parties must select a disinterested mediator within 15 days. Mediation must begin within 30 days after submittal and must conclude within 15 days, unless extended for good cause by the court or the parties' stipulation. Public Contract Code §20104.4(a).

If the matter remains in dispute after nonbinding mediation, the case must be submitted to judicial arbitration under CCP §11411.10-1141.31. Discovery is permitted under the same rules that apply to judicial arbitration (CCP §2016-2036). Public Contract Code §20104.4(b)(1). Arbitrators must be experienced in construction law. Public Contract Code §20104(b)(2).

A party who appeals an arbitration award and fails to obtain a more favorable judgment must pay the other party's attorney fees on appeal. Public Contract Code §20104.4(b)(3). The City must pay interest at the legal rate on any arbitration award or judgment, beginning on the date that suit was filed. Public Contract Code §20104.6(b).

The foregoing summary is provided in compliance with §20104(c) of the Public Contract Code. For a more precise reading, attention is directed to the original code as referenced.

2-14 ASSIGNMENT (Add to Section 2 Scope of Work)

2-14.1 Contractor Indebtedness. Indebtedness incurred for any cause in connection with this work must be paid by the Contractor and the Agency is hereby relieved at all times from any indebtedness or claim other than payments under terms of the contract. The Contractor will indemnify and hold harmless the Agency and its officers, employees and agents from any loss, demand, damages, claims or actions arising from or in connection with said indebtedness.

Page 10: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 10 of 65 GATE 1 ACCESS ROAD

SECTION 3 - CONTROL OF THE WORK

3-6 THE CONTRACTOR'S REPRESENTATIVE. (Add the following provisions)

The Contractor’s superintendent is required to attend the pre-construction conference. The Agency may suspend the work if a superintendent is not present during construction

at all times. The Superintendent shall meet with the Engineer within forty-five (45) minutes of

notification of the Superintendent or Superintendent's office. For each incident of failure to comply with this requirement liquidated damages will be assessed as described in Section 6-9 of these Special Provisions.

An incident is described as follows:

The Engineer shall notify the Superintendent by phone to meet with the Engineer at a specific location or at one of the project sites. An incident shall have occurred when the Superintendent fails to meet with the Engineer at the specified location within 45 minutes of said notification. The Contractor shall provide to the Agency at the pre-construction conference no less than two (2) phone numbers at which the Superintendent can be contacted during working hours. The Agency shall attempt to notify the Superintendent of a desired field meeting by calling the provided number(s). Failure of the Superintendent or Superintendent's office to answer either number after three (3) contact attempts at each number within a ten minute period shall also be considered an incident. Any changes to the contact phone numbers shall be provided to the Engineer in writing. There will be a limit of one (1) liquidated incident per four (4) hour time period and two

(2) liquidated incidents per working day. These liquidated damages are in addition to the Agency's right to suspend the work. 3-8 SUBMITTALS

3-8.1 General - (Replace the 2nd paragraph with the following):

The Contractor shall allow a minimum of 10 working days for review of submittals unless otherwise specified. Each submittal shall be accompanied by a letter of transmittal.

3-8.1.1 Submittal Reviews. (Add the following provisions to Section 3-8.1 General) A minimum of four copies shall be submitted for approval by the Engineer for each submittal review. Cost of the first two reviews of submittals for a material or item will be borne by the Owner. Cost for additional reviews may be charged to the Contractor. 3-10 SURVEYING

Page 11: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 11 of 65 GATE 1 ACCESS ROAD

3-10.1 General. (Add the following provisions) A complete list of survey monuments, including not only those subject to possible disturbance but also all other known markers, will be available from the City of San Bernardino and provided to the Contractor upon request. The Contractor shall marked all said monuments in the field prior to construction. The Contractor shall be responsible for protecting all markers, both permanent and temporary, on this list. (Replace paragraph 2 and 3 of Section 3-10.1 with the following)

The Engineer will NOT provide construction staking for the project. The Contractor shall be responsible to establish centerline grade, profiles, and to achieve the cross section slope shown on the plan in areas where the subgrade is to be constructed or reconstructed.

Payment for surveying costs shall be included in the various items of work listed in the

bid schedule and no separate payment will be made. 3-12 WORK SITE MAINTENANCE

3-12.2.1 Cleanup and Dust Control (Add the following provisions to 3-12.2 Air Pollution Control) The generation of dust shall be controlled as required by the Air Quality Management District. Grading activities shall cease during periods of high winds (greater than 30 MPH). Trucks hauling soil, dirt, sand or other emissive materials shall have their loads covered with a tarp or other protective cover as determined by the Engineer.

3-12.4 Storage of Equipment and Materials (Add the following provisions)

3-12.4.1 Storage of Equipment and Material on Private Property If the Contractor wishes to store contract equipment and material on private property, the Contractor may do so only pursuant to a written agreement with the legal owner of the affected property and shall submit a copy of the agreement to the Engineer prior to storing contract equipment and material on the private property.

Contractor shall obtain approvals from Agency to use the proposed site prior to

contacting the property owner.

3-12.5 Sanitary Sewers

3-12.5.1 General (Add the following provisions) Where construction requires removal of a portion of sewer in use, Contractor shall construct and maintain a reliable bypass system. Thirty days in advance of bypass requirement, Contractor shall submit a plan of his proposed method and equipment to be used for the bypass, including maintenance/emergency contact, and backup equipment provision. Contractor shall not proceed with the bypass operation until his plan is reviewed and approved by the owner of the sewer. 3-12.6 Water Pollution Control (Add the following provisions)

Page 12: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 12 of 65 GATE 1 ACCESS ROAD

3-12.6.1 General (Add the following provisions) Special attention is directed to possible flood hazards, and/or nuisance water such as irrigation and other runoff. The Contractor shall be responsible for all injuries or damages to any portion of the work and/or any private or public property occasioned by these causes and shall make good such injuries or damages at no cost to the City prior to the completion and acceptance of the work.

3-12.6.1.2 Storm Drain System Protection The Agency is required by the United States Environmental Protection Agency National Pollutant Discharge Elimination System to eliminate and/or reduce the amount of objectionable material entering the Agency’s or City’s storm drain system to the maximum practical extent (MEP). The storm drain system consists of underground pipes as well as improved and natural drainage courses. As such, the Contractor shall be thoroughly familiar with the Agency’s Best Management Practices (BMP) for construction activity. These practices and other measures shall be used to ensure that no objectionable materials including but not limited to excess excavation and backfill materials, oils, grease, street marking paints, sawcutting residue, and/or AC grindings enter the City’s improved or unimproved drainage system. 3-12.6.2 Best Management Practices (BMP’s) (Add the following provisions)

Inspections and Reporting. The Contractor shall regularly inspect the construction site for BMP compliance to ensure proper implementation and functioning. The Contractor shall identify corrective actions and time frames to address any damaged BMPs or reinitiate any BMPs that have been discontinued.

At a minimum, the Contractor shall inspect the construction site as follows: 1. Prior to a forecast storm; 2. After any precipitation which causes runoff capable of carrying sediment from the

construction site; 3. At 24-hour intervals during extended precipitation events; and 4. At regular weekly intervals.

Payment. The bid contract prices of the various items of work shall be considered to include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing, maintaining, removing and disposing of BMPs as required. This contract does not include a separate pay item for complying with water pollution control requirements. 3-12.6.3 Storm Water Pollution Prevention Plan (SWPPP) (Add the following provision)

This Contractor shall conform to the requirements of the San Bernardino County Municipal Separate Storm Sewer System (MS4) Waste Discharge Permit, Order No. R8-2010-0036 issued by the Santa Ana Regional Water Board. The Permit, hereinafter referred to as the “MS4 Permit” regulates all municipal activities. In conjunction with the MS4 Permit, all activities associated with construction must also comply with the Statewide General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities, Order

Page 13: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 13 of 65 GATE 1 ACCESS ROAD

No. 2009-09-DWQ, (NPDES No. CAS000002), herein referred to as the General Construction Activity Permit, or latest version.

The Contractor shall become fully informed of and comply with the applicable provisions

of the above referenced Permits and federal, state and local regulations that govern the Contractor’s operations and storm water discharges from both the Project site and areas of disturbance outside the Project limits during construction. The Contractor shall maintain a copy of the Storm Water Pollution Prevention Plan/Monitoring Program (SWPPP/MP) at the Project site and shall make the SWPPP/Monitoring Program available during construction activities. Where a Monitoring Program is required it shall be included with the SWPPP. If a SWPPP / MP is required but not provided by the Agency, then the Contractor shall prepare the SWPPP / MP and submit to the Agency for approval per Section 3-8 Submittals.

Unless arrangements for disturbance of areas outside the Project limits are made by the Agency and made part of the contract, it is expressly agreed that the Agency assumes no responsibility to the Contractor or property owner whatsoever with respect to any arrangements made between the Contractor and property owner to allow disturbance of areas outside the Project limits.

The Contractor shall be responsible for the costs and for any liability imposed by law as a

result of the Contractor’s failure to comply with the requirements set forth in this section, including but not limited to, compliance with the applicable provisions of the Standard Specifications, Greenbook, permits and federal, state and local regulations. For the purposes of this paragraph, costs and liabilities include, but are not limited to, fines, penalties and damages whether assessed against the Agency or the Contractor, including those levied under the Federal Clean Water Act and the Porter Cologne Water Quality Act.

The Contractor shall ensure that all applicable employee’s and Subcontactor’s employees

are provided the required training per the current General Construction Activity Permit. Failure to provide the required training is a violation of the General Construction Activity Permit for each day of which such failure occurs, and shall in addition, be a breach of the Contract with the City. Contractor understands and agrees that NPDES Permit violations are grounds for enforcement action by the US Environmental Protection Agency, the Regional Water Quality Control Board, and the Agency, and may result in permit termination (stop work order), civil and criminal fines, and termination of the Contract. By submitting a Bid, the Contractor certifies to the Agency that the Contractor has trained its’ employees and Subcontractors employees, if any, for Stormwater Pollution Prevention and has included sufficient sums in the base bid price to cover such costs of said training.

The Contractor shall allow authorized agents of the City, State or Regional Water Quality

Control Board, U.S. Environmental Protection Agency and local storm water/urban runoff management agency, upon the presentation of credentials and other documents as may be required by law, to:

1) Enter upon the construction site and the Contractor’s facilities pertinent to the work;

Page 14: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 14 of 65 GATE 1 ACCESS ROAD

2) Have access to review any records that must be kept as specified in the Permits; 3) Inspect the construction site and related soil stabilization practices and sediment control measures; and 4) Sample or monitor for the purpose of ensuring compliance with the Permits.

The Contractor shall notify the City immediately upon request from regulatory agencies

to enter, inspect, sample, monitor or otherwise access the Project site or the Contractor’s records.

Payment. The contract bid prices of various items of work shall be considered to include full compensation for the preparation and implementation of the SWPPP/MP for furnishing all labor, materials, tools, equipment, and incidentals for installing, maintaining, removing and disposing of BMPs as required. This contract does not include a separate pay item for complying with water pollution control requirements. 3-13 COMPLETION, ACCEPTANCE, AND WARRANTY (Add the following provisions)

3-13.1 For the duration of the Contract, until acceptance of the Project, the Contractor shall have the charge and care of the work and of the materials to be used therein (including materials for which the Contractor has received partial payment) or materials which have been furnished by the Agency and shall bear the risk of injury, loss or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries, losses or damages to any portion of the work or the materials occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except as otherwise expressly due to damages by natural disaster by storm, flood, or earthquake. Where necessary to protect the work or materials from damage, the Contractor shall, at the Contractor’s expense, provide suitable drainage of the roadway and erect those temporary structures that are necessary to protect the work or materials from damage.

When, in the judgment of the Engineer/ Agency, the work has been completed in

accordance with the plans and specifications and is ready for final acceptance, the Engineer/ Agency may accept the work as complete. Upon acceptance of the work, the Agency will file a Notice of Completion with the County Recorder. The date of the Engineer’s acceptance of the work will be the date when the Contractor is relieved from responsibility to protect and maintain the work. The guarantee period of the work shall commence on the date the Notice of Completion is filed with the County Recorder. 3-14 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. (Add the following provisions to Section 3 Control of Work)

All plants, trees, walls, fences, sprinklers, lighting systems and other improvements within the right-of-way which are designated for demolition or removal, including any improvements which may have a commercial or resale values such as wrought iron gates are Agency property and shall become the property of the Contractor, to be removed of and disposed

Page 15: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 15 of 65 GATE 1 ACCESS ROAD

of in accordance with all applicable laws and regulations, unless otherwise shown on the plans or in these special provisions.

Page 16: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 16 of 65 GATE 1 ACCESS ROAD

SECTION 4 - CONTROL OF MATERIALS 4-1 General (Add the following provisions)

4-1.1 Suppliers Sources. The Contractor shall notify the Engineer in writing within five days after Agency approval of the contract of the proposed suppliers and sources for material to be incorporated into the project.

4-4 Testing (Add the following provisions)

4-4.1 Materials and Conditions to be Tested. The following conditions and materials

will be tested by the Agency: structural concrete, bituminous paving materials, base materials, relative compaction, bedding, and backfill materials, and any manufacturer's tests specified. Inspection and initial testing shall be paid for by the Agency. The costs of retesting any portion of the work or materials which have failed the initial tests taken by the Agency shall be borne by the Contractor.

Page 17: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 17 of 65 GATE 1 ACCESS ROAD

SECTION 5 – LEGAL RELATIONS AND RESPONSIBILITIES 5-1 LAWS AND REGULATIONS (Add the following provisions)

5-1.1 Registration with the DIR. In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.

5-1.2 Immigration Reform and Control Act. The Contractor shall strictly comply with

all federal, state, and local laws and regulations, including, but not limited to the Immigration Reform and Control Act of 1986, codified at 8 U.S.C. §§ 1324a and 1324b (the “IRCA”), which require and ensure the hiring and retention of employees who are United States citizens, permanent residents and/or who are otherwise authorized by law to work in the United States of America, and, as required by the IRCA, shall affirmatively verify the identity and employment authorization of every employee as a condition of employment or continued employment. The Contractor shall further include this requirement in any subcontract made pursuant to this contract. 5-3 LABOR (Add the following provisions)

5-3.2 Prevailing Wages/Certified Payrolls. The Prime Contractor and all subcontractors shall pay in accordance with the schedule of wage rates set forth by the Department of Industrial Relations provided in these specifications.

A schedule of prevailing wage rates as published by the California Department of

Industrial Relations for the types of work to be done under these Special Provisions is available at the Department’s web site (www.dir.ca.gov), and at the Agency. The Contractor and all subcontractors shall pay not less than this rate. The Contractor shall weekly submit certified payroll records of all workers employed on this project.

If the Contractor has not submitted satisfactory payrolls for the period during which the

work included in the Contractor’s payment request was performed, the Agency will retain an amount equal to 10 percent of the estimated value of the work performed (exclusive of mobilization) from that payment. This retention shall not exceed $10,000 nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be additional to all other retentions provided for in the contract. The retention for failure to submit payrolls for any work period will be released for payment only after all the satisfactory payrolls for which the retention was made are submitted. Payment of the retention will be made on the next monthly payment due the contractor after the satisfactory payrolls are received by the Agency.

The possibility of wage increases is one of the elements to be considered by the Contractor in determining Contractor's bid. No additional compensations will be made for any increases in prevailing wage rates in excess of those set forth in the contract. However, if the job

Page 18: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 18 of 65 GATE 1 ACCESS ROAD

is prolonged as a result of construction change order(s) or delayed by the Agency beyond the specified days in the time of completion, reimbursements may be made for increases in prevailing wage rates, but only for the working days beyond that stipulated in Section 6-7.

5-3.3. Payroll Records (Add the following provisions) This Project is subject to compliance monitoring and enforcement by the DIR. The Contractor shall post job site notices, as prescribed by regulation.

5-4 INSURANCE (Add the following provisions)

The insurance provisions in the Agreement between Contractor and Agency take precedence over the insurance statements in this section. 5-7 Safety (Add the following provisions)

5-7.1.3 Public Safety During Non-Working Hours. Public safety at or in the affected vicinity of the job site is the Contractor's responsibility at all times. If, in the absence of the Contractor, the Engineer determines that an unsafe condition exists at or in the affected vicinity of the job site, the Engineer will endeavor to notify the Contractor to correct the unsafe condition. However, the Engineer reserves the right to direct other forces to perform any functions Engineer may deem necessary to ensure public safety. If such procedure is implemented, the Contractor will bear all expenses incurred by the Agency. In all cases the judgment of the Engineer shall be final in determining whether or not an unsafe situation exists.

Page 19: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 19 of 65 GATE 1 ACCESS ROAD

SECTION 6 - PROSECUTION AND PROGRESS OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK

6-1.1 Construction Schedule (Add the following provisions) The Contractor shall submit to the Agency’s Representative, in time for review and discussion at the preconstruction conference, a preliminary construction schedule which conforms to the construction methods and other provisions contained in the specifications and contract documents and which shows how the Contractor intends to accomplish the work within the time allowed. Within five (5) working days thereafter and prior to the start of any work, the Contractor shall submit a final construction schedule for the Agency’s approval.

The construction schedule shall be based on a Critical Path Method (CPM) of analysis

and shall clearly show the order in which the Contractor proposes to carry out the work, the relative dates on which he will start the several salient features of the work (including procurement of materials, plant and equipment, as well as all work to be carried out by others), and the contemplated work durations and dates for completing the said salient features. The schedule shall show the critical path and clearly identify all items of work, or any portions thereof, as either controlling or non-controlling, and shall be of a detail sufficient to provide a clear distinction between basic operations. Any operations or milestone events by other forces not his own which could affect the Contractor’s progress, controlling or not, shall be clearly identified and included on the schedule, whether or not such operations or events lie on the critical path.

Payment for preparation and maintenance of the CPM Schedule shall be included in the cost for mobilization and no separate payment will be made.

Once approved and accepted by both the Agency and Contractor, as signified by the

issuance of the Notice to Proceed, the construction schedule shall become the basis for evaluation of the Contractor’s progress and for determination of whether any time extensions are due. Thereafter, if the Contractor desires to make a change in the method of operations or alter the sequence of the work, he shall first submit to the Agency for approval a revised construction schedule which reflects the proposed change.

The Contractor shall also submit a revised construction schedule within five working

days of the Agency’s request at any time when the schedule fails to materially reflect the actual progress, either in terms of time, location, sequence or nature of the operations. In any event, no change in the construction schedule will be allowed which has the effect of lengthening the construction period, or materially increasing the inconvenience or cost to local residents or other contractors, or to local businesses or the public at large, nor shall any change in the construction schedule, by itself, be considered reason to grant a time extension without other just cause. Progress payments will be withheld pending receipt of any outstanding construction schedule.

Contractor’s attention is directed to the requirements of Section 302-4.5.

Page 20: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 20 of 65 GATE 1 ACCESS ROAD

6-1.3 Scheduling, Public Convenience and Traffic Control (Add the following provisions)

6-1.3.1 Street Closures, Detours, Barricades. For convenience to the Contractor to comply with the other provisions of this section, the following telephone numbers are listed: City of San Bernardino 909-384-7272 CA Dept. of Forestry (Fire) 909-881-6916 City of San Bernardino Police (Dispatch) 909-383-5311 City of San Bernardino Fire (Dispatch) 909-356-3805

San Bernardino School District (Buses) 909-388-6134 American Medical Response Ambulance Service 1-800-474-1777 Omnitrans 909-379-7100 Southern California Edison (Emergency) 1-800-611-1911 City of San Bernardino Direct (All Repairs) 909-374-7272 Frontier Communications (Repair) 1-800-921-8101 Gas Company (Emergency) 1-800-427-2200 Burrtec Industries 909-804-4222 East Valley Water District 909-888-8986

City of San Bernardino Water 909-384-5141

The Contractor is not relieved of the responsibility of notifying the various departments and agencies, if these telephone numbers are changed.

The Contractor will not be permitted to close any road without prior written permission

from the City of San Bernardino’s Public Works Director. The Contractor will be required to submit for approval a "Traffic Control Plan" which has been prepared by the requirements of the City of San Bernardino. The Contractor shall apply for traffic control permits from the City of San Bernardino for any type of street closure, full or partial. If a full closure is required, such permits shall be applied for at least five (5) working days prior to public notification of the closure. Public notice shall be provided at locations approved by the Engineer five (5) working days prior to the closure. Partial traffic control permits shall be applied for at least two (2) working days prior to the start of work. The plan shall indicate the location and type of signs and barricades to be utilized. The adequacy of the signing shall be determined by the City. Prior to preparation of the plan, the Contractor is advised to discuss the proposed plan with the City.

The Contractor is fully responsible for submitting Traffic Control Plans which meet the

criteria of the MUTCD. The Contractor will not be granted an extension of time for submittal of Traffic Control Plans which are deemed to be incomplete or not in compliance with the MUTCD, contract specifications and San Bernardino’s standards.

Contractor is required to maintain one lane open and useable in each direction at all times.

Where work affects access to property, Contractor shall provide and allow access prior to

8:00 a.m. and after 5:00 p.m. Notices to residents shall include how access will be provided.

Page 21: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 21 of 65 GATE 1 ACCESS ROAD

The Contractor shall notify the inspector 48 hours prior to any change in the approved

traffic control plan. In case of a full closure, the Contractor shall provide barricades and reflectorized "Road Closed to Through Traffic" signs at the intersections immediately in advance of all such closures at all such closures, at entrances to the closures, and at all detour route signing. Detour signs shall be posted on wood or metal posts unless otherwise approved by the City. Signs shall not be posted on any tree, utility pole or traffic signs.

Construction signs, barricades, and their applications shall conform with the most current

issues of the State of California Business and Transportation Agency, Department of Transportation, Manual on Uniform Traffic Control Devices (MUTCD) 2014 Edition and the MUTCD 2014, California Supplement. 6-3 TIME OF COMPLETION

6-3.1.1 Specified Contract Time (Add the following provisions to Section 6-3.1 General of the Standard Specifications) The Contractor shall complete the work on or before September 30, 2018 starting with the commencement date specified in the Notice to Proceed. This time constraint assumes unrestricted construction conditions and contains no windows or other allowances for interruptions or delays which might be required to accommodate the activities of other contractors or agencies beyond the Contractor’s control).

6-3.2 Contract Time Accounting (Add the following provisions) In keeping with the

assumptions contained in the time of completion listed above, a working day is additionally defined as any day when the Contractor is not prevented from working on controlling operations which lie on the critical path of the construction schedule. Days when the Contractor cannot, for reasons beyond his control, work on critical path operations but is otherwise engaged in productive work, shall not be counted as working days. Days when the Contractor could be working on critical path operations according to the construction schedule, shall be counted as working days whether or not he actually is. 6-4 DELAYS AND EXTENSIONS OF TIME 6-4.1 General (Add the following provisions)

In keeping with Section 6-3, Time of Completion, above, the provisions of the first paragraph of this section shall also apply to foreseeable events beyond the control of the Contractor. Such foreseeable events may include scheduled or unscheduled suspensions or delays of work to allow critical work by other contractors, or delays caused by unusual time requirements for testing or inspection. Normal or routine testing and inspection by approving agencies shall not entitle the Contractor to an extension of time. Likewise any delaying event which could have been averted through better communication or coordination by the Contractor, whether or not within the Contractor’s direct control, shall not be considered justification for a time extension.

Page 22: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 22 of 65 GATE 1 ACCESS ROAD

Stage III Smog Episode. No work shall be done on a day for which a Stage III smog episode is forecast as defined by the Air Quality Management District (AQMD). The Contractor will not be entitled to any delay damages for such a suspension, but an automatic time extension will be granted. When AQMD predicts that a Stage III episode level will be reached the following day, an announcement containing the specifics will generally be provided by 2:00 p.m. on the day the prediction is made.

Rain delays are defined as an adverse weather related conditions where the Contractor

cannot perform work on the controlling activity for at least 50 percent of the scheduled work shift with at least 50 percent of the scheduled labor and equipment. When the Contractor wishes to receive credit for a rain delay, the Contractor must submit a written request to the City within 72 hours of the rain event that is being claimed as a rain delay for the Engineer’s evaluation and approval. 6-9 LIQUIDATED DAMAGES (Replace with the following)

Time is of essence in this contract. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the Agency. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each successive working day in excess of the time provided for the completion of work, as specified in Section 6-3 herein and as adjusted in accordance with Section 6-4 of the Standard Specifications and these Special Provisions, the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of Five Hundred Dollars ($500).

Additional liquidated damages shall be assessed in the amount of $150 per incident that the Superintendent fails to meet with the Engineer as described in Section 3-6 of these Special Provisions. These liquidated damages are in addition to the right of the Agency to suspend work as described in Section 6-6.

Execution of the contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the work within the allotted time, and that $150 per incident is the minimum value of the costs and actual damage caused by the failure of the Contractor to meet with the Engineer as described in Section 3-6 herein. Such sums are liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay or failure to meet occurs.

Page 23: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 23 of 65 GATE 1 ACCESS ROAD

SECTION 7 - MEASUREMENT AND PAYMENT 7-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 7-1.1 General (Add the following provisions) Measurements shall be in accordance with U.S. Standard Measures. A pound is an avoirdupois pound. A ton is 2,000 pounds avoirdupois. The unit of liquid measure is the U.S. gallon.

SECTION 1 GENERAL ROADWAY – BID ITEMS 1 TO 4

Mobilization Compensation for this lump sum item, in addition to the provisions of Section 7.3, shall

include preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of all offices, staging areas, and other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site. This also includes the demobilization and removal of all personnel, equipment, materials, trash, supplies, offices, staging areas, and incidentals. In addition, this item includes full compensation for the preparation and maintenance of the construction schedule.

Clearing and Grubbing Compensation for this lump sum item, in addition to the provisions of Section 300-1

Clearing and Grubbing, shall include preparatory work and operations, including but not limited, removal of all conflicting material to full construction of subgrade preparation for the construction of the roadway as shown on the plans including removal of miscellaneous features such as curb, gutter, sidewalk, and any removal items, whether identified in Section 401 Removal or as shown on the plans.

Contractor is to take note that this section includes the sawcutting requirements along the existing asphalt concrete pavement edge as modified herein in Section 401 Removals.

Disposal costs, including loading, removal, trucking, and disposal fees are included in consideration of this lump sum price and no additional compensation will be allowed.

Payment for clearing and grubbing in order to establish subgrade preparation complete as shown on the Plans shall be at the lump sum price for Clearing and Grubbing. Full compensation is for all additional labor, equipment and materials, and incidentals not shown on the plans or specified herein, which are necessary to complete the work and no additional compensation will be allowed therefore.

Temporary Traffic Control Temporary traffic control must comply with Part 6, “Temporary Traffic Control,” of the

2018 Green Book Specifications and Part 6 Temporary Traffic Control of the California MUTCD (latest). Temporary traffic control may be adjusted in the field by the Engineer and no additional compensation will be allowed.

Page 24: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 24 of 65 GATE 1 ACCESS ROAD

Compensation for this lump sum item shall include full compensation for the installation, maintenance, and removal of temporary traffic control including but not limited to furnishing labor, flaggers, equipment, devices, maintaining traffic, temporary signs, temporary pavement delineation, portable message signs, barricades, removal or covering of any traffic control element, incidentals; and for doing all the work involved in furnishing or removing of temporary traffic control; and the preparation of traffic control plans signed by a licensed civil or traffic engineer subject to the City of San Bernardino’s and Agency’s approval.

City of San Bernardino Permit The Contractor is required to obtain a permit from the City of San Bernardino for all

construction work within the street right of way. The Contractor will be responsible for completing forms, processing, compiling with, and paying all associated fess related to obtaining the permit.

SECTION 2 TRAFFIC SIGNAL SYSTEM – BID ITEMS 5

The Contractor shall complete all work necessary as shown on the Plans to provide for a

fully operational traffic signal. Contractor shall furnish all labor, equipment, materials, supplies and incidentals to the project site. All signal work shall meet the requirements of the Caltrans Revised Standard Specifications, and Caltrans 2015 Standard and Revised Standard Plans unless modified by the plans, these specifications or the City of San Bernardino’ Public Works Policies, Procedures, and Standards.

Work includes, but is not limited to, coordination with Southern California Edison (SCE) if needed, the receiving, unloading and storing of traffic signal poles and mast arms, potholing, construction surveying, restoration of pavement, curb, gutter, sidewalk or parkway, maintaining existing electrical system, traffic signal, and street lights, removal of existing signal components and related accessories, coordination with other utility vendors, SCE work orders and SCE directed removals, relocation, and construction; furnishing and installation of all necessary traffic signal equipment such as pull boxes, conduits, traffic signal poles and assemblies, foundations, luminaries, pedestals, signal heads, conductors and wiring, traffic, video detection system, pedestrian push button poles and buttons, photoelectric unit; and maintaining, modification or repair of signal interconnect and incidentals required to complete the intended work. Signal pole assemblies include connection to the foundation, mounting mast arms and luminaries, and fastening of connection details to complete the system including but not limited to bolts, brackets, fasteners, couplings; mounting of signal heads, pedestrian heads, signs mounted on the signal assembly, and wiring through the system and all incidentals required for a fully operational signal system.

Payment for construction of a new traffic signal system shall be lump sum. Full

compensation for all additional labor, equipment and materials, and incidentals, not shown on the plans or specified herein, which are necessary to complete the installation of the various systems for a fully operational signal system, modification, relocation, or repair work of components shown or not shown on the plans, and furnishing and installation of all signs as shown on the traffic signal plans shall be considered as included lump sum price paid for the systems, and no additional compensation will be allowed therefore.

Page 25: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 25 of 65 GATE 1 ACCESS ROAD

SECTION 3 STREET IMPROVEMENTS – BID ITEMS 6 TO 17

The Contractor shall complete all work necessary as shown on the Plans for the pavement

construction, repair of irrigation and landscape components as require for continuation of the existing system, sidewalks, curb and gutter, spandrel, ADA ramps, pavement restoration, grinding, and slurry seal and access entrances and exits. Contractor shall furnish all labor, equipment, materials, supplies and incidentals as required to complete this work. The work includes, but not limited to, field surveying to establish locations and lines of grade to be provided by the Contractor. The pavement construction bid item includes full compensation for all work elements including but not limited to importing material, exporting material, disposal, subgrade preparation, fine grading or restoration of pavement, sidewalk, curb, gutter, parkway, and construction of pavement (asphalt and concrete), sidewalk, curb, gutter and restoration of landscaping included in the various bid items to complete the work. Work also includes restoration of existing landscaping components including but not limited to additional irrigation water lines, modification / repair of electrical components, relocation of existing back flow preventer, relocation of existing water meter, pull boxes, and all other components as require to facilitate the roadway construction.

Payment for construction of street improvements complete as shown on the Plans shall be

at the itemized bid prices. Full compensation for all additional labor, equipment and materials, and incidentals not shown on the plans or specified herein, which are necessary to complete the construction and installation of the work shall be considered as included in the individual bid prices paid for the work, and no additional compensation will be allowed therefore.

Slurry seal work shall consist of site preparation and crack sealing, mixing asphaltic emulsion, aggregate, set-control additives and water and spreading the mixture on a surfacing or pavement where shown on the plans and as directed by the Engineer. Payment for crack seal and crack repair shall be considered as included in the bid prices paid for Emulsion Aggregate Slurry and no additional compensation will be allowed.

The Contractor shall supply the City with licensed weighmaster's certificates of weight

for all delivered aggregates to the job during the course of each day. Aggregate shall be delivered to the project only in the presence of a City representative. The Contractor shall also present weighmaster’s certificates for the amount of such aggregate remaining at the completion of the project at no cost to the City. Payment shall be determined by the amount that is physically placed, which cannot exceed the amount that is delivered to the job site with the certified weighmaster tickets. There shall be no outside work done utilizing materials from the tanks or stockpiles stored for the City's contract. Payment for slurry seal will be made at the contract unit price per Extra Long Ton (ELT) for each type of aggregate used in the work. An ELT shall be defined as 2000 pounds of dry aggregate plus emulsified asphalt, set control agents, and water.

Page 26: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 26 of 65 GATE 1 ACCESS ROAD

No separate payment will be made for portable scales. Payment shall be considered as included in the contract unit price per ELT for emulsion-aggregate slurry seal for each type of aggregate used in the work.

Payment for slurry seal work shall include full compensation for all labor, equipment and

materials, and incidentals shown on the plans or specified herein, which are necessary to complete the work. Any work not itemized shall be considered as included in the individual bid price paid for slurry work and no additional compensation will be allowed therefore.

SECTION 4 TRAFFIC STRIPING, PAVEMENT MARKINGS, AND SIGNS – BID ITEMS 17 TO 23

The Contractor shall complete all work Traffic Striping, Pavement Markings, and

Signing as shown on the Plans. Contractor shall furnish all labor, equipment, materials, supplies and incidentals to the project site. All traffic striping, pavement markers, pavement markings, sign installation work shall meet the requirements of the Caltrans Revised Standard Specifications, Caltrans 2015 Standard and Revised Standard Plans, and City of San Bernardino’s Public Works Policies Procedures and Standards unless specifically revised as shown on the Plans or within these specifications.

This work shall consist of furnishing, supplying, mixing, and application of paint and

thermoplastic traffic stripes and pavement markings including but not limited to establishing locations, lines, cleaning and preparation prior to application, removal of conflicting pavement markings, traffic stripes, reflective or non-reflective pavement markers, stencils, adhesives for pavement markers, cleanup, and all incidentals to accomplish the task. All painted traffic stripes shall be two coats.

Traffic stripes shall be measured by the linear foot line of the traffic stripes, without

deductions for gaps in broken traffic stripes. A double traffic stripe consisting of two 4 inch stripes shall be measured as 2 traffic stripes. Painted traffic stripes shall be measured as described above regardless of the number of coats of paint. Pavement markers, reflective or non-reflective, are considered a component of the traffic stripe and no additional measurement or pavement will be made except for the blue fire hydrant pavement markers which are measured as each. Pavement markings will be measured per square foot.

Payment for traffic stripe and pavement markings shall be at the itemized bid prices and

includes full compensation for furnishing all labor, materials, tools, equipment and incidentals, reflective and non-reflective pavement markers, and for doing all the work involved in the installation of traffic strips, pavement markings, and pavement markers as shown on the plans or as directed by the Engineer. Any work not itemized shall be considered as included in the individual bid prices paid for traffic stripe or pavement markings and no additional compensation will be allowed therefore.

Roadway signs are to be installed, relocated, removed and salvaged, or re-purposed as shown on the Plans and will be measured by actual count. One or more sign panels mounted on a

Page 27: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 27 of 65 GATE 1 ACCESS ROAD

single roadway post installation will be counted as one roadway sign. Sign panels mounted on signal poles or mast arms will be measured as actual count. The installation of the roadway sign or sign panel mounted on a traffic signal pole or mast arm shall include fastening hardware as necessary for complete installation or as directed by the Engineer.

Two guide signs for the purposes of directing truck drivers to the Gate 1 Access Road

will be furnished by the Agency. Contractor shall include the costs of installation and supplying accessory components as necessary for fabrication, assembly, and connections.

The furnishing and installation of signs as shown on the signal plans is covered in bid

item 5 and therefore no compensation is included herein. Payment for the installation, removal, relocation, salvage, or sign modification shall be at

the contract price paid per bid item and shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work involved in furnishing and delivering sign panels, sign posts, anchor bolt assemblies, and hardware as required for installation and assembly. The contract price paid for the Agency furnished guide sign panels shall include full compensation for obtaining sign panels from Agency’s yard, delivery to the project site, and for supplying all labor, materials, tools, equipment and incidentals including posts, hardware and connection assemblies for installation. Any work not itemized shall be considered as included in the individual bid price paid for slurry work and no additional compensation will be allowed therefore.

SECTION 5 ELECTRICAL AND LIGHTING – BID ITEMS 24

The Contractor shall complete all work necessary as shown on the Plans to provide for a fully operational lighting system, electrically operated gate opening and closing, and electrical service to the two guard shacks. Contractor shall furnish all labor, equipment, materials, supplies and incidentals to the project site. All electrical work shall be in compliance with the National Electrical Code and meet the total electrical demands needs for the project and project components.

Work includes, but is not limited to, coordination with Southern California Edison (SCE), the receiving, unloading and storing of light poles and luminaire mast arms, potholing, construction surveying, maintaining existing electrical system, traffic signal, and street lights, construction of light pole foundations, removal of conflicting components and related accessories, coordination with other utility vendors, SCE work orders and SCE directed removals, relocation, and construction; furnishing and installation of all necessary lighting equipment such as pull boxes, conduits, light poles and assemblies, foundations, luminaries, pedestals, conductors and wiring, and incidentals required to complete the intended work. Light pole assemblies include connection to the foundation, mounting luminaire mast arms and fastening of connection details to complete the system including but not limited to bolts, brackets, fasteners, couplings; and wiring through the system and all incidentals required for a fully operational lighting and power supply system. Work also includes a power supply connection from the power source to the automated gates and guard shacks including all

Page 28: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 28 of 65 GATE 1 ACCESS ROAD

conduits, wiring, connection details and other work required for a fully operational automated gate system and fully electrically functional power supply to the guard shack.

Payment for construction of a new lighting and electrical system shall be lump sum. Full compensation for all additional labor, equipment and materials, and incidentals, not shown on the plans or specified herein, which are necessary to complete the installation of the various systems for a fully operational lighting and electrical system, modification, relocation, or repair work of components shown or not shown on the plans, shall be considered as included lump sum price paid for the systems, and no additional compensation will be allowed therefore.

SECTION 6 AUTOMATED GATES AND GUARD SHACK - BID ITEMS 25-28

The Contractor shall complete all work necessary as shown on the Plans to provide for a fully operational automated gate system and installation of two guard shacks. The automated gate system shall meet the requirements of 304-3 Chain Link Fence and subsections. Contractor shall furnish all labor, equipment, materials, supplies and incidentals to the project site.

Work required for the development, maintenance and establishment of electrical supply

for the fully operational automated gates and guard shacks is included in items 25-28 above, Electrical and Lighting. This work includes the installation and construction of the automated gates and Guard Shacks.

Work includes, but is not limited to the receiving, unloading and storing automated gates

and guard shacks, potholing, construction surveying, construction of posts, foundations, or concrete foundation pads, removal of conflicting components and related accessories, clearing and grubbing, relocation and or modification of conflicting components and systems, and erection, fabrications, or installation of the automated gates and guard shacks including furnishing and

Payment for construction of automated gates and guard shack complete as shown on the Plans shall be at the itemized bid prices. Full compensation for all additional labor, equipment and materials, and incidentals not shown on the plans or specified herein, which are necessary to complete the construction and installation of the work shall be considered as included in the individual bid prices paid for the work, and no additional compensation will be allowed therefore

SECTION 7 LANDSCAPING– BID ITEMS 29 TO 31

The Contractor shall complete all work necessary, whether shown or not shown on the plans for continued landscaping operations. This work includes removal of existing plants, modification or installation of irrigation conduit and sleeves, relocating existing irrigation system backflow preventer, assembly, meter and enclosure, relocating irrigation controller and cabinet enclosure, irrigation system including construction of conduit, control wires, emitters, piping, all valves including but not limited to control valves, relief valves; water meter, flow sensor, sprinklers, , coordination with Southern California Edison, and temporary traffic control as required to perform the work. At the end of the construction of the new Gate 1 Access Road, the Inland Valley Development Agency shall have a fully operational landscaping system.

Page 29: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 29 of 65 GATE 1 ACCESS ROAD

Payment for Landscaping shall be at the itemized bid prices and shall include full

compensation for furnishing all labor, materials, tools, equipment, and doing all work involved in furnishing and installing the materials complete and in place, in accordance with the details as shown on the plans and as specified herein. Full compensation for all additional labor, equipment and materials, and incidentals not shown on the pals or specified herein, which are necessary to complete the construction and installation of the work shall be considered as included in the individual bid prices paid for the work, and no additional compensation will be allowed therefore.

7-1.4 Work to be Done Without Direct Payment (Add the following provisions) Whenever it is specified or implied that the Contractor is to do work or furnish materials of any type or class for which no price is fixed in the bid schedule, it shall be understood that Contractor is to do such work or furnish such materials without extra charge or allowance or direct payment of any kind. The cost of doing such work or furnishing such materials shall in such instances be considered included in the payment made for other items of work. Accordingly, many construction notes shown on the plans do not have a corresponding bid item on the proposal forms. Likewise, the same applies to intrinsic components of the work like water usage. Full compensation for developing a water supply, for furnishing, and placing all water required for work done in the contract, including extra work, shall be considered included in the prices paid for the various items of work requiring water; and no separate payment will be made therefore.

7-1.5 Resolution of Quantity Disputes (Add the following provisions) If the Contractor and the Engineer are unable to reach agreement on the pay quantity of any item or work, the Contractor may submit a written notice of protest, stating what he believes to be the correct amount and requesting that the item of work be re-measured, or that the quantity be recalculated, whichever the case may be. The Engineer will respond to such request by submitting his own written estimate of the disputed quantity, together with an estimate of what it would cost to re-measure or recalculate the work. A further effort at reconciliation will then be made. If, thereafter, the Contractor and Engineer are still unable to reach agreement, the Engineer will arrange to have the disputed quantity of work re-measured or recalculated by an independent third party or by other persons and methods which are acceptable to both the Contractor and Engineer. The cost of such re-measurement or recalculation shall be borne by the Contractor and Agency as follows:

-100 percent by the Contractor, if the re-measured or recalculated amount is less than the Engineer’s proposed pay quantity, or

-100 percent by the Agency, if the re-measured or recalculated amount is less than the Contractor’s proposed pay quantity, or

-in proportion to where the re-measured or recalculated amount lies relative to the Contractor’s and Engineer’s proposed pay quantities, if the re-measured or recalculated amount lies between the Contractor’s and Engineer’s proposed pay quantities. For

Page 30: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 30 of 65 GATE 1 ACCESS ROAD

example, if the Engineer estimated 600 units and the Contractor estimated 900 units and on re-measurement the actual quantity was found to be 700 units, then the Agency will bear 1/3 of the cost of re-measurement and the Contractor will bear the remaining 2/3.

Only true direct costs of re-measurement or recalculation, which would otherwise not have been incurred, shall be included in the above allocations. No costs shall be ascribed to the time expended by project managers, inspectors, superintendents, foremen or other personnel unless such time is clearly and measurably in excess of that routinely required to carry out their normal day to day functions. 7-2 LUMP SUM WORK 7-2.1 Payment Schedule (Add the following provisions) The Contractor shall submit a payment schedule for any lump sum bid items requested by the Engineer. The schedule shall be submitted in accordance with Sections 3-8 and 7-2 of the Standard Specifications. 7-3 PAYMENT

7-3.2.1 Progress Payments (Add the following provisions) Progress payment requests shall be processed in accordance with the provisions of Public Contract Code Section 20104.50, which is summarized as follows: (a) Upon its receipt of Contractor's written payment request, Agency shall review it

as soon as practicable to determine whether it is a proper payment request. If Agency determines that it is not a proper payment request suitable for payment, Agency shall return it to Contractor as soon as practicable, but not later than seven days after its receipt, together with a document setting forth in writing the reasons why it is not proper.

(b) If Agency fails to make a progress payment within thirty days after it receives an

undisputed and properly submitted payment request from Contractor, Agency shall pay interest on the correct amount thereof at the legal rate set forth in Subdivision (a) of Section 685.010 of the Code of Civil Procedure.

(c) The number of days available to Agency to make a payment without incurring an

interest obligation thereon shall be reduced by the number of days by which the City exceeds the seven-day return requirement of (a) above for return of an improper request.

(d) A "progress payment" includes all payments due under the contract, except that

portion of the final payment which is designated as retention earnings.

7-3.2.2 Final Pay Quantities (Add the following provisions) When the estimated quantity for a specific portion of the work is designated or categorized on the plans or in these Special Provisions as a “FINAL PAY ITEM,” or is so designated on the proposal forms by the

Page 31: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 31 of 65 GATE 1 ACCESS ROAD

appearance of an “F” adjacent to the bid item involving that portion of the work, the estimated quantity for that portion of the work shall be considered the final quantity for which payment will be made, unless the dimensions of that portion of the work are changed on the plans by the Engineer or that portion of the work is eliminated. If the dimensions of that portion of the work are revised and the revision results in an increase or decrease in the estimated quantity of that portion of the work, the final quantity for payment will be revised in the amount represented by the changes in dimensions. If that portion of the work is eliminated, the final pay quantity designated for that portion of the work will be eliminated.

The estimated final quantity for such specific portion of the work shall be considered as approximate only and no guarantee is made that any actual quantity which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantity. It shall be the bidder’s responsibility to judge, based on the details and dimensions shown on the plans and observation at the job site, the accuracy of the estimated final quantity, making adjustments to the bid prices as the bidder feels necessary to compensate for discrepancies. No later allowance or adjustment in payment will be made in the event that any quantity based on subsequent computations or measurements does not equal the estimated final pay quantity.

When portions of an item have been designated on the plans as final pay quantities,

portions not so designated will be measured and paid for in accordance with the applicable provisions of these Special Provisions and the Standard Specifications.

In case of discrepancy between the quantity shown on the plans as a final pay quantity and the quantity of the same item shown on the proposal forms, payment will be based on the quantity shown on the proposal forms.

7-3.2.3 Prompt Payment of Withheld Funds to Subcontractors (Add the following provisions) The Agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency, the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Agency. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. 7-3.4 Mobilization.

7-3.4.1 Payment (Add the following provision) If no separate bid item(s) is/are

provided, mobilization costs shall include the cost for preparing and maintaining the

Page 32: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 32 of 65 GATE 1 ACCESS ROAD

construction schedule and any required updates. 7-4 PAYMENT FOR EXTRA WORK 7-4.1 General (Add the following provisions)

When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work as provided in Subsections 7-4.2 and 7-4.3 as amended herein. The labor, materials and equipment used in the performance of such work shall be subject to the approval of the Engineer.

All disputed work must be performed in the present of the Agency’s Representative so

accurate labor, material, and equipment costs can be recorded. Only the labor, materials, and equipment that are truly needed to perform the work will be utilized in the cost calculations as outlined within these specifications and as below. 7-4.2 Basis for Establishing Costs (Add the following provisions)

7-4.2.1 Labor. The Contractor will be paid the cost of labor for the workers (including foremen when authorized by the Engineer) used in the actual and direct performance of the work. The cost of labor, whether the employer is the Contractor, subcontractor, or other forces, will be based upon the actual paid wages (including fringe benefits) plus a labor surcharge as specified herein.

Labor Surcharge - To the actual wages, as defined above, will be added a labor surcharge

as set forth in the California Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates" which is in effect on the date the work is performed. As of the printing of these Special Provisions, the labor surcharge was 12% for straight time and 12% for overtime work. (Need to update by checking website: http://www.dot.ca.gov/hq/construc/) 7-4.2.2 Materials. (Not amended) 7-4.2.3 Tool and Equipment Rental (Replace with the following)

No payment will be made for the use of tools which have a replacement value of $200.00 or less.

The Contractor will be paid for the use of equipment at the rental rates listed for such

equipment in the Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates" which is in effect on the date upon which the work is performed. These rental rates shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Move in and out or minimum charges, other than the hourly rate, shall not apply to equipment available from the work force already on the job site.

Page 33: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 33 of 65 GATE 1 ACCESS ROAD

When owner-operated equipment is used to perform extra work to be paid for on a force account basis, the Contractor will be paid for the equipment and operator, as follows:

Payment for the equipment will be made at the rental rates listed for such equipment in the Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates" which is in effect on the date upon which the work is performed.

Payment for the cost of labor will be made at the rates paid by the Contractor to other workers operating similar equipment already on the project or, in the absence of such other workers, at the rates for such labor established by collective bargaining agreements for the type of workers and location of the work, whether or not the owner-operator is actually covered by such an agreement.

Copies of the "Labor Surcharge and Equipment Rental Rates" publication are available

from:

Caltrans Publications 1900 Royal Oaks Drive Sacramento, CA 95815

Or can be obtained from the Internet by logging onto the Caltrans website

http://www.dot.ca.gov and simply doing a search using the words “Labor Surcharge and Equipment Rental Rates".

All equipment shall be acceptable to the Engineer, in good working condition, and

suitable for the purpose of intended. 7-4.3 Markup (Replace with the following)

7-4.3.1 Work by the Contractor. A markup of 13 percent shall be added to the

Contractor’s costs for labor, materials, and equipment rentals and shall constitute the markup for all overhead and profits. In addition to this markup, one percent (1%) shall be added to the Contractor’s costs as compensation for bonding.

7-4.3.2 Work by the Subcontractor. When any of the extra work is performed by a

subcontractor, the markup established in 7-4.3 of these Special Provisions shall be applied to the subcontractor’s costs as determined under 7-4.2. There will be a five percent (5%) allowance added to the subcontractor’s costs for the Contractor’s overhead and profit.

7-4.4 Daily Reports for Extra Work The daily report specified in Section 7-4.4 of the

Standard Specifications shall include only that work which is included in the Contractor’s claim for extra work and that which was continuously observed by the Agency’s Representative. It is the Contractor’s responsibility to inform the Agency’s Representative of when said work will be performed. No compensation will be considered if said work was done without the observation of Agency’s Representative.

Page 34: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 34 of 65 GATE 1 ACCESS ROAD

SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL (Add the following provision) Facilities for Agency personnel will not be required.

Page 35: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 35 of 65 GATE 1 ACCESS ROAD

PART 2

CONSTRUCTION MATERIALS

SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS In lieu of crushed aggregate base, the Contractor may use, at Contractor's option, crushed miscellaneous base as per Section 200-2.4 or pulverized miscellaneous base as per Section 200-2.8 of the Standard Specifications, or Class 2 aggregate base as per Section 26 Aggregate Bases of the State Standard Specifications. When the plans specify aggregate subbase, the material used shall be select subbase as specified in Section 200-2.6 of the Standard Specifications. For Clarification: It may be noted that the specifications allow R-value requirements to be waived in certain circumstances. This should not be interpreted to imply that the Agency will reduce its standards of structural pavement design, but rather that alternative designs may be allowed. The design of structural pavement sections has, for this project, been based on base materials having a minimum R-value of 77. All base materials will be tested by Agency. If the base materials only fail to meet the required R-value and if the Contractor requests that the R-value requirement of the base materials be waived, the Engineer will redesign the structural pavement cross-section based on the actual R-values. The Contractor shall bear the cost of such redesign and furthermore shall not be entitled to any compensation for any additional construction costs resulting from such design revisions.

SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.2.5 Fly Ash. (a) General. Fly ash will not be used in a concrete mix.

SECTION 203 - BITUMINOUS MATERIALS 203-5 SLURRY SEAL

203-5.2 Mix Design (Amend as follows):

Page 36: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 36 of 65 GATE 1 ACCESS ROAD

Admixtures, such as Portland cement or aluminum sulfate may be mixed into the slurry material to adjust the curing time such that the applied slurry can support vehicular traffic within 60 minutes.

Use of slag shall not be permitted.

Deliveries of aggregate and emulsion shall not be made without the engineer present. Emulsion is not to be transferred to an on-site storage tanker without the sieve test performed by the Agency.

The Contractor shall submit a mix design for approval within five (5) working days after a “Notice to Submit Mix Design” is issued. The Contractor will receive a separate “Notice to Proceed” for the slurry work only after the mix design is approved. If the Contractor changes sources of aggregate, sand, and/or oil, a new mix design shall be resubmitted. The cost of initial testing of the mix design will be borne by the Agency. The cost of all retests and testing for change of source for mix design will be borne by the Contractor, and the amount due to the Agency for said retesting will be deducted from the Contractor’s progress payments.

The Contractor shall allow ten (10) days prior to the start of work for calibration and testing at a location to be designated by the Engineer. The Agency's testing materials consultant will obtain field samples at the time of calibration for Extraction Test (ASTM D 2172), Consistency Test, Wet Track Abrasion Test (ASTM D 3910) and a verification of the 60-minute set time previously specified. When the Agency's testing laboratory has determined that the field samples meet the requirements stipulated in these specifications, the Engineer will notify the Contractor to start work. In the event that the product does not meet specification, another testing and calibration date shall be set ten (10) days prior to the start of work for a complete retest of the product at the expense of the Contractor.

203-5.2.1 Mix Design Certification (Add the following provision) Contractor shall provide a certificate of compliance that the emulsion-aggregate slurry mix meets all requirements in the Standard Specifications and these Special Provisions. 203-6 ASPHALT CONCRETE

203-6.1 General (Add the following provision) Where dense graded asphalt is being constructed in two layers or more, the asphalt concrete pavement for the base course shall be B-PG 64-10. When dense graded asphalt is being constructed in a single layer and for a finishing course or asphalt concrete overlay, the asphalt concrete pavement shall be C2-PG 64-10.

Page 37: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 37 of 65 GATE 1 ACCESS ROAD

PART 3

CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General (Add the following provisions)

The Contractor shall ensure that all wood chips and debris generated by the grinding process are raked and removed from the stump location. Topsoil shall be placed and compacted as best possible until original ground level is reached. Disturbed areas not covered with pavement or other permanent materials shall be seeded and straw mulched. All surplus materials and chips are to be removed from the site and the site left in a neat and orderly condition. Sidewalk, curb, gutters and pavement areas adjacent to a removed stump will be left broom clean.)

Clearing and grubbing shall be performed wherever construction is to be performed. Clearing and grubbing includes, but is not limited to the following items as shown on the plans or as specified in the Special Provisions:

Removal of conflicting stripes and street marking shall be per Section 81 and Section 84 of the Caltrans Standard Specifications shall include but not be limited to:

1. Residue resulting from removal operations shall be removed from pavement surfaces

by vacuuming before the residue is blown by the action of traffic or wind, migrates across lanes or shoulders, or enters into drainage facilities.

2. Traffic stripes shall be removed before any change is made in the traffic pattern. 3. Pavement markers, including underlying adhesive, shall be removed by such methods

that will cause the least possible damage to the pavement or surfacing. Damage to the pavement or surfacing caused by pavement marker removal shall be repaired by the Contractor at the Contractor’s expense by methods acceptable to the Engineer.

Prior to cutting any service systems, such as lights or irrigation sprinklers, the Contractor

shall investigate and test the system and, based on his findings, shall make any necessary modifications and adjustments to keep the remaining existing system operational. Electrical wiring which is no longer used shall be removed in its entirety. Interim alternative provisions such as temporary power hook-ups or manual watering shall be provided for such times as when the system is incapacitated. Existing lawns and flower gardens adjacent to removal or construction areas shall be protected from unnecessary damage and shall be restored as near as practical to their original condition after construction. Required replacement to restore to

Page 38: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 38 of 65 GATE 1 ACCESS ROAD

original condition and operation shall be in accordance with the Standard Specifications, City Standards, and Agency’s standards.

Unless otherwise noted, all fences, gates, flag poles, ornamental lights, and other improvements within the right-of-way which are designated for removal, shall become the property of the Contractor, to be removed from the site and lawfully disposed of however he sees fit.

Traffic stripes and pavement markings, whether painted or thermoplastic, shall be

completely removed in all areas which will be slurry sealed or capped with a surface course of AC, or where the existing striping is in conflict with the proposed improvements. In AC overlay areas an exception to complete removal of painted stripes and markings may be made by the Engineer, provided that in his judgment the painted stripes and markings are so worn and weathered as to have no detrimental effect on the adhesion of the overlay. No exception will be made for slurry seal areas.

Traffic signs to be salvaged shall be delivered to the City of San Bernardino storage

facility. The Contractor shall contact City of San Bernardino Public Works for delivery location and instructions.

Disposition of other existing signs shall be as shown on the plan(s) and/or as directed by

the Engineer. This may include temporary sign relocations due to construction, or stockpiling of signs at the job site. The Contractor will be responsible for maintaining the condition of all signs specified herein.

If an existing sign post is not suitable for reinstallation and a replacement is not available

from salvaged sign posts, then its replacement will be considered as extra work and paid for in accordance with these Special Provisions and the Standard Specifications.

No trees shall be removed from the area of construction except when so designated on the

plans or approved in advance by the Engineer. For payment purposes, if applicable, the tree diameter size class shall be: Class I over 6" to 18" Class II over 18" to 36" Class III over 36"

Tree diameter shall be measured three feet above the ground surface or at the narrowest part below the lowest branch, whichever is lower. Multiple trunks stemming from one joined or intertwined root system shall be considered as separate trees.

Pruning and/or removal of shrubs and trees shall, for this contract, be considered part of

clearing and grubbing and no separate payment shall be made therefor. Mail boxes and posts within the construction area shall be salvaged and temporarily set in

an upright condition where easily accessible for mail delivery and accessible by the property

Page 39: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 39 of 65 GATE 1 ACCESS ROAD

owner. New posts and boxes shall be furnished and installed in final position by the Contractor as shown.

As part of signal relocation, the existing pole concrete foundations shall be removed to three (3) feet below bottom of proposed improvements and the void backfilled and compacted.

If the Contractor encounters existing asphalt material extending onto the PCC gutter, and

the gutter is not proposed to be overlaid, then the Contractor shall be required to remove the overlay in such a manner that damage to the gutter will not occur. If, in the opinion of the Engineer, the existing gutter's flow or riding characteristic have been altered by the AC removal, the Contractor, at Contractor's expense, shall make repairs to restore the gutter quality to its original state. Payment for AC removal from gutter shall be included in the compensation provided for clearing and grubbing. 300-2 UNCLASSIFIED EXCAVATION

300-2.1 General (Add the following provisions) It shall be the Contractor’s obligation to lawfully dispose offsite all excess material generated by his operations. Likewise, any other contractor working within the project area, as described in Section 2-4, “Cooperation and Collateral Work” of these Special Provisions, will be under a similar obligation to remove any surplus materials and leave the site in the same condition it was found unless they have privately come to an alternate agreement with the Contractor. The Contractor is encouraged to cooperate but shall be under no obligation to enter into such private agreements.

300-2.2 Unsuitable Material (Add the following provisions) Unsuitable material encountered below the natural ground surface in embankment areas, or below the grading plane in excavation areas, shall be excavated, replaced and re-compacted or otherwise processed to render it suitable, or disposed of as directed by the Engineer. In over-excavation areas where unsuitable materials have been removed, the base of the excavation shall be moisture conditioned to a depth of 12 inches and scarified and re-compacted to a depth of at least 6 inches prior to commencing backfill operations. This same requirement shall equally apply to preparation of fill areas prior to embankment construction.

300-2.2.2 Wet Material (Add the following paragraph) The Contractor is advised of the presence of possible wet and/or soft areas below the pavement surface. During grinding, these areas may be exposed and affect the grinding operation. When an area is found, the Contractor shall stop the grinding operation and move to a new location, if possible. The Contractor with project inspector and geotechnical representative will identify the extent of the wet and/or soft area. Remove the wet material to an initial depth of twelve (12) inches. The project inspector and the geotechnical representative will review site conditions. If the subgrade is still too wet, the Contractor will then remove another twelve (12) inches of wet material. After removal of either twelve (12) or twenty-four (24) inches of wet and/or soft material, the Contractor will establish a smooth surface, place a layer of geofabric and backfill with suitable material (Grindings, PMB, or other approved base type materials). The initial 6” lift on top of the geofabric shall be

Page 40: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 40 of 65 GATE 1 ACCESS ROAD

carefully placed. The remaining material shall be compacted to 95% in the upper 6”, and 85% to 90% below to the geofabric surface. Then place CCPR and RHMA as per plans.

When working in the soft and wet areas, the Contractor shall use lighter equipment to minimize damage to the area and surrounding areas and to keep the area as small as possible. This item may or may not be utilized during the project and there will not be a penalty for being over or under the quantity specified.

300-2.8 Measurement (Add the following provisions) Bidder’s attention is directed to the typical cross-sections and specific grades and elevations shown on the plans. Based on these drawings and the other information contained in the specifications and improvement plans, or obtainable by visual inspection or survey, it shall be the bidder’s responsibility to independently assess the amount of unclassified excavation required to complete the work and to adjust bid items accordingly to reflect the cost for any and all earthwork required for this project. The contractor shall include earthwork excavation costs in the individual bid items indicated in the bid schedules for this work with the exception of directed work by the Engineer for over-excavation and excavation of unsuitable material.

300-2.9 Payment (Replace the first sentence with the following) Payment for unclassified excavation shall be included in the individual bid items as shown in the bid schedule. (Add the following provision)

Payment for earthwork, involving the excavation and processing or disposal of unsuitable material, whether or not such excavation and processing or disposal is shown on the plans or specified in the Special Provisions, shall be considered to include full compensation for excavating the area of unsuitable material, scarifying, moisture conditioning and re-compacting the base of the excavation, backfilling the space created thereby with suitable materials and compacting such backfill as specified for embankment construction, including dressing, sloping and rounding sides, tops and ends, loading and hauling to fill locations or disposing offsite, stockpiling, or otherwise processing, and no additional compensation will be allowed therefor. 300-4 UNCLASSIFIED FILL

300-4.1 General (Add the following provision) Imported borrow may be used in combination with unclassified excavation if additional fill material is required to achieve finished grade. Imported borrow shall meet the same requirements as stated for unclassified excavation.

300-4.9 Measurement (Add the following provision) Measurement for unclassified fill shall be included in the various items of work listed in the bid schedule and no separate measurement will be made.

Page 41: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 41 of 65 GATE 1 ACCESS ROAD

Bidder’s attention is directed to the typical cross-sections and specific grades and elevations shown on the plans. Based on these drawings and the other information contained in the specifications and improvement plans, or obtainable by visual inspection or survey, it shall be the bidder’s responsibility to independently assess the amount of unclassified fill required to complete the work and to adjust bid items accordingly to reflect the cost for any and all earthwork required for this project

300-4.10 Payment (Add the following provision) Payment for unclassified fill shall be included in the various items of work listed in the bid schedule and no separate payment will be made.

SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS

301-1 SUBGRADE PREPARATION

301-1.3 Relative Compaction (Replace the first paragraph with the following) The top 6 inches of subgrade material under street structural section and curb and gutter shall be compacted to a relative compaction of 95 percent. The top six inches of subgrade material under alley pavement, driveway approaches, driveways, and sidewalks shall be compacted to a relative compaction of 90 percent. Contractor’s attention is directed to retest provision responsibilities at Section 4-4 Testing.

301-1.6.1 Schedule and Tolerances of Manhole Adjustment. New sewer and all storm

drain manhole frames and covers shall be raised to the finished grade by the Contractor within 48 hours of final paving. The Contractor shall raise the tops of all frames and covers to range from flush to 1/4" above the finished grade of the immediately adjacent pavement. All manholes which have been adjusted to grade by Contractor shall be cleaned of any loose dirt, material or debris created in the process.

301-1.6.2 East Valley Water District - Sewer Manholes and Valve Boxes. Existing

sewer manhole and cleanout covers will be adjusted to grade by the Contractor if called out on the plans or if necessary for a flush pavement surface. The Contractor shall tie out any manhole cover paved over and shall notify the District 48 hours in advance of the availability and need to adjust to grade. Any sewer manhole covers and grade rings removed for paving shall be delivered to the EVWD yard at 1155 Del Rosa Avenue, San Bernardino, CA. Existing water valve covers are to be adjusted to finish grade by the Contractor during his paving operation. Sleeves, as needed may be obtained from East Valley Water District. Payment for tying out all the covers as stipulated in Section 5-1.1 of these Special Provisions, shall be considered as included in the contract unit price of the surfacing material used adjacent to the cover and no additional compensation will be provided therefor. Payment for adjusting manhole covers to finished grade shall be considered as included in the contract

Page 42: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 42 of 65 GATE 1 ACCESS ROAD

unit price of the surfacing material used adjacent to the cover and no additional compensation will be provided therefor. 301-1.7.1 Payment for Manhole and Valve Cover Adjustments. Payment for adjusting existing storm drain covers and water valve covers, if made a part of the contract, shall be made at the respective contract unit prices for each item. These payments shall be considered full compensation for all labor, tools, equipment and materials required to adjust the utility facility.

Payment for painting utility covers as specified in these Special Provisions shall be included in the cost of adjusting or installing the item which required painting.

The contract bid item “Adjustment for Manhole Cover” may be deleted as the East Valley Water District may elect to perform this work. If deleted, Section 3 Changes in Work do not apply and the bid item will be deleted at the price in the Contractor’s bid list. 302-4 SLURRY SEAL SURFACING

302-4.1 Surface Preparation and Crack Sealing (Add the following provisions) All cracks 1/4-inch wide or wider in streets to be slurry sealed shall be sealed with a hot applied rubberized asphalt sealant prior to the placement of the emulsion-aggregate slurry. The Engineer shall make the sole determination as to which cracks shall be sealed. Additional pavement preparation for slurry seal areas shall be as specified in Subsection 302-5 Asphalt Concrete Pavement.

All striping and markings shall be removed per Section 84-9 of the State Standard Specifications.

The Contractor shall remove any and all plant growth from the project streets located

within the pavement or between the concrete gutter and the pavement. The work shall be approved by the Engineer or his representative prior to slurry sealing. Full compensation for plant removal shall be considered as included in the unit cost for slurry seal.

Pavement preparation for slurry seal areas shall, at the direction of the Engineer include

the following: 1. All cracks greater than 1/4" in width shall be routed to a depth of 3/4" to 1". 2. All cracks less than 1- inch in width shall be filled with a Crafco Roadsaver Brand

Type 201 Sealant or approved equal. Application shall be with a Heated Joint Seal Machine Crafco Model BC-220 or Agency approved equal and to the manufacturer's recommendation. These may be obtained from Crafco Inc., P.O. Box 20133, Phoenix, Arizona 85036. This treatment method shall be called "Crack Seal" on the plans and bid proposal.

Page 43: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 43 of 65 GATE 1 ACCESS ROAD

Care shall be taken to avoid excess sealant being applied to the existing asphalt concrete surface. Contractor shall keep traffic off areas receiving crack seal until it has cured to the point where it will not be lifted from cracks by vehicle tires. There shall be a ½-inch deep cup-shaped indentation between the existing AC surface and the top of crack sealant placed in the cracks. Excess sealant, as solely determined by the Engineer, shall be removed at the Contractor’s expense.

3. All cracks greater than 1½-inch width shall be cleaned to a depth of three inches

and filled with F-PG-64-10 asphalt concrete. This treatment method shall be called "Crack Repair" on the plans and bid proposal.

4. Five to seven days after receiving the project “Notice to Proceed” and seven

days prior to the crack routing operation, all cracks with existing weeds or grasses shall be treated with a contact herbicide such as Monsanto RoundUp, or Agency approved equal, according to the manufacturer's recommendations and instructions. Prior to the application of any sealant, all cracks shall be completely cleaned of deleterious material using a blower or an air compressor. All wedged-in materials that are not readily removed by air should be removed by gouging or plowing. After cleaning and routing but prior to the application of any sealant all cracks, including all cracks that previously showed existing weeds or grasses, shall be treated with a selective pre-emergent herbicide such as ACME Industrial Products Barrier 50W Dichlobenil Herbicide, or Agency approved equal, according to the manufacturer's recommendations and instructions. In addition, the street surface shall be completely cleaned of all pavement preparation debris by a power-driven street sweeper or other suitable means at the end of each work day.

5. Performing traffic control for the pavement preparation work.

The Contractor shall not allow any liquids used for cleanup of tools and equipment (such as diesel fuel or solvents) to spill on the pavement, curbs, gutter, parkways, or other improved areas.

302-4.3 Continuous-Flow Mixers. (Amend as follows): All slurry mixing machines shall be equipped with a Fines Feeder for the adding of cement or granular Aluminum Sulfate.

302-4.3.1 General (Modify the values in Table 302-4.6.4.1 as follows):

Slurry Seal Min. Max. Type II ELT/1350 ft2 ELT/1150 ft2

An ELT of slurry is made up of 2,000 pounds of dry aggregate plus emulsified asphalt, accelerator or retardant, and water. Quantities and application rate shall be approved by the Engineer. When the Engineer determines that the application rate does not conform to the

Page 44: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 44 of 65 GATE 1 ACCESS ROAD

requirements, the Contractor shall take immediate corrective action. When the rate is less than the minimum amount required, the Contractor shall reapply additional slurry seal to the non-conforming area to meet the requirements.

Prior to the beginning of slurry operations, the Contractor shall furnish, at no cost to the

Agency, current licensed weighmaster's certificates indicating the net weight capacity of the aggregate bin. The Contractor shall provide a drive upon scale at the project site or an alternate site approved by the Agency. The drive on scale shall show the net weight of the aggregate bin on each slurry machine before the machine and product will be approved for applying slurry on the project.

All slurry machines are to carry, at all times, a calibrated measuring device. The measuring device is to be calibrated in 10-gallon increments to the slurry machine it is used on. The gallons of emulsion are to be measured and recorded before leaving and after returning to the materials site. Use of a slurry machine will not be allowed if it does not have a calibrated emulsion measuring device.

The inspector shall check the oil in each load “in and out” and in the storage tanks at the beginning and end of each day to determine the amount of emulsion used for that day. Emulsion is not to be transferred from delivery tank to on-site storage tank before the Agency performs the sieve analysis on the emulsion. Aggregate used in the slurry shall not exceed a moisture content of four percent (4%) by weight of dry aggregate.

Contractor may not schedule more than 150 tons of slurry to be placed per day. Slurry

may not be applied at more than 150 feet per minute. The Contractor shall provide a self propelled 10-ton pneumatic roller with a tire pressure

of 50 PSI and equipped with a water spray system. The Contractor shall roll the required streets the same day they are slurried, the Contractor will be responsible for proper scheduling of the work such that the rolling can be properly done within the given time constraint. The cost of furnishing the roller and operator shall be included in the price paid for slurry seal.

Prior to storing aggregate on private property, the Contractor shall submit to the Engineer written permission from the property owner for such stockpiling.

Precautions shall be taken to ensure that stockpiles do not become contaminated with

oversized rock, clay, silt, or excessive amounts of moisture. The stockpiles shall be kept in areas that drain readily. Segregation of the aggregate will not be permitted.

The stockpile areas shall be thoroughly cleaned of all excess material and left in a neat,

orderly appearance upon completion of slurry operations in any area. The Contractor shall protect the wet slurry from traffic at all times and if damaged or

defaced, the Contractor shall repair said damage at no additional cost to the Agency.

Page 45: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 45 of 65 GATE 1 ACCESS ROAD

At the discretion of the Engineer, the placement of slurry seal may be suspended due to unsuitable weather, temperature conditions, or other conditions that are considered unfavorable for the prosecution of the work. The Contractor shall immediately comply with the order of suspension by the Engineer, and work shall not be resumed until authorized by the Engineer.

The days during which the suspension of work is in effect due to unsuitable weather shall not be considered working days and the date of completion shall be extended to allow for work and notification.

No adjustment of unit prices of any items shall be allowed due to a suspension of work as described above.

302-4.8 Spreading and Application (Add the following provision) Prior to applying slurry seal, the Contractor shall clean, to the satisfaction of the Engineer, the street surface with a power sweeper and remove excess grease, dirt, “spilled” PCC and AC and other foreign material from the existing pavement surface to provide a good bonding surface for the slurry seal.

Slurry shall not be applied when the atmospheric temperature is less than 65oF (18oC). The application of slurry shall not commence until after 8:00 a.m., and shall

conclude at 1:30 p.m. unless otherwise authorized by the Engineer. The slurry shall be sufficiently cured to be open to traffic by 4:00 p.m. The portions of streets to be slurry sealed shall be closed from the time the application begins until the mixture has achieved sufficient set to be opened to traffic.

The slurry shall be applied in such a manner that no ripples or waves exist. If ripples or

waves occur in the slurry during the application, the work shall cease and the Contractor shall correct the situation. The Contractor may use a drag to knock down the ridges. If the ripples or waves are not corrected to the Engineer's satisfaction, the street shall be re-sealed at the Contractor's expense.

The Contractor shall, at the direction of the Engineer, apply the re-seal to the entire street,

or complete section thereof, as determined by the Engineer, which has not been sealed properly (includes areas that have failed to meet yield and mix design specifications) and completely. No compensation will be provided for slurry seal used in repair and re-seal work.

Each slurry crew shall be composed, at a minimum, of a coordinator at the project site at

all times, a competent quick-set mixing man, a competent driver, two squeegee men, and sufficient laborers for any handwork and cleanup.

Surface oil and grease shall be removed or sealed with shellac or an equivalent material approved by the City before the application of the slurry seal. Full compensation for surface oil and grease removal shall be considered as included in the unit cost for slurry seal.

Page 46: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 46 of 65 GATE 1 ACCESS ROAD

During slurry seal operations, it shall be the Contractor's responsibility to place protective covering over, or to otherwise avoid slurry seal coating of manholes, utility covers, pavement markers (reflective and non-reflective), concrete gutters, concrete cross gutters, and drainage facilities, and remove said covering and/or slurry seal coating after slurry sealing has been completed.

The start and finish of slurry application shall be a straight line which, unless otherwise approved by the Engineer, shall be obtained by laying a strip of building paper or other material approved by the Engineer on the pavement surface. After application of slurry, the paper is to be removed leaving a straight edge. The entire street surface area shall be sealed the same day.

The grading of the combined aggregate and the percentage of emulsified asphalt shall

conform to the requirements of TYPE II as specified in Subsection 203-5.3 Aggregate, of the Standard Specifications.

Asphalt emulsion shall be a QUICKSET OR CATIONIC EMULSIFIED ASPHALT

conforming to the requirements of Subsection 203-1.3, "Test Reports and Certification," and Subsection 203-3.2, "Testing Requirements” of the APWA Standard Specifications.

The latex additive shall be Ultra Pave 70 (for anionic) or Ultra Pave 65 K (for cationic) or an approved equal. The latex shall be added at the emulsion plant after weighing the asphalt and before the addition of mixing water. The latex shall be added at a rate of two to two-and-one-half parts to one-hundred (100) parts of emulsion by volume.

The Contractor shall sweep any raveled material on the street one (1) week after the

initial placement. If raveling continues within two (2) weeks of the initial placement, the street shall be swept and re-sealed with a Type I mixture at no cost to the Agency. Raveling can be identified by the presence of "black pebbles" in the gutter.

The joint between the edge of pavement and the concrete gutter shall be sealed with slurry seal. The slurry may overlap the concrete gutter edge no more than one (1) inch. The edges of the slurry shall be maintained in a neat and uniform line.

302-4.9 Field Sampling and Testing (Add the following provision) The Contractor shall provide a certificate of compliance certifying that the material meets requirements listed in Table 302-4.91 of the Standard Specifications.

302-4.11 Payment (Add the following provision) No separate payment will be made for portable scales. Payment shall be considered as included in the contract unit price per ELT for emulsion-aggregate slurry seal for each type of aggregate used in the work.

Payment for crack seal and crack repair shall be considered as included in the bid prices

paid for Emulsion Aggregate Slurry and no additional compensation will be allowed.

Page 47: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 47 of 65 GATE 1 ACCESS ROAD

302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Information (Add the following provision) Dense graded asphalt concrete shall be as specified in Section 203-6 Asphalt Concrete of or 203-11 Asphalt Rubber Hot Mix of the Standard Specifications or the Plans. Placement of AC to be by machine unless permitted otherwise in writing by the Engineer.

Prior to overlay paving, Contractor shall clean the street, including gutter, and remove all loosened material, and shall trim interfering shrubs and trees.

Payment for leveling course will be included in the compensation for overlay paving.

302-5.5 Distribution and Spreading (Modify as follows) Asphalt concrete shall be spread and compacted in at least two lifts, with each lift no thicker than two inches.

302-5.3 Prime Coat (Add the following provision) Prime coat shall be applied wherever the slope of the subgrade exceeds twelve percent (12%).

302-5.1 General (Add the following provision) Pavement preparation for overlay areas

for which crack seal and crack repair is specified shall include two applications of herbicide, and cleaning, routing, and sealing or filling of cracks as follows: 1. Seven days prior to the crack routing operation, all cracks containing weed or

grass shall be treated with a contact herbicide such as Monsanto RoundUp or Agency approved equal and to the manufacturer’s recommendation.

Contractor shall use proper protective clothing and identify hazardous chemical treatment facility.

2. Prior to the application of any sealant, all cracks shall be completely cleaned of

deleterious material using a blower or an air compressor. All wedged-in materials that are not readily removed by air shall be removed by gouging or hand gouging. In addition, the street surface shall be completely cleaned of all pavement preparation debris by a power-driven vacuum-type (PM 10) street sweeper or other suitable means at the end of each workday. Contractor shall use dust control methods to minimize air pollutants.

3. All cracks shall be machine routed to a depth of ¾-inch to 1-inch. 4. After cleaning and routing but prior to the application of any sealant, all cracks

shall be treated with a selective pre-emergent herbicide such as ACME Industrial Products Barrier 50W Dichlobenil Herbicide or Agency approved equal and to the manufacturer’s recommendation. All crack surfaces shall be cleaned of dust by high pressure, dry compressed air.

Page 48: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 48 of 65 GATE 1 ACCESS ROAD

5. All cracks less than 1-inch in width shall be filled with Crafco Polyflex Type 3 or Deery 200 Sealant or approved equal. Application shall be with a Heated Joint Seal Machine Crafco, E-Z Pour Melter, Deery Mastic Mixer or approved equal and to the manufacturer’s recommendation. These may be obtained from Crafco Inc., 14142 Whittram Ave., Fontana, CA 92335 or Deery American Corporation, P.O. Box 4099, Grand Junction, CO. This treatment method shall be called “Crack Seal” on the Plans and the Proposal Forms.

Care shall be taken to avoid excess sealant being applied to the existing asphalt concrete surface. Contractor shall keep traffic off areas receiving crack seal until it has cured to the point where it will not be lifted from cracks by vehicle tires. There shall be a 3/8-inch to 1/2-inch deep cup-shaped indentation between the existing AC surface and the top of crack sealant placed in the cracks. Excess sealant, as solely determined by the Engineer, shall be removed at the Contractor’s expense. Cracks shall be sealed a minimum of seven (7) days prior to paving.

6. All cracks greater than 1-inch in width shall be cleaned to a depth of 3-inches and

filled with F-PG 64-10 asphalt concrete. This treatment method shall be called “Crack Repair” on the Plans and the Proposal Forms.

7. Prior to construction of overlay, Contractor shall, as directed by the Engineer, fill

and compact depressions in the pavement with asphaltic concrete. Tack coat shall be applied to the surface to be filled.

8. Performing traffic control for the pavement preparation work.

Payment for “Pavement Preparation” shall be considered included in the contract unit price for slurry seal or overlay areas and shall include full compensation for all labor, materials, tools, equipment and incidentals required for crack treatment and filling of depressions.

302-5.5 Distribution and Spreading (Modify as follows) Asphalt concrete shall be laid

in courses not exceeding three inches in thickness unless directed by the Engineer. 302-5.7 Pavement Joints (Add the following provision) Where new pavement joins an

existing pavement, the surface will be inspected for smoothness of the seam between the two surfaces. When a six-foot long straightedge is laid across the seam between "new" and "old" pavement, the surface shall not vary more than 0.03 feet from the lower edge. At join lines along new concrete gutters or where the existing asphalt pavement has been removed, the finished surface shall not vary more than 0.00' to 0.05' higher than the concrete surface that is being joined. On existing or proposed bike routes the finished surface shall not exceed 0.02' above the gutter lip.

302-5.8 Manholes (and other structures) (Add new section with the following

provision) Valve cans and covers shall be included in the structures to be adjusted for paving by

Page 49: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 49 of 65 GATE 1 ACCESS ROAD

the Contractor. Coordination shall be made by the Contractor with East Valley Water District if new water valve can sleeves are needed. 302-7 PAVEMENT FABRIC

302-7.2.1 General (Add the following provision) The Contractor shall provide a certificate of compliance that the paving grade engineering fabric meets the manufacturer's specifications for the product.

303-5 - CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS

303-5.1.2 Drainage Outlet Through Curbs (Add the following provision) Two 30" long

No. 3 reinforcing bars shall be embedded in the curb, centered over the drain. ABS pipe is not allowed.

303-5.5.2 Curb (Add the following provision) When the grade of curb and gutter is less than 0.4%, the Contractor, at no additional cost, shall place two #3 reinforcing bars in the gutter. Construction stakes for curbs with grades flatter than 0.4% shall be every 12.5 feet.

For the construction of concrete spandrels the curb returns will be counted as curb and

gutter with a gutter equal to that of the adjoining curb and gutter. Only the remainder of the spandrel will be paid for as cross gutter and spandrel. No additional payment will be made for the extra thickness of concrete in the curb and gutter portion.

The Contractor shall take measures to prevent graffiti, footprints, tire marks, etc., in the

fresh concrete. The Contractor shall be responsible for all markings and shall remove or obliterate them to the satisfaction of the Engineer.

No mortar finish coat shall be required for curbs. New sidewalk constructed in areas of existing sidewalk shall be scored to match the

existing score pattern. Failure to score the sidewalk appropriately shall be cause for rejection. Minimum height of Type A1 curb (APWA Std. 120-1) shall be 16 inches. Next to

irrigated areas the minimum height of Type A1 curb shall be 18 inches, or to the bottom of the base, whichever is greater.

303-5.5.5 Alley Intersection, Access Ramps, and Driveway (Add the following provision) Sawcutting of curb for handicap ramp construction is allowed at Contractor’s option, if the existing curb is not cracked, subject to review by the Engineer. If the Contractor removes and replaces the existing curb, the adjacent AC paving shall be removed and replaced per City of San Bernardino’s Standard Plan Details.

Page 50: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 50 of 65 GATE 1 ACCESS ROAD

The detectable warning surface (DWS) shall be cast-in-place detectable warning panel with anchors, manufactured by Armor-Tile Cast in Place System or approved equal, and shall meet all ADA requirements as well as State Title 24 Requirements. Color shall be yellow. DWS shall be full width of ramp, 3-foot minimum in depth of ramp and utilize a single piece. DWS shall be installed so that domes are aligned parallel to centerline of access ramp. The edge of the DWS nearest the street shall be between six-inches to eight-inches from the gutter flow line. No adhesive applied dome mats shall be allowed.

303-5.7.1 Repairs and Replacement (Add the following provision) Work may be rejected for causes as follows:

1. Transverse cracks through the curb and gutter, exceeding 0.01-foot in width at

any point. 2. Vertical displacement exceeding 0.01-foot, or which causes water to pond in the

gutter for a distance exceeding 2 feet. 3. Serious or extensive surface imperfections. 4. Transverse cracks causing 5 feet or less of curb and gutter to be "floating," or

unattached to other curb and gutter. 5. Cracks causing 25 square feet or less of sidewalks, approaches, cross gutters, or

aprons to be "floating," or unattached to other approaches, cross gutters, or aprons.

Rejected concrete work shall be removed by means of a sawcut at a score line. If no score

line exists, the minimum removed area or un-scored area left in place shall be 25 square feet and the minimum width shall be five feet.

303-5.9 Measurement and Payment (Replace entirely with the following provision) Payment for curb, gutter, sidewalk, ADA ramp, spandrel, or driveway shall also include compensation for removal of existing concrete / brick unless otherwise provided for, for adjustment of pull boxes, water meter boxes, valve caps and liners and other similar structures, and for relocation of existing sprinklers, if any, to the back of the proposed sidewalk. When no other provision is made, payment for sidewalk, ADA ramps, and retaining curbs shall also include compensation for any parkway and slope grading, or in lieu of such grading, for any cutoff wall or retaining wall which is poured monolithically with the sidewalk, ADA ramps, or driveway to match up with adjacent grades. For such cutoff walls or short retaining walls which are formed and poured monolithically with the walk or drive, only the horizontal surface shall be measured to calculate payment. Where curb, curb and gutter or other structures which are measured by the lineal foot transition in dimensions or type, the length of the transition shall be divided into two equal parts and each half will be paid for as its adjacent type.

Page 51: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 51 of 65 GATE 1 ACCESS ROAD

The unit price paid for removal and replacement of curb and gutter shall also include full compensation for all removal and replacement of AC adjacent to the gutter per City of San Bernardino’s Standard Plans.

SECTION 304 – METAL FABRICATION AND CONSTRUCITON 304-1.4 Steel Structures (Add the following provisions) DESCRIPTION OF WORK:

The work herein includes the purchasing, assembly, and installation of a prefabricated booth as shown on the drawings and includes all accessories, HVAC and electrical systems. Unit shall be completely pre-assembled and pre-wired. See Appendix A for Specifications for Vista Series Prefabricated Aluminum Attendant Booths.

304.3 Chain Link Fence (Amend with the following provision)

Standard AOA Fencing

Fencing shall be 10-foot high, 9-gage fabric, with 3-strand barbed wire, with 10-gage

tension wire at the top and bottom of the fence, with 2 3/8-inch Schedule 40 Line-Posts spaced not more than ten feet apart on center. 2 7/8-inch Pull-Posts shall be installed at 300-foot intervals from each existing or installed Terminal-Post or Pull-Post. Terminal-Posts shall be at lease 4” in diameter, Schedule 40 type posts. Installed fencing shall be tied into existing fencing in a fashion acceptable to the SBIAA. Line-Posts shall be set in 12-inch x 2 ½-foot holes. Terminal and Pull-Posts shall be set in 16-inch by 3-feet holes. All posts shall be straight and level. Fence post holes shall be filled to grade with 5-sack concrete with ¾-inch aggregate, or Agency approved equivalent, and finished in a domed fashion to prevent ponding next to pole. Contractor shall tack, fill with asphalt, and compact all fence post holes made in asphalt surfaces to provide consistent asphalt repair to grade. Fence fabric shall be set at grade, and gaps below fence should not exceed 1/2-inch; if gaps exceed 1/2-inch, barbed wire shall be installed to fill in gap. All fence posts to be capped with ball caps or barb arms. 45 degree brackets (supporting barbed wire) shall angle away from the Airport. Contractor shall paint gray all old and new paint welds on gate and posts.

SECURITY FENCING IS TO BE MAINTAINED AT ALL TIMES DURING

PROJECT CONSTRUCTION.

304-3.3 Installation of Gates (Amend with the following provision)

Rolling Gate Rolling gates shall be 10-foot high, with 9-gage fabric, with 3-strand barbed wire set

straight, with maximum 6-foot lateral sections, and supporting trussing. Gate shall be manufactured using deluxe quality stock or SBIAA approved equivalent. Gate shall have two 6-inch zinc-plated, steel Power Wheels, and 3-inch maximum spacing between gate and asphalt surface. Gate shall have 2 7/8-inch maximum spacing between gate and adjacent fencing.

Page 52: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 52 of 65 GATE 1 ACCESS ROAD

Contractor shall furnish and install an “arrow-point” style gate catch that prevents closed gate from moving vertically or horizontally at entry side, and allows offset closing. The gate shall be so constructed as to allow a full entry space. Contractor shall paint gray all old and new paint welds on gate and posts. Gate shall be installed to provide level opening of gate while fully open. Gate track shall be of continuous V-track, constructed of 2-inch x 2-inch x ¼-inch continuous inverted angle iron, protruding ¾ – 1-inch above slab, with #4 rebar “J” hooks welded to underside of track, spaced every 24-inches, and set in a 35-foot x 12-inch x 12-inch concrete base. Contractor shall guaranty operation and service of all gate parts and materials for one year. Gates shall be install per the manufacturer’s directions.

Gate Operator Electric Gate Operator shall be equipped with safety loops, exit loop, loop detectors,

digital access keypad, a Fire Department Knox key switch, and other appurtenances and equipment required for a complete operating system. The contractor shall provide all conductors, fittings, parts, materials, and labor. Gate Operator shall be connected to a dedicated 20-amp circuit breaker. Gate Operator shall be an “Elite SL-3000-UL Series”, equipped with a one-half, or greater, horse power electric motor. Keypad shall be a “BASE Digital Lock.” Keypad shall operate using up to 25 programmable four-digit codes with no other digits required for entry. Keypad mount shall be constructed of 3” galvanized square tubing, with a horizontal “gooseneck” extending 12-inches from vertical portion of mount, and installed at a location determined by the SBIAA. Keypad gooseneck shall be equipped with 3-each “grouped bollards” as specified bellow, at a location determined by the SBIAA. Top of keypad box shall be located 4-feet above street level. Gate Operator Safety and Exit loops shall be 4 x 10-feet at locations as indicated by the SBIAA. Contractor shall install a Knox key switch on the “approach” side the keypad switch. Control power for keypad shall be installed in ¾-inch PVC conduit, located at least 12-inches below grade. Control wires shall be installed inside the keypad base and hidden from the elements at all times. In addition to the grouped bollards surrounding the Keypad gooseneck, gate shall also be equipped with minimum 4-each “single bollards” as specified bellow, at a locations determined by the SBIAA. Contractor shall guaranty operation and service of all gate parts and materials for one year. Gates shall be install per the manufacturer’s directions.

Bollards

Single bollards shall be 6” by 7-foot schedule 40 galvanized steel pipe filled with concrete, set to height of 4-feet above ground, set in minimum 5-sack concrete, set in 3-foot deep by minimum 12-inch wide hole. Grouped Bollards shall be (3.5”I.D./4”O.D) by 7-foot schedule 40 galvanized steel pipe not filled with concrete, set to height of 4-feet above ground. Grouped bollards shall be set in (4”I.D./4.5”O.D.) by 3-foot galvanized steel “sleeve” with top of sleeve set ½-inch above grade, in minimum 5-sack concrete, set in 3-foot deep by 2-foot wide trench that extends minimum 6-inches beyond the outer portion of each bollard. Contractor shall ensure that concrete does not enter the sleeve upon installation (tape top and bottom of sleeve prior to installation of concrete). Each grouped bollard sleeve shall be attached to the adjacent bollard sleeve via 4-inch by ¼-inch flat steel plate welded to bottom of sleeves, 1 3/8-inch steel brace welded at top of sleeves, and two each 3/8-inch welded steel diagonal truss rods also connecting

Page 53: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 53 of 65 GATE 1 ACCESS ROAD

each sleeve. Contractor shall apply “Antiseize” to 3.5” bollard prior to inserting bollard into sleeve. Contractor shall apply silicon caulking (or SBIAA approved equivalent) around bollard where it meets the top of the sleeve to prevent dirt from entering sleeve. All bollards shall be equipped with galvanized steel “flat style” ball caps, if available, else regular style ball caps. All bollards shall be painted safety yellow and have minimum two each 2-inch yellow reflective tape surrounding top portion of bollard – or – be equipped with yellow plastic covers.

304-3.4 Measurement and Payment (Add the following provision)

Gates installation includes full compensation for a fully operational electrically supplied automated gate system, key pad and other key accessories and components, and bollards as described above and includes electrical connection to system developed under Lighting and Electrical System. No additional compensation will be made therefore.

SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS

306-1 General (Add the following provision) Where trench is close to street lights, catch basins, or other structures, the Contractor shall brace as necessary to prevent dislocation of the structure. In the area of any such structures, the trench backfill shall be compacted to 95% to the full depth of the structure.

Conduit installation in areas paved with asphaltic concrete shall be accomplished in accordance with the “Trenching in Pavement Method” specified in Section 87-1.03B of the State Standard Specifications and as shown on the plans.

Conduit installation in areas paved with concrete shall be by tunneling or drilling, except where pull-boxes are to be constructed. Any voids shall be completely filled with sand or concrete.

Trenching for signal interconnect and telephone conduit shall be done with an abrasive type saw or rock cutting excavator specifically designed for this purpose.

Minimum depth of cuts in asphaltic concrete shall be 0.17 -foot. Cuts shall be neat and true with no shatter outside the removal area. 306-3 TRENCH EXCAVATION

306-3.5 Maximum Length of Open Trench (Replace the first paragraph with the following) Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be 200 feet or the distance necessary to accommodate the amount

Page 54: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 54 of 65 GATE 1 ACCESS ROAD

of pipe installed in a single day, whichever is the lesser. All trenches shall be backfilled at the end of each day. 306-6 Bedding

306-6.1 General (Add the following provision) Bedding material shall conform to the requirements of Section 306-1.2.1, Bedding, of the Greenbook, latest edition, and additionally should conform to the following: sand use for bedding should be of such size that 100% will pass the 1" sieve, 80-100% will pass the #4 sieve and not more than 10% will pass the #200 sieve. The bedding material shall be approved by the Engineer prior to delivery to the site. The bedding material should extend to 12 inches above the top of the pipe. When densifying the bedding material by jetting, the soils in the trench wall shall have a minimum sand equivalent of 15. 306-13 Trench Resurfacing

306-13.1 Temporary Resurfacing (Add the following provision) If, at the end of the working day, on any traveled roadway, open trench back-filling has not been properly completed, steel plate bridging shall be required to make the entire roadway section safe and available to pedestrians and the traveling public. The maximum length of steel plate bridging allowed over an open trench for the entire project is 50 feet unless the Contractor obtains prior written approval of the Public Works Director of San Bernardino. Placement of steel plate bridging shall be approved by the Engineer. The steel plate bridging installation shall be inset in the paving. The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The Contractor shall be responsible for maintenance of the steel plates. Unless prior permission is obtained, steel plate bridging should not exceed 4 consecutive working days in any given week. Back filling of excavations shall be covered with a minimum 3-inch temporary layer of cold asphalt concrete. The following table shows the minimum thickness of steel plate bridging required for a given trench width: Trench Width Minimum Plate Thickness 10" ½" 23" 3/4" 31" 7/8" 41" 1" 63" 1 1/4"

Page 55: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 55 of 65 GATE 1 ACCESS ROAD

For spans greater than 63", a structural design shall be prepared by a California registered Civil Engineer.

Steel plate bridging shall be steel designed for HS20-44 truck loading per the State

Bridge Design Specifications Manual. The Contractor shall maintain on the steel plate a non-skid surface having a minimum coefficient of friction equivalent to 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction to correlate skid resistance results to California Test Method 342. These test plates are available from Caltrans District Materials Engineer.

A Rough Road sign (W33), with black lettering on an orange background, may be used in

advance of steel plate bridging. This sign is to be used along with other required construction signing.

306-13.2 Permanent Resurfacing (Add the following provision) Replacement of bituminous pavement and base material shall be in accordance with the City of San Bernardino’s Standard. Drawing for trench repair work.”

The conditions and requirements for the determination and disposition of unsuitable material in trench excavations shall be in accordance with Section 300-2.2, “Unsuitable Material” of the Std. Spec. 306-14.7 Temporary Resurfacing – Delete Entirely 306-15 Payment

306-15.1 General (Add the following provision) “p) bedding”+ 306-15.2 Shoring and Bracing (Add the following provision) Payment for shoring,

bracing, or worker protection for excavation of any trench five feet or greater in depth will be made separately in accordance with the bid lump sum unit prices shown on any bid schedule(s) which includes such work.

306-15.9 Temporary Resurfacing (Replace entirely with the following provision)

Payment for temporary resurfacing (if any is required) shall be considered included in the payment for other items of the work covered by that bid schedule and no separate measurement or payment will be made.

SECTION 314 – TRAFFIC STRIPING CURB AND PAVEMENT MARKINGS, AND

PAVEMENT MARKERS Replace entirely with Sections 81 Miscellaneous Traffic Control Devices and 84 Markings.

Page 56: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 56 of 65 GATE 1 ACCESS ROAD

PART 4 EXISTING IMPROVEMENTS

SECTION 401 - REMOVAL

401-1 General (Add the following provisions) The Contractor is required to recycle

existing Portland cement concrete, asphalt concrete, and green waste materials where practicable. All recycled material quantities shall be measured and reported to the Agency. The report shall include the name of the facility and the address, list of material(s) delivered, and the quantity, measured in either cubic yards or tons. Reporting material that is recycled shall be done monthly, prior to monthly progress payments.

401-2 Asphalt Concrete Pavement (Add the following provisions) Sawcutting of edges to be joined is not optional. All edges shall be sawcut unless permitted otherwise by the Engineer.

401-6 Measurement and 401-74 Payment (Add the following provisions) The contract

lump sum price for clearing and grubbing shall be considered full compensation for all work described under Section 300-1, "Clearing and Grubbing" of the Standard Specifications and Section 401 Removals of these Special Provisions for which no payment provisions otherwise exist herein or in the proposal forms.

SECTION 402 --- UTILITIES

402-1 LOCATION (Add the following to Section 402-1 of the Standard Specifications)

402-1.1 General The Inland Valley Development Agency will not issue a construction permit as referenced in Section 2-2 of these Special Provisions for any work involving excavation for underground facilities unless the applicant has been provided an inquiry identification number by Underground Service Alert of Southern California.

The Contractor shall tie-out the location of any utility facility (manhole, gate valves, vault covers, etc.) with a minimum of two reference points prior to paving and shall mark its location on the street with paint after paving.

Sewer manhole grade rings and covers removed to facilitate work shall be delivered to East Valley Water District’s (EVWD) yard. Contact EVWD at (909) 888-8986 to arrange delivery.

Contractor is to pothole the marked facilities prior to excavation of trenches to verify the actual location of the utility. Compensation for potholing shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor.

Page 57: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 57 of 65 GATE 1 ACCESS ROAD

Should the Contractor desire to have any rearrangement made in any utility facility, or

other improvement, for his convenience in order to facilitate his construction operations, which rearrangement is in addition to, or different from, the rearrangements indicated on the plans or in the special provisions, he shall make whatever arrangements are necessary with the owners of such utility or other non-highway facility for such rearrangement and bear all expenses in connection therewith.

402-2 PROTECTION (Add the following to Section 402-2 of the Standard

Specifications)

Contractor shall take whatever means are necessary to protect all utilities encountered. Contractor shall submit description and/or design sketches of the methods and means to be taken to protect, maintain, and/or support existing sewer and water pipelines and service laterals in or near the trench.

402-3 REMOVAL (Add the following to Section 402-3 of the Standard Specifications) Removal shall mean the complete demolition and offsite disposal of any facility which

has been marked for such removal. Abandonment (in place) shall mean capping or plugging the ends of non-interfering pipes and conduits, or removing the tops and punching drain holes in the bottoms of manholes, vaults or other enclosing structures, before backfilling and burying such facilities which have been marked for abandonment. Where a masonry wall or fence is marked for only partial removal, the end of the remaining part of the wall or fence shall be trimmed and reconstructed in like kind to the specified dimensions, including setting of a new fence post if necessary, to present a finished appearance. See also Section 306-5 of the Standard Specifications.

To account for unusual costs, this contract may provide separate pay items for the

removal and offsite disposal, or for onsite abandonment, of certain facilities. Where such separate pay items apply, the Contractor shall confirm and agree with the Engineer on the extent of such work before starting removal operations and such agreed work limits shall be the basis of later payment. Compensation for removal or for abandonment of facilities not specifically listed in the bid schedules, shall be considered included in clearing and grubbing, if such a bid item exists, or other items of work requiring the removal or abandonment and no separate payment will be made.

402-4 RELOCATION (Add the following to Section 402-4 of the Standard

Specifications): Contractor shall coordinate, stage, and schedule his work to allow sufficient time and

space for relocation by the owner of utility features as shown and required. Contractor shall notify utility pole owners one week in advance of the availability of

cleared right-of-way and provide space and time for relocation of poles by the utility owner.

Page 58: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 58 of 65 GATE 1 ACCESS ROAD

Contractor shall notify East Valley Water District 72 hours in advance of the space

readiness and need for water meter relocation and shall allow space and time for District forces to make the relocations.

Existing water supply facilities which interfere with the proposed construction shall be

relocated by the Contractor or the water utility owner, the East Valley Water District (EVWD), as indicated on the plans. EVWD will be responsible for relocating existing water meters and fire hydrants. Contractor shall notify EVWD six working days in advance of the need for relocation. The Contractor is responsible for reconnection of the private water service pipe to the relocated meter and for relocation of the backflow preventer to a location outside of the street right-of-way.

Contractor’s attention is directed to the requirements of Section 402-6, “Cooperation”

of the Standard Specifications regarding utility relocations referenced on the Plans. 402-5 DELAYS DUE TO UTILITY CONFLICTS (Replace 2nd paragraph in its

entirety to Section 402-5 of the Standard Specifications):

Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations.

SECTION 404 - COLD MILLING

404-1 General (Add the following provisions) All pavement cold milling shall be performed after removal and replacement work has been completed. Type I cold milling refers to pavement grinding which tapers from full depth with a square edge on one side to a feathered edge on the other. Type II cold milling refers to pavement grinding over a uniform depth with a square edge on each side.

In areas of "Cold Milling- Type I"(<10' width), the milling shall be a minimum width as indicated on the plans. The pavement surface after milling shall be a minimum of 0.07' below the gutter lip and straight graded to match the existing pavement surface with a feathered edge.

In areas of "Cold Milling- Type I (>10' wide)", the milling shall be a minimum of 12

feet wide as measured from the longitudinal joint line or adjacent gutter. The pavement surface after milling shall be 0.10' below the existing pavement or adjacent gutter and straight graded to match the existing pavement surface with a feathered edge.

Cold Milling- Type II shall be performed in areas designated on the plans or as

directed by the Engineer. The milling shall be 0.10' deep unless otherwise shown on the plans.

Page 59: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 59 of 65 GATE 1 ACCESS ROAD

Grinding of high spots (bump grinding) shall be performed in areas designated on the plans, and shall consist of removing pavement projecting above the normal driving surface. Removal shall not exceed one-half inch unless otherwise directed by the Engineer. Any removal greater than one-half inch shall be replaced in equal thickness by the Contractor by an increase in overlay thickness, at the Contractor's expense.

A.C. surfaces that are greater than 0.08' below the adjacent surface at driveways

and cross gutters shall be ramped with temporary A.C.

All cold milled joints that are transverse to the flow of traffic shall be ramped with temporary A.C. to the satisfaction of the Engineer.

All temporary A.C. shall be maintained by the Contractor until the work requiring

the cold milling is completed.

The Contractor's attention is directed to Section 406-1 Recycle of these Special Provisions regarding recycling of materials.

404-11 Measurement and 404-11 Payment (Replace with the following provision)

Payment for "Cold Milling-Type I" and "Cold Milling-Type II" shall be considered as included in the contract bid item Asphalt Concrete and no additional compensation will be provided therefor.

Page 60: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 60 of 65 GATE 1 ACCESS ROAD

PART 5 PIPELINE SYSTEM REHABILITATION

No Change

PART 6 TEMPORARY TRAFFIC CONTROL

No Change

Page 61: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 61 of 65 GATE 1 ACCESS ROAD

PART 7 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS

SECTION 86 CALTRANS SPECIFICATIONS SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS

All equipment, materials, and components for traffic signal and safety lighting systems and the installation thereof, shall conform to the Caltrans Standard Plans and Standard Specifications, Division X Electrical Work Section 86 “General” and Section 87 “Electrical Systems,” dated March 3, 2017 except as noted in the City of San Bernardino’s “Street Lighting and Traffic Signal Systems”, and traffic design policies and procedures, except as noted in these Special Provisions and on the plans. All references to Caltrans, its agencies, or agents shall be construed to refer to the City of San Bernardino or the City of San Bernardino’s Engineer.

These plans and specifications are hereinafter referred to as State Standard Plans and

State Standard Specifications. Copies of these documents are available from Caltrans at 1900 Royal Oaks Drive, Sacramento, CA 95819, (916) 445-3520.

Delete Section 700 Materials and 701 Construction of the Greenbook Specifications in its

entirety.

The following Special Provisions are supplementary and additive to the provisions of the State Standard Specifications, are only called out if elaborations, amendments, specifying of options, or additions are required. 86-1.01 GENERAL 86-1.01A Summary

Add after last paragraph:

Interconnection system shall consist of installing conduit, cables, pull boxes, and connections to new and existing signal controllers. 86-1.01C (3) LED Luminaires

Remove “Submit the manufacturer’s QC test data for LED luminaries as an information submittal.”

Add: “Intersection safety lighting must be LED type. Luminaires must be one of the

models listed on Caltrans pre-qualified list and be the Roadway 1 application type.” 86-1.01D(4) Functional Testing

A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. This shall include camera vehicle counting, counting equipment, interconnect wires and hardwire.

Page 62: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 62 of 65 GATE 1 ACCESS ROAD

86-1.02B Conduit and Accessories 86-1.02B(1) General

All conduits on this project shall be rigid metal type. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable

drill bits for size hole required. Acrylonitrile butadiene styrene shall not be used for conduits.

86-1.02C Pull Boxes 86-1.02C(1) General

Delete and replace with: “Pull box, cover, and extension for installation in ground or sidewalk area shall be

McCain precast reinforced concrete with vandal resistant pull box inserts or approved equal. Pull boxes shall be #5 (except as shown on the Plans) with reinforced covers and shall be installed flush with top of curb or concrete sidewalk.”

Contractor shall mark all covers “CITY OF SAN BERNARDINO” and “TRAFFIC

SIGNAL” on each pullbox. 86-1.02F(1)(C) Copper Conductors 86-1.02F(1)(C(i)) General

Add: Multiple circuit conductors shall be THW Type. Add: Nylon-jacked conductors shall not be used. Splices shall be insulated by Method “B” as

provided on Caltrans Revised Standard Plans RES-13A. 86-1.02J Standards, Poles, Pedestals, and Posts

Add after the first paragraph: Anchor bolts or studs and nuts, except for Type 30 and Type 31 lighting standards, shall

conform to ASTM Designation A307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation A307, Grade B, with S1 supplementary requirements. At the option of the Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designation A307, Grade C, or to the provisions in AASHTO Designation M314, Grade 36 or 55, with S1 supplementary requirements. When nonheaded anchor bolts conforming to the specifications of ASTM Designation A307, Grade C, are furnished, the end of each fabricated anchor bolts shall be either coded by end stamping as

Page 63: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 63 of 65 GATE 1 ACCESS ROAD

required in ASTM Designation A307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer.

Sheet steel shall have a minimum yield of 48,000 psi.

86-1.02R Signal Heads 86-1.02R(1) General

Add: Plastic housing, back plate and louvers will not be used. Add: All lamps for traffic signal units shall be LED and furnished by the Contractor. All LED

lamps must be hardwired (Type 1). 86-1.02R(4)(a)(iii) Signal Housing

Add: Signal section housing shall be metal type and backplates shall be metal louvered type.

86-1.02R(4)(b) LED Signal Modules

Add: LED modules will have EPA Energy Star compliance ratings. When a current of 20mA AC (or less) is applied to the unit, the voltage reading across the

two leads shall be 15 VAC or less.

The modules and associated on-board circuitry must meet Class A emission limits referred in Federal Communications Commission (FCC) Title 47, Sub-Part B, Section 15 Regulations concerning the emission of electronic noise. 86-1.02S Pedestrian Signal Heads 86-1.02S(1) General

Add: Pedestrian signals shall be Type “III” countdown types with international symbols.

86-1.02U Push Button Assemblies

Add:

Page 64: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 64 of 65 GATE 1 ACCESS ROAD

All new pedestrian pushbuttons shall be modular Type B with R10-3 signs and shall meet ADA requirements. 87-1.03 CONSTRUCTION 87-1.03A General

Add the following: The traffic signal turn-on schedule shall be approved in writing by the City Engineer a

minimum of four (4) working days prior to turn-on. All traffic signal equipment shall be provided and in place including, but not limited to, signal cabinet equipment, traffic signal equipment, signal interconnect, phone drops, modems, counting equipment, striping and signing.

The Engineer, as well as representatives of the Public Works Department, Street

Maintenance Section and Traffic Signal Section, shall be present at the traffic signal turn-on.

87-1.03B(3) Conduit Installation Underground The following paragraphs shall be added at the end of the subsection: “If delay to any vehicle will not exceed 5 minutes, conduit may be installed by the

"Trenching in Pavement Method"; however, the conduit shall be hot-dipped galvanized rigid steel conduit. The resulting trench shall be backfilled with 200-E-200 concrete per the Standard Specifications to 1 inch lower than the bottom of the existing AC pavement. 87-1.03B(3)(b) Conduit Installation under Paved Surfaces

Add the following after the last paragraph: Conduit runs shown on the plans to be located behind curbs may be installed in the street,

within 2 feet of and parallel to the face of the curb, by the trenching in pavement method described in said Section 87-1.03B(6). All pull boxes shall be located behind the curb or at the locations shown on the plans. 87-1.03E(3) Concrete Pads, Foundation, and Pedestals

The following paragraphs shall be added following paragraph one: The exact location of all foundations for signal equipment and the controller cabinet shall

be approved by the Engineer prior to the start of any excavation work. In the event that roadway and intersection modifications by others are not completed, the Contractor shall install foundations (and all other related items) at locations set back from the roadway where designated by the Engineer. The completed intersection and traffic signals shall appear as shown on the plans.

Portland Cement Concrete shall conform to Section 90-2, “Minor Concrete” of the

Caltrans Standard Specifications, and shall contain not less than 470 pounds of cement per cubic

Page 65: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

CONSTRUCTION OF SP 65 of 65 GATE 1 ACCESS ROAD

yard, except concrete for reinforced pile foundations shall contain not less than 590 pounds per cubic yard. 87-1.03F Conductors and Cable Installations 87-1.03F(1) General

Replace “Seal ends of conduits with a sealing compound after installing conductors and cables” with “After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound.” 87-21.03B EXISTING ELECTRICAL SYSTEMS 87-21.03B (1) General

The following shall be added after the first paragraph:

Work and materials required to keep the existing highway safety lighting systems operational will be considered as included in the prices bid and no additional compensation will be allowed therefore.

These provisions will not relieve the Contractor in any manner of his / her responsibilities

to this project. The following subsection shall be added after last paragraph:

Removals not to be reused shall become the property of the Contractor, except as noted.

Existing equipment not to be reused and called out to be salvaged shall be delivered to a site in the City designated at the time of construction.

.

Page 66: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

APPENDIX A

STANDARD SPECIFICATIONS FOR

VISTA SERIES

PREFABRICATED ALUMINUM ATTENDANT BOOTHS

Page 67: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

STANDARD SPECIFICATIONS FOR

VISTA SERIES PREFABRICATED ALUMINUM ATTENDANT BOOTHS

Appendix A Page 1 of 4

PART 1 - GENERAL 1.1 DESCRIPTION OF WORK: The work herein includes the provision and

installation of a prefabricated booth as shown on the drawings and includes all accessories, HVAC and electrical systems. Unit shall be completely pre- assembled and pre-wired.

1.2 RELATED WORK SPECIFIED ELSEWHERE:

A. Concrete Foundation B. Anchoring C. Electrical Rough-Ins

1.3 SUBMITTALS

A. Product Data - Manufacturer’s catalog description and cut sheets including

standard and optional features. B. Shop Drawings – Include plans, elevations, sections. Indicate standard and

optional component features, dimensions, materials, anchoring details, and other items required for fabrication and installation.

1.4 MEASUREMENTS

A. Verify all dimensions by taking field measurements and from final accepted

shop drawings; proper fit and attachment of all items is required. B. Coordinate concrete flat work and electrical rough-in installations to properly

conform to prefabricated unit. 1.5 QUALITY ASSURANCE

A. Source Limitations: Obtain prefabricated booths through one source from a

single manufacturer. B. Product Options: Do not modify intended aesthetic effects, as judged

solely by Architect, except with Architect’s approval.

C. Regulatory Requirements: Where prefabricated booths are indicated to comply with accessibility requirements, comply with the 2010 ADA Standard for Accessible Design and/or jurisdiction having authority.

D. Electrical Devices and Fittings: Listed and labeled as defined in NFPA 70, Article 100

E. Safety Glass: Category II materials complying with testing requirements in 16 CFR 1201.

F. Appliances: UL listed and labeled. G. Reference Standards applicable to this section:

1. ASTM B 209 – Aluminum and Aluminum Alloy Sheet and Plate 2. ASTM B 241 - Aluminum and Aluminum Alloy Seamless Pipe and

Seamless Extruded Tube

Page 68: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

STANDARD SPECIFICATIONS FOR

VISTA SERIES PREFABRICATED ALUMINUM ATTENDANT BOOTHS

Appendix A Page 2 of 4

3. ASTM B 429 - Aluminum Alloy Extruded Structural Pipe and Tube 4. ASTM B 483 - Aluminum and Aluminum Alloy drawn Tubes for General

Purpose Applications 5. ASTM C 578 – Rigid, Cellular Polystyrene Thermal Insulation 6. ASTM C 1289 – Faced Rigid Cellular Polyisocyanurate Thermal Insulation

Board 7. High Pressure Decorative Laminates, ANSI/NEMA Standard LD3 8. NFPA 70 – National Electric Code 9. Underwriters’ Laboratories

1.6 WARRANTIES

A. Manufacturer’s standard 1-year warranty for workmanship B. Manufacturer’s standard warranty for installed components

1.7 DELIVERY, STORAGE AND HANDLING

A. Transport products/assemblies to avoid damage during shipment, with all

tags and labels intact and legible, as applicable for timely application/installation.

B. Inspect for and note any and all damages to products on the carrier’s bill of lading, and report damages immediately for proper compensation and reorder of product if necessary.

C. Handle materials and product assemblies to prevent damage from dropping, improper handling, damages, and careless storage.

PART 2 - PRODUCTS 2.1 MANUFACTURER AND PRODUCTS

Booth shall be the Vista Series provided as manufactured by Mardan Fabrication, Inc., 41249 Irwin Dr. Harrison Township, MI 48045, Telephone (800) 882-5820, FAX (855) 313-4159, www.mardanfab.com, [email protected]

2.2 PREFABRICATED UNIT REQUIREMENTS

Unit shall be shipped completely assembled and pre-wired unless otherwise stated. Coordinate concrete work and electrical rough-in installations to properly conform to prefabricated unit.

2.3 COMPONENTS

A. Frame: Frame comprising the structure shall be .125 inch minimum tubular aluminum frame, standard prefinished white. Optional colors are available, as selected by Owner/Architect from manufacturer’s standard color chart. Aluminum tubes shall be mechanically fastened into each panel for reinforcement, including all necessary hardware. Hardware shall be of stainless steel, zinc plated or aluminum.

B. Wall panels: Impact resistant, moisture resistant and expansion resistant

composite with .063 inch thick smooth finish aluminum exterior sheets

Page 69: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

STANDARD SPECIFICATIONS FOR

VISTA SERIES PREFABRICATED ALUMINUM ATTENDANT BOOTHS

Appendix A Page 3 of 4

insulated with rigid insulation. Interior panels shall be prefinished white aluminum dent resistant composite sheet.

C. Roof: Roof panel shall be a total of 3 inch thick composite and shall have

prefinished white aluminum with stucco embossed finish on top and bottom. Standard units intended for exterior use include 3 inch overhang on all sides and 8 inch high fascia. Roof scupper(s) shall be provided for water runoff. Roof shall be sealed at all joints and seams for a complete weatherproof roof system.

D. Glazing: All wall and door panels shall be glazed with ¼ inch clear

tempered safety glass with aluminum frames and sealed to prevent water infiltration. For projects located in areas where local code requires protection from windborne debris, an approved system of protection shall be provided. Glazing shall be specified as clear or gray tint. Other glazing options include low-E, insulated, and/or impact resistant.

E. Door(s): 1-1/2 inch thick, fully weather-stripped top-hung sliding door(s) with

mortise type hook bolt locking device and/or 1-3/4 inch thick swing door(s) with pre-installed lever type lock, continuous aluminum geared hinge, and hydraulic closer. Either door manufactured from .125 inch extruded aluminum sections, with a fixed window glazing to match booth. Door panel shall match the exterior of the booth. Heavy duty hardware and manufacturer’s standard commercial grade key locking device to be factory installed.

F. Flooring: Aluminum treadplate floor covering over .125 inch aluminum tube

sub-floor supports. Supports to be spaced to minimize defection without failure, and welded to the booth frame as an integral part of the booth framing system. Required number of pre-engineered and pre-drilled anchor clips to be provided.

G. Counter/Shelf: Unit shall be provided with plastic laminate or as shown on the

drawings. Counter shall be mechanically fastened to reinforced rib sections of wall structure. Provide access opening for electrical cords as required.

2.4 ELECTRICAL

A. Unit shall be pre-wired with interior grade plastic coated #12 THHN copper

stranded wiring run through ½ inch minimum surface mounted EMT conduit. Unit shall be supplied with a 125-amp 120/240 volt, S.P. 8- circuit load center. Manufacturer to supply branch circuit breakers for all factory supplied electrical equipment. Standard load center does not include main breaker.

B. Electrical rough-in to be coordinated by contractor for proper placement in

slab to match prefabricated booth’s electrical access cut out in floor.

C. Unit shall be equipped with a wall switch for lights and with a minimum of one

Page 70: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

STANDARD SPECIFICATIONS FOR

VISTA SERIES PREFABRICATED ALUMINUM ATTENDANT BOOTHS

Appendix A Page 4 of 4

duplex electrical receptacle, located as shown on shop drawings.

D. Unit shall be equipped with light fixture(s). Number, size, type and location of fixtures as per shop drawings.

E. Units shall be wired in accordance with National Electric Code (NEC). All

components shall be ETL listed by UL or other nationally recognized testing lab.

F. Optional HVAC or Heat Pump: Unit shall provide sufficient BTU rating for the

area where the project is located and size of prefabricated booth specified. Unit shall be thermostatically controlled. Unit shall be pre- wired and UL/ETL listed.

G. Optional Wall Heater: 120V/1,500 watt (or 230/240V – 3,000/4,000 watt),

pre-wired, UL listed electrical heater and thermostatically controlled.

PART 3 - EXECUTION 3.1 EXAMINATION

A. Examine substrates, areas, and conditions for compliance with requirements for installation tolerances and other conditions affecting performance.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. Anchoring system complete per final accepted shop drawings and in full accordance with the manufacturer’s specifications and instructions. Minor adjustments to the booth may be necessary at time of installation, due to possible variances and irregularities in poured concrete slab. Concrete slab, specifications and electrical rough-in to be coordinated with booth manufacturer.

B. Set booths on concrete slab/foundation adequately sized for the project site. C. Set booths plumb and aligned. Level true with full bearing on concrete base. D. Fasten with expansion anchors at pre-drilled anchor points. Anchor bolts

provided by others. E. Connection to electrical service shall be performed by a local licensed

electrician, per electrical requirements. 3.3 ADJUSTING AND CLEANING

A. Adjust doors, operable windows, and hardware to operate smoothly, properly, and without binding. Confirm that locks engage easily without forcing or binding.

B. Lubricate hardware and other moving parts.

END OF SECTION

Page 71: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

Appendix A Page 1 of 1

APPENDIX B

LIMITED PAVEMENT INVESTIGATION AND DESIGN REPORT

AnneH
Rectangle
Page 72: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

22885 Savi Ranch Parkway Suite E Yorba Linda California 92887voice: (714) 685-1115 fax: (714) 685-1118 www.socalgeo.com

June 14, 2018

Hillwood901 Via Piemonte, Suite 175Ontario, California 91764

Attention: Mr. Joshua CoxDevelopment Director

Project No.: 18G143-2

Subject: Limited Pavement Investigation and Design ReportHangar Remodel – Access Road285 South Leland Norton WaySan Bernardino, California

Gentlemen:

In accordance with your request, we are pleased to present the findings of the pavementinvestigation which we performed for the access road improvements associated with the HangarRemodel project. This pavement investigation was performed in accordance with our ChangeOrder No. 18G143-CO2, dated May 31, 2018.

Project Description

The subject site consists of an existing hangar located within the San Bernardino InternationalAirport in San Bernardino, California. The airport is located at the street address of 1601 EastThird Street in San Bernardino, California. The hangar, which is identified with the streetaddress of 285 South Leland Norton Way in San Bernardino, California, is located in the west-central area of the airport.

Based on information provided by Mr. Jim Harris of the San Bernardino International Airport,Inland Valley Development Agency (SBIAA), we have been requested to investigate the existingpavement thicknesses within the existing access road which is located in the southwesternregion of the airport property. Based on information provided by SBIAA, the access road willprovide truck access to the proposed FedEx Hangar. The majority of the exiting access road isdeveloped with asphaltic concrete pavements. Currently, the access road is approximately 12±feet wide, however, we understand that the project will include widening the existing road toallow for two-way truck traffic. In addition, a portion of the access road which parallelsTippecanoe Avenue is currently developed with aggregate base.

Based on discussions with SBIAA, we understand that approximately 30 to 50 trucks will utilizethe new traveled way. Therefore, we have been requested to perform a pavement investigationto determine the thickness of the existing pavements and to provide a pavement designrecommendation for the proposed truck traffic. The pavement investigation was performed inthe locations specified by a representative of SBIAA. The pavement design presented below wasbased on the results of R-Value testing performed on the collected soils samples, and onassumed traffic index values.

Page 73: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

Proposed Access Road – San Bernardino, CAProject No. 18G143-2

Page 2

Scope of Services

The scope of services included investigating the existing pavement thicknesses at three (3)separate locations within the traveled way of the existing access drive. The purpose of thesecores was to determine the thickness of the existing asphaltic concrete and aggregate basesections. The scope of work also included obtaining soil samples from the underlying pavementsubgrades. In addition, the project included determining the existing aggregate base thicknesswithin the portion of the access road located along Tippecanoe Avenue, along the southwesternboundary of the airport limits. The approximate locations of the core and sample locations areindicated on the Pavement Core Location Plan, enclosed as Plate 1 of this report.

Field Exploration

At location Nos. C-1, C-2, and C-3, a portable coring rig equipped with a 5-inch diameterdiamond-tipped core barrel was used to core through the existing pavement sections. At eachof these locations, the thickness of the existing pavement sections was obtained. Following thecoring procedures, hand auger drilling equipment was utilized to obtain soil samples of theunderlying subgrades. At completion, the core-holes were backfilled and cold-patched.

The pavement sections encountered at the core locations C-1, C-2 and C-3 generally consist of2½± to 3½± inches of asphaltic concrete with 3± to 12± inches of underlying aggregate base.Based on visual classification, the subgrade soils encountered beneath the pavements at thecoring locations generally consist of sands and silty sands. The thicknesses of the existingpavement sections are presented in the table below.

Core IdentificationAsphaltic ConcreteThickness (inches)

Aggregate BaseThickness (inches)

C-1 2½ 12

C-2 2¾ 3

C-3 3½ 7

C-4 0 15

C-5 0 6

In addition to the pavement cores discussed above, two (2) additional hand-auger borings weredrilled in the aggregate base drive located along Tippecanoe Avenue. As noted above, theaggregate base sections at locations C-4 and C-5 measured 15 and 6 inches thick, respectively.Within all of the core locations, hand auger borings were drilled to a depth of 2 feet in order tocollect soil samples of the underlying subgrades for laboratory testing. The approximatelocations of the borings are indicated on the Pavement Core Location Plan, enclosed as Plate 1of this report.

Laboratory Testing

R-value testing was conducted on one (1) representative soil sample recovered from theproposed pavement areas. The R-(resistance) value was determined for representative soilssamples in accordance with CA Test Method 301. This test provides a measure of the pavementsupport characteristics of the soils and is used in the pavement thickness design procedure.The results of the R-value testing are as follows:

Page 74: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

Proposed Access Road – San Bernardino, CAProject No. 18G143-2

Page 3

Sample ID R-Value

C-5 @ 0 to 2 feet 77

Based on the results of R-value testing, and on our experience with the underlying soils at thesite, and on the varying composition of the underlying soils, it is recommended that the newflexible pavement sections be designed utilizing a conservative R-value of 50.

Conclusions and Recommendations

The recommended thicknesses for new flexible pavement structures consisting of asphalticconcrete over a granular base are presented below. The recommended pavement thicknesseswere determined based on the results of laboratory testing, and the anticipated traffic volumespresented below. The client and/or civil engineer should verify that these TI’s are representativeof the anticipated traffic volumes. If the client and/or civil engineer determine that the expectedtraffic volume will exceed the applicable traffic index, we should be contacted forsupplementary recommendations. The design traffic indices equate to the followingapproximate daily traffic volumes over a 20-year design life, assuming seven (7) operationaltraffic days per week.

Traffic Index No. of Heavy Trucksper Day

8.0 30

9.0 80

ASPHALT PAVEMENTS (R = 50)

MaterialsThickness (inches)

(TI = 8.0) (TI = 9.0)

Asphalt Concrete 5 5½

Aggregate Base(95% minimum compaction)

5 7

Compacted Subgrade(95% minimum compaction)

12 12

The pavement thicknesses shown above are the minimum required sections determined inaccordance with the Caltrans Highway Design Manual method for flexible pavement design. It isexpected that grind and overlay procedures may be required to achieve new asphaltic concretesection described above.

Flexible Pavement Subgrades

The subgrade soils in any new pavement areas should be scarified, moisture conditioned to 0 to4 percent above the optimum moisture content and compacted to at least 95 percent of theASTM D-1557 maximum dry density to a depth of at least 12 inches below the aggregate basecourse.

Page 75: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

Proposed Access Road – San Bernardino, CAProject No. 18G143-2

Page 4

The aggregate base course should be compacted to at least 95 percent of the ASTM D-1557maximum dry density. The asphaltic concrete should be compacted to at least 95 percent of theMarshall maximum density, as determined by ASTM D-2726. The aggregate base course mayconsist of crushed aggregate base (CAB) or crushed miscellaneous base (CMB), which is arecycled gravel, asphalt and concrete material. However, the county of Riverside The gradation,R-Value, Sand Equivalent, and Percentage Wear of the CAB or CMB should comply withappropriate specifications contained in the current edition of the “Greenbook” StandardSpecifications for Public Works Construction.

Closure

We sincerely appreciate the opportunity to be of service on this project. We look forward toproviding additional consulting services during the course of the project. If we may be of furtherassistance in any manner, please contact our office.

Respectfully Submitted,

SOUTHERN CALIFORNIA GEOTECHNICAL, INC.

Pablo Montes Jr.Staff Engineer

Robert G. Trazo, GE 2655Principal Engineer

Enclosures: Plate 1: Pavement Core Location Plan

Distribution: (1) Addressee(1) San Bernardino International Airport, Inland Valley Development Agency

Page 76: SPECIAL PROVISIONS€¦ · have a City of San Bernardino Business Tax Registration valid for the life of the contract. Subcontractors shall also have Business Tax Registrations valid

C-1

C-2

C-3

C-5

C-4

AC=2.5"

AB=12"

AC=0

AB=15

AC=0

AB=6"

AC=2.75"

AB=3"

AC=3.5"

AB=7"

SCALE: 1" = 400'

DRAWN: JLL

CHKD: RGT

PLATE 1

SCG PROJECT

18G143-2

SAN BERNARDINO, CALIFORNIA

HANGAR REMODEL - ACCESS ROAD

PAVEMENT CORE LOCATION PLAN

GEOTECHNICAL LEGEND

NORTH

So

Ca

lG

eo

APPROXIMATE CORE DRILLING LOCATION

NOTE: AERIAL PHOTOGRAPH OBTAINED FROM GOOGLE EARTH.