state of california department of transportation€¦ ·  · 2012-05-29state of california...

669
Electronic Advertising Contract Bids open Thursday, August 2, 2012 OSD Dated June 4, 2012 IH 12 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS AND SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN ORANGE COUNTY AT VARIOUS LOCATIONS In District 12 On Route 5, 74 Under Bid book dated June 4, 2012 Standard Specifications dated 2006 Project Plans approved April 9, 2012 Standard Plans dated 2006 Identified by Contract No. 12-0E3104 12-Ora-5, 74-9.3/10.0, 0.0/0.2 Project ID 1200000102

Upload: hoangthu

Post on 30-Apr-2018

219 views

Category:

Documents


3 download

TRANSCRIPT

  • Electronic Advertising Contract

    Bids open Thursday, August 2, 2012 OSD

    Dated June 4, 2012 IH

    12

    STATE OF CALIFORNIA

    DEPARTMENT OF TRANSPORTATION

    NOTICE TO BIDDERS

    AND

    SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN ORANGE COUNTY AT VARIOUS

    LOCATIONS

    In District 12 On Route 5, 74

    Under

    Bid book dated June 4, 2012 Standard Specifications dated 2006

    Project Plans approved April 9, 2012 Standard Plans dated 2006

    Identified by

    Contract No. 12-0E3104

    12-Ora-5, 74-9.3/10.0, 0.0/0.2

    Project ID 1200000102

  • *****************************************************************************************

    SPECIAL NOTICES

    *****************************************************************************************

    Refer to Section 8-1.07, "Liquidated Damages," of the Amendments to the Standard Specifications for your project-specific liquidated damages based on your total bid.

    The Department has changed its DVBE requirements. Refer to section titled "Disabled Veteran Business Enterprises" in Section 2, "Bidding," of these special provisions.

    The Department is providing an electronic Information Handout for this project. Refer to Section 2-1.03B, "Supplemental Project Information," in the Amendments to the Standard Specifications for the location of this information.

    The Department is allowing contractors to submit electronic payroll records to the District Labor Compliance Office. Refer to section titled "Electronic Submission of Payroll Records" under Section 5, "General," of these special provisions.

  • Contract No. 12-0E3104 i

    TABLE OF CONTENTS NOTICE TO BIDDERS ....................................................................................................................................................... 1 COPY OF BID ITEM LIST ................................................................................................................................................. 3 SPECIAL PROVISIONS ................................................................................................................................................... 16 SECTION 1 (BLANK) ...................................................................................................................................................... 16 SECTION 2 BIDDING ..................................................................................................................................................... 16

    2-1.01 SMALL BUSINESS AND NONSMALL BUSINESS SUBCONTRACTOR PREFERENCES ................. 16 2-1.02 DISABLED VETERAN BUSINESS ENTERPRISES .................................................................................... 17 2-1.03 CALIFORNIA COMPANIES ......................................................................................................................... 17 2-1.04 TIE BID RESOLUTION ................................................................................................................................. 18 2-1.05 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ................................. 18

    SECTION 3 CONTRACT AWARD AND EXECUTION ............................................................................................... 18 3-1.01 SMALL BUSINESS PARTICIPATION REPORT ......................................................................................... 18

    SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES ....................... 18 SECTION 5 GENERAL .................................................................................................................................................... 20

    5-1.01 EMISSIONS REDUCTION ............................................................................................................................ 20 5-1.02 NONSMALL BUSINESSES ........................................................................................................................ 20 5-1.03 DISABLED VETERAN BUSINESS ENTERPRISES ................................................................................... 20 5-1.04 PARTNERING DISPUTE RESOLUTION .................................................................................................... 20 5-1.05 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS ........................................................ 21 5-1.06 SURFACE MINING AND RECLAMATION ACT ........................................................................................ 24 5-1.07 ELECTRONIC SUBMISSION OF PAYROLL RECORDS ........................................................................... 24 5-1.08 FORCE ACCOUNT PAYMENT .................................................................................................................... 25 5-1.09 AREAS FOR CONTRACTOR'S USE ............................................................................................................ 25 5-1.10 PAYMENTS ................................................................................................................................................... 26 5-1.11 SUPPLEMENTAL PROJECT INFORMATION ............................................................................................ 27 5-1.12 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD ...................... 27 5-1.13 MATERIAL SITES ......................................................................................................................................... 28 5-1.14 NONHIGHWAY FACILITIES (INCLUDING UTILITIES) .......................................................................... 28 5-1.15 RELIEF FROM MAINTENANCE AND RESPONSIBILITY........................................................................ 36

    SECTION 6. (BLANK) ..................................................................................................................................................... 37 SECTION 7. (BLANK) ..................................................................................................................................................... 37 SECTION 8. MATERIALS .............................................................................................................................................. 37 SECTION 8-1. MISCELLANEOUS ................................................................................................................................. 37

    8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS ...................................... 37 8-1.02 STATE-FURNISHED MATERIALS ............................................................................................................. 42 8-1.03 SLAG AGGREGATE ..................................................................................................................................... 43

    SECTION 8-2. CONCRETE ............................................................................................................................................. 44 8-2.01 PORTLAND CEMENT CONCRETE ............................................................................................................. 44 8-2.02 PRECAST CONCRETE QUALITY CONTROL ............................................................................................ 45 8-2.03 SELF-CONSOLIDATING CONCRETE FOR PRECAST ELEMENTS ........................................................ 48

    SECTION 8-3. WELDING ............................................................................................................................................... 50 8-3.01 WELDING ...................................................................................................................................................... 50

    WELDING QUALITY CONTROL ..................................................................................................................... 51 WELDING FOR OVERHEAD SIGN AND POLE STRUCTURES .................................................................. 55 STEEL PIPE PILING QUALIFICATION AUDIT ............................................................................................. 55

    SECTION 9. DESCRIPTION OF BRIDGE WORK ........................................................................................................ 56 SECTION 10. CONSTRUCTION DETAILS ................................................................................................................... 56 SECTION 10-1. GENERAL ............................................................................................................................................. 56

    10-1.00 CONSTRUCTION PROJECT INFORMATION SIGNS .............................................................................. 56 10-1.01 ORDER OF WORK ....................................................................................................................................... 57 10-1.02 WATER POLLUTION CONTROL .............................................................................................................. 58 10-1.03 CONSTRUCTION SITE MANAGEMENT .................................................................................................. 73 10-1.04 STREET SWEEPING ................................................................................................................................... 83 10-1.05 TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX) ....................................................... 84 10-1.06 TEMPORARY CONCRETE WASHOUT (PORTABLE) ............................................................................ 86

  • Contract No. 12-0E3104 ii

    10-1.07 TEMPORARY FIBER ROLL ....................................................................................................................... 88 10-1.08 TEMPORARY SILT FENCE ........................................................................................................................ 90 10-1.09 TEMPORARY GRAVEL BAG BERM ......................................................................................................... 93 10-1.10 TEMPORARY CONSTRUCTION ENTRANCE ......................................................................................... 95 10-1.11 TEMPORARY DRAINAGE INLET PROTECTION ................................................................................... 97 10-1.12 TEMPORARY SUPPORTS ........................................................................................................................ 106

    TEMPORARY SUPPORT DESIGN AND DRAWINGS ................................................................................. 107 TEMPORARY SUPPORT DESIGN CRITERIA .............................................................................................. 108 SPECIAL LOCATIONS .................................................................................................................................... 108 TEMPORARY SUPPORT CONSTRUCTION ................................................................................................. 108 REMOVING TEMPORARY SUPPORTS ........................................................................................................ 109 PAYMENT ......................................................................................................................................................... 109

    10-1.13 TEMPORARY PEDESTRIAN SIDEWALK .............................................................................................. 109 10-1.14 COOPERATION ......................................................................................................................................... 111 10-1.15 PROGRESS SCHEDULE (CRITICAL PATH METHOD) ......................................................................... 111 10-1.16 TIME-RELATED OVERHEAD ................................................................................................................. 115 10-1.17 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES ..................................................................... 118 10-1.18 CONSTRUCTION AREA SIGNS ............................................................................................................... 119 10-1.19 MAINTAINING TRAFFIC ......................................................................................................................... 120 10-1.20 CLOSURE REQUIREMENTS AND CONDITIONS ................................................................................. 127 10-1.21 IMPACT ATTENUATOR VEHICLE ......................................................................................................... 128 10-1.22 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE .......................................................................... 129 10-1.23 TEMPORARY PAVEMENT DELINEATION ........................................................................................... 130 10-1.24 BARRICADE .............................................................................................................................................. 132 10-1.25 PORTABLE CHANGEABLE MESSAGE SIGNS ..................................................................................... 132 10-1.26 CHANNELIZER ......................................................................................................................................... 133 10-1.27 TEMPORARY TRAFFIC SCREEN............................................................................................................ 133 10-1.28 TEMPORARY CRASH CUSHION MODULE .......................................................................................... 134 10-1.29 REMOVE YELLOW TRAFFIC STRIPE AND PAVEMENT MARKING (HAZARDOUS WASTE) ...... 135 10-1.30 TREATED WOOD WASTE ....................................................................................................................... 138 10-1.31 EXISTING HIGHWAY FACILITIES ......................................................................................................... 139

    EARTH MATERIAL CONTAINING LEAD .................................................................................................... 139 REMOVE METAL BEAM GUARD RAILING................................................................................................ 140 REMOVE SIGN STRUCTURE ......................................................................................................................... 140 REMOVE PAVEMENT MARKER .................................................................................................................. 141 REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING ....................................................................... 141 RESIDUE CONTAINING LEAD FROM PAINT AND THERMOPLASTIC ................................................. 141 REMOVE DRAINAGE FACILITY .................................................................................................................. 141 REMOVE ROADSIDE SIGN ............................................................................................................................ 141 RESET ROADSIDE SIGN ................................................................................................................................ 141 RELOCATE ROADSIDE SIGN ........................................................................................................................ 141 ADJUST INLET ................................................................................................................................................. 141 REMOVE ASPHALT CONCRETE PAVEMENT ............................................................................................ 142 COLD PLANE ASPHALT CONCRETE PAVEMENT .................................................................................... 142 BRIDGE REMOVAL ........................................................................................................................................ 143 REMOVE CONCRETE ..................................................................................................................................... 145

    10-1.32 REMOVAL OF UNDERGROUND STORAGE TANK (UST) SYSTEM, REMOVAL OF UNDERGROUND WASTE OIL TANK SYSTEM, REMOVAL OF HYDRAULIC LIFT, REMOVAL OF REMEDATION\VAPOR EXTRACTION SYSTEM (VES), REMOVAL AND DISPOSAL OF PETROLEUM HYDROCARBON CONTAMINATED SOIL, REMOVAL AND DISPOSAL OF PEA GRAVEL, AND BACKFILLING AND COMPACTION OF SOIL ..................................................................................................... 145 10-1.33 DESTRUCTION OF MONITORING WELLS AND REMEDIATION WELLS, AND INSTALLATION OF MONITORING WELLS ........................................................................................................ 152 10-1.34 CLEARING AND GRUBBING .................................................................................................................. 155 10-1.35 EARTHWORK ............................................................................................................................................ 155

    GEOCOMPOSITE DRAIN ................................................................................................................................ 158 10-1.36 LIGHTWEIGHT FILL (CELLULAR CONCRETE)................................................................................... 159 10-1.37 RETAINING STRUCTURES ..................................................................................................................... 160

  • Contract No. 12-0E3104 iii

    POST-CONSTRUCTION WALL MOVEMENT MONITORING ................................................................... 166 10-1.38 CONTROLLED LOW STRENGTH MATERIAL ...................................................................................... 167 10-1.39 LIGHTWEIGHT FILL (EPS GEOFOAM) ................................................................................................. 168

    GENERAL ......................................................................................................................................................... 168 MATERIALS ..................................................................................................................................................... 168 CONSTRUCTION ............................................................................................................................................. 169 MEASUREMENT ............................................................................................................................................. 170 PAYMENT ........................................................................................................................................................ 170

    10-1.40 EROSION CONTROL (COMPOST BLANKET) ....................................................................................... 170 10-1.41 ROCK BLANKET....................................................................................................................................... 173 10-1.42 INTERLOCKING CONCRETE PAVERS (SIDEWALK) ......................................................................... 174

    MATERIALS ..................................................................................................................................................... 174 EARTHWORK AND PLACEMENT ................................................................................................................ 175 MEASUREMENT AND PAYMENT ................................................................................................................ 176

    10-1.43 IRRIGATION CROSSOVERS ................................................................................................................... 176 10-1.44 IRRIGATION SLEEVE .............................................................................................................................. 176 10-1.45 AGGREGATE SUBBASE .......................................................................................................................... 177 10-1.46 AGGREGATE BASE .................................................................................................................................. 177 10-1.47 LEAN CONCRETE BASE .......................................................................................................................... 177 10-1.48 HOT MIX ASPHALT.................................................................................................................................. 177 10-1.49 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) ........................................................................... 178 10-1.50 HOT MIX ASPHALT (MISCELLANEOUS AREAS) ............................................................................... 180 10-1.51 MINOR HOT MIX ASPHALT ................................................................................................................... 180 10-1.52 HOT MIX ASPHALT AGGREGATE LIME TREATMENT - SLURRY METHOD ................................. 180 10-1.53 HOT MIX ASPHALT AGGREGATE LIME TREATMENT - DRY LIME METHOD .............................. 182 10-1.54 LIQUID ANTISTRIP TREATMENT ......................................................................................................... 185 10-1.55 JOINTED PLAIN CONCRETE PAVEMENT (RAMP TERMINI) ............................................................ 187 10-1.56 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT (RAPID STRENGTH CONCRETE) ..... 189 10-1.57 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT ................................................................ 199 10-1.58 CONCRETE PAVEMENT JUST-IN-TIME-TRAINING ........................................................................... 201 10-1.59 PILING ........................................................................................................................................................ 202

    CAST-IN-DRILLED-HOLE CONCRETE PILES ............................................................................................ 205 OPEN ENDED CAST-IN-STEEL-SHELL CONCRETE PILING ................................................................... 218 STEEL PIPE PILING ........................................................................................................................................ 219 NONDESTRUCTIVE TESTING OF CLASS N STEEL PIPE PILING ........................................................... 222

    10-1.60 PRESTRESSING CONCRETE ................................................................................................................... 224 10-1.61 CONCRETE STRUCTURES ...................................................................................................................... 224

    FALSEWORK ................................................................................................................................................... 224 COST REDUCTION INCENTIVE PROPOSALS FOR CAST-IN-PLACE PRESTRESSED BOX GIRDER BRIDGES ........................................................................................................................................... 225

    10-1.62 BRIDGE DECK SURFACE TEXTURE ..................................................................................................... 226 DECK CLOSURE POURS ................................................................................................................................ 227 SLIDING BEARINGS ....................................................................................................................................... 227 ELASTOMERIC BEARING PADS .................................................................................................................. 227 MEASUREMENT AND PAYMENT ................................................................................................................ 227

    10-1.63 STRUCTURE APPROACH SLABS (TYPE EQ) ....................................................................................... 228 10-1.64 SEALING JOINTS ...................................................................................................................................... 230 10-1.65 REFINISHING BRIDGE DECKS ............................................................................................................... 230 10-1.66 ARCHITECTURAL TEXTURE (TEXTURED CONCRETE) ................................................................... 232 10-1.67 PORTLAND CEMENT PLASTER ............................................................................................................. 233

    MATERIALS ..................................................................................................................................................... 234 PLASTER PROPORTIONING AND MIXING ................................................................................................ 234 PLASTER APPLICATION ............................................................................................................................... 234

    10-1.68 COLORED CONCRETE ............................................................................................................................ 235 10-1.69 REINFORCEMENT .................................................................................................................................... 235

    MEASUREMENT AND PAYMENT ................................................................................................................ 236 10-1.70 STEEL STRUCTURES ............................................................................................................................... 236

    MATERIALS ..................................................................................................................................................... 236

  • Contract No. 12-0E3104 iv

    ROTATIONAL CAPACITY TESTING PRIOR TO SHIPMENT TO JOB SITE ............................................ 236 INSTALLATION TENSION TESTING AND ROTATIONAL CAPACITY TESTING AFTER ARRIVAL ON THE JOB SITE ............................................................................................................................................ 240 SEALING ........................................................................................................................................................... 241 WELDING ......................................................................................................................................................... 241

    10-1.71 SIGN STRUCTURES .................................................................................................................................. 241 10-1.72 ROADSIDE SIGNS ..................................................................................................................................... 243 10-1.73 INSTALL ROADSIDE SIGN PANEL ON EXISTING POST .................................................................... 243 10-1.74 FURNISH SIGN .......................................................................................................................................... 243

    SHEET ALUMINUM ........................................................................................................................................ 245 RETROREFLECTIVE SHEETING ................................................................................................................... 245 PROCESS COLOR AND FILM ........................................................................................................................ 245 SINGLE SHEET ALUMINUM SIGN ............................................................................................................... 246 LAMINATED PANEL SIGN ............................................................................................................................ 246 MEASUREMENT AND PAYMENT ................................................................................................................ 247

    10-1.75 PREPARE AND STAIN CONCRETE ........................................................................................................ 247 MATERALS ...................................................................................................................................................... 247 TEST PANEL ..................................................................................................................................................... 248 DEBRIS CONTAINMENT AND COLLECTION PROGRAM........................................................................ 248 SURFACE PREPARATION .............................................................................................................................. 248 STAIN APPLICATION FOR CONCRETE SMOOTH BANDS ON RETAINING WALLS AND RETAINING STRUCTURE & CONCRETE BARRIER .................................................................................. 248 STAIN APPLICATION FOR TEXTURED CONCRETE ................................................................................. 249 MEASUREMENT AND PAYMENT ................................................................................................................ 249

    10-1.76 REINFORCED CONCRETE PIPE.............................................................................................................. 249 10-1.77 PREFABRICATED VERTICAL DRAIN ................................................................................................... 251 10-1.78 OVERSIDE DRAIN .................................................................................................................................... 252 10-1.79 MISCELLANEOUS FACILITIES .............................................................................................................. 253 10-1.80 DRAINAGE INLET MARKER .................................................................................................................. 253 10-1.81 WELDED STEEL PIPE CASING (BRIDGE) ............................................................................................. 254 10-1.82 SLOPE PROTECTION................................................................................................................................ 255 10-1.83 SLOPE PAVING ......................................................................................................................................... 255 10-1.84 MISCELLANEOUS CONCRETE CONSTRUCTION ............................................................................... 256 10-1.85 MISCELLANEOUS IRON AND STEEL ................................................................................................... 256 10-1.86 MISCELLANEOUS METAL (BRIDGE) ................................................................................................... 256 10-1.87 BRIDGE DECK DRAINAGE SYSTEM ..................................................................................................... 257 10-1.88 MANAGEMENT OF CONTAMINATED GROUNDWATER .................................................................. 257 10-1.89 CHAIN LINK FENCE ................................................................................................................................. 259 10-1.90 MARKERS AND DELINEATORS ............................................................................................................ 259 10-1.91 METAL BEAM GUARD RAILING ........................................................................................................... 259

    ALTERNATIVE IN-LINE TERMINAL SYSTEM ........................................................................................... 259 ALTERNATIVE FLARED TERMINAL SYSTEM .......................................................................................... 260

    10-1.92 VEGETATION CONTROL (MINOR CONCRETE) .................................................................................. 261 10-1.93 CHAIN LINK RAILING ............................................................................................................................. 262 10-1.94 CABLE RAILING ....................................................................................................................................... 262 10-1.95 CONCRETE BARRIER .............................................................................................................................. 263 10-1.96 TRANSITION RAILING (TYPE WB) ....................................................................................................... 263 10-1.97 CRASH CUSHION (TYPE CAT) ............................................................................................................... 263 10-1.98 TEMPORARY CRASH CUSHION (ADIEM) ............................................................................................ 264 10-1.99 CRASH CUSHION (REACT) ..................................................................................................................... 265 10-1.100 THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING ................................................ 265 10-1.101 PAINT TRAFFIC STRIPE AND PAVEMENT MARKING ..................................................................... 266 10-1.102 PAVEMENT MARKERS .......................................................................................................................... 267

    SECTION 10-2 HIGHWAY PLANTING AND IRRIGATION SYSTEMS .................................................................. 267 10-2.01 GENERAL ................................................................................................................................................... 267

    PROGRESS INSPECTIONS ............................................................................................................................. 267 COST BREAK-DOWN ...................................................................................................................................... 267

    10-2.02 EXISTING HIGHWAY PLANTING .......................................................................................................... 272

  • Contract No. 12-0E3104 v

    10-2.03 EXISTING HIGHWAY IRRIGATION FACILITIES ................................................................................ 272 CHECK AND TEST EXISTING IRRIGATION FACILITIES ........................................................................ 272 REMOVE EXISTING IRRIGATION FACILITIES ......................................................................................... 272

    10-2.04 HIGHWAY PLANTING ............................................................................................................................. 273 HIGHWAY PLANTING MATERIALS ............................................................................................................ 273 ROADSIDE CLEARING .................................................................................................................................. 273 PESTICIDES ..................................................................................................................................................... 274 PREPARING PLANTING AREAS ................................................................................................................... 275 CULTIVATE ..................................................................................................................................................... 275 PLANTING ........................................................................................................................................................ 275 TURF (SOD) ...................................................................................................................................................... 275 PLANT ESTABLISHMENT WORK ................................................................................................................ 276

    10-2.05 IRRIGATION SYSTEMS ........................................................................................................................... 277 VALVE BOXES ................................................................................................................................................ 277 BALL VALVES................................................................................................................................................. 277 GATE VALVES ................................................................................................................................................ 278 ELECTRIC AUTOMATIC IRRIGATION COMPONENTS ............................................................................ 278 IRRIGATION CONTROLLER ENCLOSURE CABINET ............................................................................... 279 IRRIGATION SYSTEMS FUNCTIONAL TEST ............................................................................................. 280 PIPE ................................................................................................................................................................... 280 THRUST BLOCK .............................................................................................................................................. 281 WATER METER ............................................................................................................................................... 281 BACKFLOW PREVENTER ASSEMBLIES .................................................................................................... 281 BACKFLOW PREVENTER ASSEMBLY ENCLOSURE ............................................................................... 282 TESTING NEW BACKFLOW PREVENTERS ................................................................................................ 282 SPRINKLERS .................................................................................................................................................... 282 RECYCLED WATER WARNING SIGNS ....................................................................................................... 282 FILTER ASSEMBLY UNIT ............................................................................................................................. 283 FINAL IRRIGATION SYSTEM CHECK ......................................................................................................... 283

    SECTION 10-3. ELECTRICAL SYSTEMS ................................................................................................................... 284 10-3.01 DESCRIPTION ........................................................................................................................................... 284 10-3.02 COST BREAK-DOWN ............................................................................................................................... 284 10-3.03 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS ........................................ 284 10-3.04 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION .................................................................................................................................................... 284 10-3.05 CAST-IN-DRILLED-HOLE CONCRETE PILE FOUNDATIONS ........................................................... 287 10-3.06 STANDARDS, STEEL PEDESTALS, AND POSTS ................................................................................. 287 10-3.07 CONDUIT ................................................................................................................................................... 288 10-3.08 TRAFFIC PULL BOXES ............................................................................................................................ 288 10-3.09 PULL BOX .................................................................................................................................................. 288 10-3.10 CONDUCTORS, CABLES, AND WIRING ............................................................................................... 289 10-3.11 SERVICE .................................................................................................................................................... 290 10-3.12 NUMBERING ELECTRICAL EQUIPMENT ............................................................................................ 290 10-3.13 STATE-FURNISHED CONTROLLER ASSEMBLIES ............................................................................. 290 10-3.14 LIGHT EMITTING DIODE SIGNAL MODULE ....................................................................................... 290 10-3.15 PROGRAMMED VISIBILITY VEHICLE TRAFFIC SIGNAL HEADS ................................................... 295 10-3.16 BATTERY BACKUP SYSTEM ................................................................................................................. 295 10-3.17 CITY OF SAN JUAN CAPISTRANO BATTERY BACKUP SYSTEM .................................................... 297 10-3.18 LIGHT EMITTING DIODE PEDESTRIAN SIGNAL FACE MODULES ................................................. 307 10-3.19 LIGHT EMITTING DIODE COUNTDOWN PEDESTRIAN SIGNAL MODULE ................................... 310 10-3.20 DETECTORS .............................................................................................................................................. 313 10-3.21 VIDEO IMAGE VEHICLE DETECTION SYSTEM ................................................................................. 314 10-3.22 EMERGENCY VEHICLE DETECTOR SYSTEM .................................................................................... 318 10-3.23 LUMINAIRES ............................................................................................................................................ 322 10-1.24 LIGHT EMITTING DIODE LUMINAIRE ................................................................................................. 323 10-3.25 INTERNALLY ILLUMINATED SIGNS ................................................................................................... 328 10-3.26 INTERNALLY ILLUMINATED STREET NAME SIGNS........................................................................ 328 10-3.27 PHOTOELECTRIC CONTROLS ............................................................................................................... 328

  • Contract No. 12-0E3104 vi

    10-3.28 FIBER OPTIC CABLE ................................................................................................................................ 328 10-3.29 COMMUNICATION SYSTEM .................................................................................................................. 345

    GENERAL ......................................................................................................................................................... 345 10-3.30 SYSTEM TESTING AND DOCUMENTATION ....................................................................................... 346 10-3.31 TRAINING .................................................................................................................................................. 350 10-3.32 PAYMENT .................................................................................................................................................. 351

    AMENDMENTS TO THE STANDARD SPECIFICATIONS ........................................................................................ 353

  • Contract No. 12-0E3104 vii

    STANDARD PLANS LIST The Standard Plan sheets applicable to this contract include, but are not limited to, those indicated below.

    Applicable Revised Standard Plans (RSP) and New Standard Plans (NSP) indicated below are included in the project plans as Standard Plan sheets.

    A10A Acronyms and Abbreviations (Sheet 1 of 2)

    A10B Acronyms and Abbreviations (Sheet 2 of 2)

    A10C Symbols (Sheet 1 of 2)

    A10D Symbols (Sheet 2 of 2)

    A20A Pavement Markers and Traffic Lines, Typical Details

    A20B Pavement Markers and Traffic Lines, Typical Details

    A20C Pavement Markers and Traffic Lines, Typical Details

    A20D Pavement Markers and Traffic Lines, Typical Details

    A24A Pavement Markings Arrows

    A24B Pavement Markings Arrows

    RSP A24C Pavement Markings Symbols and Numerals

    A24D Pavement Markings Words

    A24E Pavement Markings Words and Crosswalks

    A62B Limits of Payment for Excavation and Backfill Bridge Surcharge and Wall

    A62C Limits of Payment for Excavation and Backfill Bridge

    A62D Excavation and Backfill Concrete Pipe Culverts

    RSP A62DA Excavation and Backfill Concrete Pipe Culverts

    A62E Excavation and Backfill Cast-In-Place Reinforced Concrete Box and Arch Culverts

    A73A Object Markers

    A73B Markers

    A73C Delineators, Channelizers and Barricades

    RSP A76A Concrete Barrier Type 60

    A76B Concrete Barrier Type 60

    RSP A76F Concrete Barrier Type 60GE

    RSP A77A1 Metal Beam Guard Railing Standard Railing Section (Wood Post with Wood Block)

    RSP A77A2 Metal Beam Guard Railing Standard Railing Section (Steel Post with Notched Wood or Notched Recycled Plastic Block)

    A77B1 Metal Beam Guard Railing Standard Hardware

    A77C1 Metal Beam Guard Railing Wood Post and Wood Block Details

    A77C2 Metal Beam Guard Railing Steel Post, Notched Wood Block and Notched Recycled Plastic Block Details

    RSP A77C3 Metal Beam Guard Railing Typical Line Post Embedment and Hinge Point Offset Details

    RSP A77C4 Metal Beam Guard Railing Typical Railing Delineation and Dike Positioning Details

    NSP A77C5 Metal Beam Guard Railing Typical Vegetation Control Standard Railing Section

    NSP A77C6 Metal Beam Guard Railing Typical Vegetation Control for Terminal System End Treatments

    NSP A77C7 Metal Beam Guard Railing Typical Vegetation Control at Structure Approach and Departure

    NSP A77C8 Metal Beam Guard Railing Typical Vegetation Control at Fixed Object

    NSP A77C9 Metal Beam Guard Railing Typical Vegetation Control at Fixed Object

    NSP A77C10 Metal Beam Guard Railing Typical Vegetation Control at Fixed Object

    RSP A77F1 Metal Beam Guard Railing Typical Layouts for Structure Approach

    RSP A77H1 Metal Railing End Anchor Assembly (Type SFT)

    RSP A77H2 Metal Railing Rail Tensioning Assembly

    A77H3 Metal Railing Anchor Cable and Anchor Plate Details

  • Contract No. 12-0E3104 viii

    A77I1 Metal Railing End Anchor Assembly (Type CA)

    RSP A77J3 Metal Beam Guard Railing Connections to Abutments and Walls

    RSP A77J4 Metal Beam Guard Railing Transition Railing (Type WB)

    A77L1 Metal Beam Railing - Terminal System (Type SRT)

    A77L2 Metal Beam Railing - Terminal System (Type SKT)

    A77L3 Metal Beam Railing - Terminal System (Type ET)

    A77L4 Metal Beam Railing Terminal System (Type CAT)

    A77L5 Metal Beam Railing - Terminal System (Type FLEAT)

    A82B1 Crash Cushion (Type ADIEM)

    RSP A82C1 Crash Cushion (Type React 9CBB)

    A82C2 Crash Cushion (Type React 9CBB) Backup Block Details

    A82C3 Crash Cushion (Type React 9CBB) Concrete Barrier Transition Details

    RSP A85 Chain Link Fence

    NSP A85A Chain Link Fence Details

    NSP A85B Chain Link Fence Details

    RSP A87A Curbs and Driveways

    A87B Asphalt Concrete Dikes

    RSP A88A Curb Ramp Details

    A88B Curb Ramp and Island Passageway Details

    RSP P1 Jointed Plain Concrete Pavement

    RNSP P4 Continuously Reinforced Concrete Pavement

    RSP P10 Concrete Pavement Dowel Bar Details

    RSP P12 Concrete Pavement Dowel Bar Basket Details

    NSP P13 Continuously Reinforced Concrete Pavement Single Piece Transverse Bar Assembly

    RSP P17 Concrete Pavement Tie Bar Basket Details

    RSP P18 Concrete Pavement Lane Schematics and Isolation Joint Detail

    RSP P20 Concrete Pavement Joint Details

    RSP P30 Jointed Plain Concrete Pavement End Panel Pavement Transitions

    NSP P34 Concrete Pavement Lane Drop Paving Details No. 2

    RSP P35 Concrete Pavement Ramp Transition Paving Details

    RSP P45 Concrete Pavement Drainage Inlet Details No. 1

    P70 Asphalt Concrete Paving (Longitudinal Tapered Notched Wedge Joint)

    D72 Drainage Inlets

    D73 Drainage Inlets

    D74C Drainage Inlets Details

    D75C Pipe Inlets Ladder and Trash Rack Details

    RSP D77A Grate Details

    D77B Bicycle Proof Grate Details

    D78A Gutter Depressions

    D81 Cast-In-Place Reinforced Concrete Double Box Culvert

    D82 Cast-In-Place Reinforced Concrete Box Culvert Miscellaneous Details

    D87D Overside Drains

    D93A Pipe Riser Connections

    D93B Drainage Inlet Riser Connections

    D94B Concrete Flared End Sections

    D97H Reinforced Concrete Pipe or Non-Reinforced Concrete Pipe Standard and Positive Joints

    D102 Underdrains

    RSP H1 Planting and Irrigation Abbreviations

    RSP H2 Planting and Irrigation Symbols

    H3 Planting and Irrigation Details

    RSP H5 Planting and Irrigation Details

    H6 Planting and Irrigation Details

    RSP H7 Planting and Irrigation Details

    RSP H8 Planting and Irrigation Details

    H9 Planting and Irrigation Details

    H10 Irrigation Controller Enclosure Cabinet

  • Contract No. 12-0E3104 ix

    RSP T1A Temporary Crash Cushion, Sand Filled (Unidirectional)

    RSP T1B Temporary Crash Cushion, Sand Filled (Bidirectional)

    RSP T2 Temporary Crash Cushion, Sand Filled (Shoulder Installations)

    T3 Temporary Railing (Type K)

    NSP T3A Temporary Railing (Type K)

    T4 Temporary Traffic Screen

    RSP T7 Construction Project Funding Identification Signs

    T12 Traffic Control System for Lane Closure on Multilane Conventional Highways

    T14 Traffic Control System for Ramp Closure

    T51 Temporary Water Pollution Control Details (Temporary Silt Fence)

    RSP T56 Temporary Water Pollution Control Details (Temporary Fiber Roll)

    T58 Temporary Water Pollution Control Details (Temporary Construction Entrance)

    NSP T64 Temporary Water Pollution Control Details (Temporary Drainage Inlet Protection)

    B0-1 Bridge Details

    B0-3 Bridge Details

    B0-5 Bridge Details

    B0-13 Bridge Details

    B2-5 Pile Details Class 90 and Class 140

    B3-1 Retaining Wall Type 1 H = 4' through 30'

    B3-8 Retaining Wall Details No. 1

    RSP B6-21 Joint Seals (Maximum Movement Rating = 2")

    B7-1 Box Girder Details

    B7-6 Deck Drains Types D-1 and D-2

    B7-8 Deck Drainage Details

    B7-10 Utility Opening Box Girder

    B7-11 Utility Details

    B8-5 Cast-In-Place Prestressed Girder Details

    RSP B11-47 Cable Railing

    B11-54 Concrete Barrier Type 26

    B11-56 Concrete Barrier Type 736

    RSP B11-60 Concrete Barrier Type 80 (Sheet 1 of 2)

    B11-61 Concrete Barrier Type 80 (Sheet 2 of 2)

    RSP B11-62 Concrete Barrier Type 80SW (Sheet 1 of 3)

    B11-63 Concrete Barrier Type 80SW (Sheet 2 of 3)

    RSP B11-64 Concrete Barrier Type 80SW (Sheet 3 of 3)

    B14-5 Water Supply Line (Details) (Pipe Sizes Less Than 4")

    RS1 Roadside Signs, Typical Installation Details No. 1

    RS2 Roadside Signs Wood Post, Typical Installation Details No. 2

    RS4 Roadside Signs, Typical Installation Details No. 4

    S1 Overhead Signs Truss, Instructions and Examples

    S2 Overhead Signs Truss, Single Post Type Post Type II thru IX

    S3 Overhead Signs Truss, Single Post Type Base Plate and Anchorage Details

    S4 Overhead Signs Truss, Single Post Type Structural Frame Members Details No. 1

    S5 Overhead Signs Truss, Single Post Type Structural Frame Members Details No. 2

    S6 Overhead Signs Truss, Gusset Plate Details

    S8 Overhead Signs Truss, Single Post Type Round Pedestal Pile Foundation

    S12 Overhead Signs Truss, Structural Frame Details

    S13 Overhead Signs Truss, Frame Juncture Details

    S16 Overhead Signs Walkway Details No. 1

    S17 Overhead Signs Walkway Details No. 2

    S17A Overhead Signs Walkway Details No. 3

    S18 Overhead Signs Walkway Safety Railing Details

    S19 Overhead Signs Truss, Sign Mounting Details Laminated Panel Type A

    S43 Overhead Signs Lightweight, Type A, Connection Details

    S46 Overhead Signs Lightweight, Sign Panel Mounting Details, Laminated Panel Type A

    S47 Overhead Signs Lightweight, Light Fixture Mounting Details

  • Contract No. 12-0E3104 x

    S48 Overhead Signs Lightweight Post Details

    S81 Overhead Laminated Sign Single or Multiple Panel, Type A (1" Thick)

    S85 Seam Closure, "H" Section Extrusion and Post Spacing Tables, Multi-Horizontal Laminated Panel Aluminum Signs

    S86 Laminated Panel Details Extrusions for Type A, B and H Panels

    S87 Type A-1 Mounting Hardware Overhead Laminated Type A Panel, Truss and Lightweight Sign Structures

    S88 Type A-2 Mounting Hardware Overhead Laminated Type A Panel, Bridge Mounted and Tubular Sign Structures

    S93 Framing Details for Framed Single Sheet Aluminum Signs, Rectangular Shape

    S94 Roadside Framed Single Sheet Aluminum Signs, Rectangular Shape

    S95 Roadside Single Sheet Aluminum Signs, Diamond Shape

    RSP ES-1A Electrical Systems (Symbols and Abbreviations)

    RSP ES-1B Electrical Systems (Symbols and Abbreviations)

    RSP ES-1C Electrical Systems (Symbols and Abbreviations)

    ES-2A Electrical Systems (Service Equipment)

    RSP ES-2C Electrical Systems (Service Equipment Notes, Type III Series)

    RSP ES-2E Electrical Systems (Service Equipment and Typical Wiring Diagram, Type III B Series)

    RSP ES-2F Electrical Systems (Service Equipment and Typical Wiring Diagram Type III C Series)

    ES-3B Electrical Systems (Controller Cabinet Details)

    ES-3C Electrical Systems (Controller Cabinet Details)

    ES-3H Electrical Systems (Electric Service Irrigation)

    ES-4A Electrical Systems (Signal Heads and Mountings)

    ES-4B Electrical Systems (Signal Heads and Mountings)

    RSP ES-4C Electrical Systems (Signal Heads and Mountings)

    RSP ES-4D Electrical Systems (Signal Heads and Mountings)

    ES-4E Electrical Systems (Signal Faces and Mountings)

    RSP ES-5A Electrical Systems (Detectors)

    ES-5B Electrical Systems (Detectors)

    ES-5C Electrical Systems (Detectors)

    ES-5D Electrical Systems (Detectors)

    RSP ES-6A Electrical Systems (Lighting Standard, Types 15 and 21)

    ES-6B Electrical Systems (Lighting Standard, Types 15 and 21, Barrier Rail Mounted Details)

    RSP ES-6E Electrical Systems (Lighting Standard, Types 30 and 31)

    ES-6F Electrical Systems (Lighting Standard, Types 30 and 31, Slip Base Plate Details)

    ES-6G Electrical Systems (Lighting Standard, Type 32)

    ES-7A Electrical Systems (Signal and Lighting Standards, Push Button Posts and Type 15TS Standard)

    RSP ES-7B Electrical Systems (Signal and Lighting Standard Type 1 Standards and Equipment Numbering)

    RSP ES-7F Electrical Systems (Signal and Lighting Standard Case 4 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 25' to 45')

    RSP ES-7G Electrical Systems (Signal And Lighting Standard Case 5 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 50' to 55')

    ES-7H Electrical Systems (Signal and Lighting Standard Case 5 Arm Loading, Wind Velocity = 100 mph, Arm Lengths 60' to 65')

    ES-7M Electrical Systems (Signal and Lighting Standards Details No. 1)

    ES-7N Electrical Systems (Signal and Lighting Standards Details No. 2)

    ES-70 Electrical Systems (Sign Illumination Internally Illumination Street Name Sign)

    ES-7P Electrical Systems (Pedestrian Barricades)

    ES-8 (CANCELED)

    CANCELED ON JANUARY 20, 2012

    NSP ES-8A Electrical Systems (Pull Box)

    NSP ES-8B Electrical Systems (Traffic Rated Pull Box)

    RSP ES-9A Electrical Systems (Electrical Details, Structure Installations)

    ES-9B Electrical Systems (Electrical Details, Structure Installations)

  • Contract No. 12-0E3104 xi

    RSP ES-9C Electrical Systems (Electrical Details, Structure Installations)

    ES-9D Electrical Systems (Electrical Details, Structure Installations)

    ES-10 Electrical Systems (Isofootcandle Diagrams)

    ES-11 Electrical Systems (Foundation Installations)

    ES-13A Electrical Systems (Splicing Details)

    ES-13B Electrical Systems (Wiring Details and Fuse Ratings)

    ES-15A Electrical Systems (Sign Illumination Equipment)

    ES-15C Electrical Systems (Sign Illumination Equipment)

    RSP ES-15D Electrical Systems (Lighting and Sign Illumination Control)

  • Contract No. 12-0E3104 1

    NOTICE TO BIDDERS

    Bids open Thursday, August 2, 2012 Dated June 4, 2012 General work description: Replace bridge and widen ramp. The Department will receive sealed bids for CONSTRUCTION ON STATE HIGHWAY IN ORANGE COUNTY AT VARIOUS LOCATIONS. District-County-Route-Post Mile: 12-Ora-5, 74-9.3/10.0, 0.0/0.2 Contract No. 12-0E3104 The Contractor must have either a Class A license or a combination of Class C licenses which constitutes a majority of the work. The Department establishes no DVBE Contract goal but encourages bidders to obtain DVBE participation. Bids must be on a unit price basis. Complete the work, including plant establishment work, within 800 working days. The estimated cost of the project is $32,000,000. No prebid meeting is scheduled for this project. The Department will receive bids until 2:00 p.m. on the bid open date at 3347 Michelson Drive, Suite 100, Irvine, CA 92612-1692. Bids received after this time will not be accepted. The Department will open and publicly read the bids at the above location immediately after the specified closing time. District office addresses are provided in the Standard Specifications. Present bidders' inquiries to the Department and view the Department's responses at:

    http://www.dot.ca.gov/hq/esc/oe/project_status/bid_inq.html

    Questions about alleged patent ambiguity of the plans, specifications, or estimate must be asked before bid opening. After bid opening, such questions will not be treated as bid protests. Submit your bid with bidder's security equal to at least 10 percent of the bid. Under Govt Code 14835 et seq. and 2 CA Code of Regs 1896 et seq., the Department gives preference to certified small businesses and non-small businesses who commit to 25 percent certified small business participation. Under Pub Cont Code 6107, the Department gives a reciprocal preference to a California company for bid comparison purposes over a nonresident contractor from any state that provides a preference to contractors from that state on construction contracts. Prevailing wages are required on this Contract. The Director of the California Department of Industrial Relations determines the general prevailing wage rates. Obtain the wage rates at the DIR Web site, http://www.dir.ca.gov, or from the Department's Labor Compliance Office of the district in which the work is located.

  • Contract No. 12-0E3104 2

    The Department has made available Notices of Suspension and Proposed Debarment from the Federal Highway Administration. For a copy of the notices go to http://www.dot.ca.gov/hq/esc/oe/contractor_info. Additional information is listed in the Excluded Parties List System at https://www.epls.gov. DEPARTMENT OF TRANSPORTATION EMW

  • Contract No. 12-0E3104 3

    COPY OF BID ITEM LIST

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    1 070012 PROGRESS SCHEDULE (CRITICAL PATH METHOD)

    LS LUMP SUM

    2 070018 TIME-RELATED OVERHEAD WDAY 550

    3 072006 TEMPORARY SUPPORT LS LUMP SUM

    4 043817 TEMPORARY PEDESTRIAN SIDEWALK LS LUMP SUM

    5 074016 CONSTRUCTION SITE MANAGEMENT LS LUMP SUM

    6 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN

    LS LUMP SUM

    7 074028 TEMPORARY FIBER ROLL LF 20,100

    8 074029 TEMPORARY SILT FENCE LF 640

    9 074031 TEMPORARY GRAVEL BAG BERM LF 4,870

    10 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 3

    11 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 86

    12 074040 TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX)

    SQYD 30,700

    13 074041 STREET SWEEPING LS LUMP SUM

    14 074042 TEMPORARY CONCRETE WASHOUT (PORTABLE) LS LUMP SUM

    15 074056 RAIN EVENT ACTION PLAN EA 55

    16 074057 STORM WATER ANNUAL REPORT EA 3

    17 074058 STORM WATER SAMPLING AND ANALYSIS DAY EA 22

    18 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM

    19 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM

    20 120120 TYPE III BARRICADE EA 36

  • Contract No. 12-0E3104 4

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    21 120165 CHANNELIZER (SURFACE MOUNTED)

    EA 190

    22 128650 PORTABLE CHANGEABLE MESSAGE SIGN LS LUMP SUM

    23 129000 TEMPORARY RAILING (TYPE K) LF 15,100

    24 129100 TEMPORARY CRASH CUSHION MODULE EA 220

    25 023551 TEMPORARY CRASH CUSHION (TYPE ADIEM) EA 15

    26 129150 TEMPORARY TRAFFIC SCREEN LF 15,100

    27 141103 REMOVE YELLOW THERMOPLASTIC TRAFFIC STRIPE (HAZARDOUS WASTE)

    LF 28,500

    28 141104 REMOVE YELLOW THERMOPLASTIC PAVEMENT MARKING (HAZARDOUS WASTE)

    SQFT 480

    29 150608 REMOVE CHAIN LINK FENCE LF 910

    30 150662 REMOVE METAL BEAM GUARD RAILING LF 1,650

    31 150711 REMOVE PAINTED TRAFFIC STRIPE LF 96,300

    32 150712 REMOVE PAINTED PAVEMENT MARKING SQFT 3,690

    33 150714 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 36,800

    34 150715 REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 5,280

    35 150722 REMOVE PAVEMENT MARKER EA 6,690

    36 150742 REMOVE ROADSIDE SIGN EA 61

    37 150747 REMOVE ROADSIDE SIGN (STRAP AND SADDLE BRACKET METHOD)

    EA 13

    38 150748 REMOVE ROADSIDE SIGN PANEL EA 1

    39 150760 REMOVE SIGN STRUCTURE EA 1

    40 150767 REMOVE BRIDGE MOUNTED SIGN EA 2

  • Contract No. 12-0E3104 5

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    41 150768 REMOVE ASPHALT CONCRETE PAVEMENT (CY) CY 2,060

    42 023552 REMOVAL OF HYDRAULIC LIFT EA 3

    43 150805 REMOVE CULVERT LF 1,660

    44 150820 REMOVE INLET EA 24

    45 150821 REMOVE HEADWALL EA 3

    46 023553 REMOVAL OF REMEDIATION/VAPOR EXTRACTION SYSTEM

    EA 1

    47 023554 DESTRUCTION OF MONITORING WELL OR REMEDIATION WELL

    EA 12

    48 023555 REMOVAL OF UNDERGROUND STORAGE TANK SYSTEM

    EA 7

    49 150829 REMOVE RETAINING WALL SQFT 120

    50 023556 REMOVAL OF UNDERGROUND WASTE OIL TANK SYSTEM

    EA 1

    51 023557 REMOVE CRIB WALL SQFT 2,860

    52 023558 REMOVE BLOCK WALL SQFT 2,480

    53 151224 REMOVE DELINEATOR EA 76

    54 152316 RESET ROADSIDE SIGN (ONE POST) EA 2

    55 152386 RELOCATE ROADSIDE SIGN-ONE POST EA 1

    56 152430 ADJUST INLET EA 1

    57 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 5,060

    58 153211 REMOVE CONCRETE SIDEWALK AND DRIVEWAY CY 310

    59 153214 REMOVE CONCRETE CURB LF 5,660

    60 153220 REMOVE CONCRETE (CHANNEL) CY 210

  • Contract No. 12-0E3104 6

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    61 153230 REMOVE CONCRETE BARRIER (TYPE 50) LF 120

    62 023559 REMOVE CONCRETE BARRIER (TYPE 60E) LF 200

    63 023560 REMOVE CONCRETE CROSS GUTTER CY 26

    64 023561 REMOVE CONCRETE BOX PORTION CY 17

    65 157550 BRIDGE REMOVAL LS LUMP SUM

    66 160102 CLEARING AND GRUBBING (LS) LS LUMP SUM

    67 190101 ROADWAY EXCAVATION CY 66,200

    68 190110 LEAD COMPLIANCE PLAN LS LUMP SUM

    69 023562 REMOVAL AND DISPOSAL OF PETROLEUM HYDROCARBON CONTAMINATED SOIL

    CY 4,500

    70 023563 REMOVAL AND DISPOSAL OF PEA GRAVEL CY 520

    71 (F)

    192003 STRUCTURE EXCAVATION (BRIDGE) CY 1,525

    72 (F)

    192037 STRUCTURE EXCAVATION (RETAINING WALL) CY 6,780

    73 192502 SAND BEDDING CY 2,200

    74 (F)

    193003 STRUCTURE BACKFILL (BRIDGE) CY 785

    75 (F)

    193013 STRUCTURE BACKFILL (RETAINING WALL)

    CY 3,060

    76 (F)

    193031 PERVIOUS BACKFILL MATERIAL (RETAINING WALL)

    CY 161

    77 023564 BACKFILLING AND COMPACTION OF SOIL CY 4,500

    78 (F)

    193119 LEAN CONCRETE BACKFILL CY 41

    79 194001 DITCH EXCAVATION CY 590

    80 (F)

    043818 RETAINING STRUCTURE SQFT 6,625

  • Contract No. 12-0E3104 7

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    81 198001 IMPORTED BORROW CY 33,500

    82 023565 SURCHARGE EMBANKMENT CY 5,220

    83 023566 LIGHTWEIGHT FILL (EPS BLOCK) CY 21,400

    84 200001 HIGHWAY PLANTING LS LUMP SUM

    85 200114 ROCK BLANKET SQYD 3,990

    86 023567 INTERLOCKING PAVERS SQFT 18,100

    87 203002 EROSION CONTROL (COMPOST BLANKET)

    CY 310

    88 204096 MAINTAIN EXISTING PLANTED AREAS LS LUMP SUM

    89 204099 PLANT ESTABLISHMENT WORK LS LUMP SUM

    90 208000 IRRIGATION SYSTEM LS LUMP SUM

    91 208304 WATER METER LS LUMP SUM

    92 208310 IRRIGATION SLEEVE LF 110

    93 208738 8" CORRUGATED HIGH DENSITY POLYETHYLENE PIPE CONDUIT

    LF 300

    94 208739 10" CORRUGATED HIGH DENSITY POLYETHYLENE PIPE CONDUIT

    LF 550

    95 250201 CLASS 2 AGGREGATE SUBBASE CY 600

    96 250301 CLASS 3 AGGREGATE SUBBASE CY 36,200

    97 260201 CLASS 2 AGGREGATE BASE CY 640

    98 280000 LEAN CONCRETE BASE CY 230

    99 390131 HOT MIX ASPHALT TON 26,500

    100 390137 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) TON 9,180

  • Contract No. 12-0E3104 8

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    101 023568 GASOLINE RESISTANT GEOMEMBRANE SQYD 12,900

    102 394073 PLACE HOT MIX ASPHALT DIKE (TYPE A) LF 1,430

    103 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 130

    104 394075 PLACE HOT MIX ASPHALT DIKE (TYPE D) LF 2,860

    105 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 2,140

    106 394090 PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA)

    SQYD 480

    107 397005 TACK COAT TON 0.3

    108 400050 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT

    CY 1,900

    109 023569 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT (RAPID STRENGTH CONCRETE)

    CY 480

    110 023570 JOINTED PLAIN CONCRETE PAVEMENT (RAMP TERMINI)

    CY 520

    111 405034 CONCRETE PAVEMENT TRANSITION PANEL CY 36

    112 490508 FURNISH STEEL PILING (HP 10 X 57) LF 5,798

    113 490509 DRIVE STEEL PILE (HP 10 X 57) EA 100

    114 490528 FURNISH STEEL PILING (HP 14 X 89) LF 4,800

    115 490529 DRIVE STEEL PILE (HP 14 X 89) EA 80

    116 043819 FURNISH 36" STEEL PIPE PILING LF 440

    117 043820 DRIVE 36" STEEL PIPE PILE EA 8

    118 490590 48" PERMANENT STEEL CASING LF 200

    119 490742 FURNISH PILING (CLASS 90) (ALTERNATIVE W) LF 5,915

    120 490743 DRIVE PILE (CLASS 90) (ALTERNATIVE W) EA 140

  • Contract No. 12-0E3104 9

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    121 495133 FURNISH 36" CAST-IN-STEEL SHELL CONCRETE PILING

    LF 82

    122 495134 DRIVE 36" CAST-IN-STEEL SHELL CONCRETE PILE EA 2

    123 500001 PRESTRESSING CAST-IN-PLACE CONCRETE LS LUMP SUM

    124 (F)

    510051 STRUCTURAL CONCRETE, BRIDGE FOOTING CY 325

    125 (F)

    510053 STRUCTURAL CONCRETE, BRIDGE CY 3,070

    126 (F)

    510060 STRUCTURAL CONCRETE, RETAINING WALL CY 2,387

    127 (F)

    510072 STRUCTURAL CONCRETE, BARRIER SLAB CY 375

    128 (F)

    510085 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE EQ)

    CY 70

    129 510090 STRUCTURAL CONCRETE, BOX CULVERT CY 470

    130 (F)

    510502 MINOR CONCRETE (MINOR STRUCTURE)

    CY 188

    131 (F)

    043821 ARCHITECTURAL TEXTURE (ROCK STRATA)

    SQFT 22,735

    132 (F)

    043822 ARCHITECTURAL TEXTURE (FRACTURED RIB) SQFT 1,381

    133 023571 PORTLAND CEMENT PLASTER SQFT 690

    134 515020 REFINISH BRIDGE DECK SQFT 900

    135 519091 JOINT SEAL (MR 1 1/2") LF 129

    136 519100 JOINT SEAL (MR 2") LF 126

    137 (F)

    520102 BAR REINFORCING STEEL (BRIDGE) LB 704,000

    138 (F)

    520103 BAR REINFORCING STEEL (RETAINING WALL) LB 291,380

    139 (F)

    520107 BAR REINFORCING STEEL (BOX CULVERT) LB 96,600

    140 (F)

    560203 FURNISH SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY)

    LB 8,832

  • Contract No. 12-0E3104 10

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    141 (F)

    560204 INSTALL SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY)

    LB 8,832

    142 (F)

    560213 FURNISH SIGN STRUCTURE (LIGHTWEIGHT) LB 8,553

    143 (F)

    560214 INSTALL SIGN STRUCTURE (LIGHTWEIGHT) LB 8,553

    144 (F)

    560218 FURNISH SIGN STRUCTURE (TRUSS) LB 22,130

    145 (F)

    560219 INSTALL SIGN STRUCTURE (TRUSS) LB 22,130

    146 560244 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SQFT 530

    147 560248 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED)

    SQFT 810

    148 560249 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED)

    SQFT 210

    149 560251 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED)

    SQFT 230

    150 560252 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED)

    SQFT 170

    151 561005 36" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)

    LF 50

    152 561016 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)

    LF 25

    153 566011 ROADSIDE SIGN - ONE POST EA 75

    154 566012 ROADSIDE SIGN - TWO POST EA 11

    155 568001 INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD)

    EA 9

    156 568017 INSTALL ROADSIDE SIGN PANEL ON EXISTING POST

    EA 1

    157 597601 PREPARE AND STAIN CONCRETE SQFT 32,015

    158 650014 18" REINFORCED CONCRETE PIPE LF 670

    159 650018 24" REINFORCED CONCRETE PIPE LF 2,020

    160 650022 30" REINFORCED CONCRETE PIPE LF 430

  • Contract No. 12-0E3104 11

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    161 681132 GEOCOMPOSITE DRAIN SQFT 8,560

    162 682022 CLASS 1 PERMEABLE MATERIAL (BLANKET) CY 770

    163 043823 PREFABRICATED VERTICAL DRAIN LF 15,925

    164 700617 DRAINAGE INLET MARKER EA 9

    165 703317 18" BITUMINOUS COATED CORRUGATED STEEL PIPE RISER (.079" THICK)

    LF 33

    166 703450 WELDED STEEL PIPE CASING (BRIDGE) LF 49

    167 705206 24" CONCRETE FLARED END SECTION EA 7

    168 023572 INSTALLATION OF MONITORING WELL EA 12

    169 707217 36" PRECAST CONCRETE PIPE MANHOLE LF 35

    170 721009 ROCK SLOPE PROTECTION (FACING, METHOD B)

    CY 43

    171 (F)

    043824 SLOPE PAVING (SPLIT FACE PAVERS)

    SQFT 8,100

    172 727901 MINOR CONCRETE (DITCH LINING) CY 79

    173 729010 ROCK SLOPE PROTECTION FABRIC SQYD 240

    174 731502 MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION)

    CY 560

    175 (F)

    750001 MISCELLANEOUS IRON AND STEEL LB 16,474

    176 (F)

    750501 MISCELLANEOUS METAL (BRIDGE) LB 1,190

    177 (F)

    750505 BRIDGE DECK DRAINAGE SYSTEM LB 1,130

    178 023573 MANAGEMENT OF CONTAMINATED GROUNDWATER

    GAL 70,000

    179 023574 MOBILIZATION/DEMOBILIZATION FOR PUMPING OF CONTAMINATED GROUNDWATER

    EA 3

    180 800360 CHAIN LINK FENCE (TYPE CL-6) LF 620

  • Contract No. 12-0E3104 12

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    181 820107 DELINEATOR (CLASS 1) EA 71

    182 820118 GUARD RAILING DELINEATOR EA 280

    183 820134 OBJECT MARKER (TYPE P) EA 7

    184 832003 METAL BEAM GUARD RAILING (WOOD POST) LF 2,720

    185 832070 VEGETATION CONTROL (MINOR CONCRETE)

    SQYD 1,620

    186 (F)

    833033 CHAIN LINK RAILING (TYPE 7 MODIFIED)

    LF 610

    187 (F)

    833142 CONCRETE BARRIER (TYPE 26 MODIFIED)

    LF 610

    188 839521 CABLE RAILING LF 780

    189 839541 TRANSITION RAILING (TYPE WB) EA 4

    190 839576 END CAP (TYPE A) EA 2

    191 839581 END ANCHOR ASSEMBLY (TYPE SFT)

    EA 6

    192 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 2

    193 839585 ALTERNATIVE FLARED TERMINAL SYSTEM EA 2

    194 839601 CRASH CUSHION (TYPE CAT) EA 1

    195 839602 CRASH CUSHION (TYPE CAT) BACKUP EA 1

    196 839604 CRASH CUSHION (REACT 9CBB) EA 1

    197 839701 CONCRETE BARRIER (TYPE 60) LF 470

    198 839703 CONCRETE BARRIER (TYPE 60C) LF 170

    199 839704 CONCRETE BARRIER (TYPE 60D) LF 520

    200 839705 CONCRETE BARRIER (TYPE 60E) LF 230

  • Contract No. 12-0E3104 13

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    201 (F)

    043825 CONCRETE BARRIER (TYPE 60D MODIFIED 1)

    LF 58

    202 (F)

    043826 CONCRETE BARRIER (TYPE 60D MODIFIED)

    LF 188

    203 (F)

    839714 CONCRETE BARRIER (TYPE 80) LF 751

    204 (F)

    043827 CONCRETE BARRIER (TYPE 80A) LF 1,040

    205 (F)

    043828 CONCRETE BARRIER (TYPE 80A MODIFIED)

    LF 210

    206 (F)

    839726 CONCRETE BARRIER (TYPE 736A) LF 445

    207 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 46,900

    208 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 5,110

    209 840508 8" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 12-3)

    LF 490

    210 840515 THERMOPLASTIC PAVEMENT MARKING SQFT 5,850

    211 840521 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 6-1)

    LF 1,400

    212 840525 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 36-12)

    LF 16,500

    213 840526 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 17-7)

    LF 7,540

    214 840550 8" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 36-12)

    LF 3,230

    215 840656 PAINT TRAFFIC STRIPE (2-COAT) LF 95,200

    216 023575 PAINT TRAFFIC STRIPE (2-COAT) DETAIL 11/13 MOD 4" BLACK BROKEN (36-12)

    LF 16,500

    217 840666 PAINT PAVEMENT MARKING (2-COAT) SQFT 4,390

    218 850101 PAVEMENT MARKER (NON-REFLECTIVE) EA 2,000

    219 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 4,700

    220 860090 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION

    LS LUMP SUM

  • Contract No. 12-0E3104 14

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    221 023576 TEMPORARY SIGNAL AND LIGHTING (CITY) (STAGE 1D)

    LS LUMP SUM

    222 023577 SIGNAL AND LIGHTING (REMOVE) LS LUMP SUM

    223 860251 SIGNAL AND LIGHTING (LOCATION 1)

    LS LUMP SUM

    224 860252 SIGNAL AND LIGHTING (LOCATION 2)

    LS LUMP SUM

    225 860297 SIGNAL AND LIGHTING (CITY) LS LUMP SUM

    226 023578 TEMPORARY SIGNAL AND LIGHTING (LOCATION 1) (STAGE 1A, 1B, 1C)

    LS LUMP SUM

    227 023579 TEMPORARY SIGNAL AND LIGHTING (LOCATION 1) (STAGE 1D)

    LS LUMP SUM

    228 023580 TEMPORARY SIGNAL AND LIGHTING (LOCATION 1) (STAGE 1E)

    LS LUMP SUM

    229 023581 TEMPORARY SIGNAL AND LIGHTING (LOCATION 1) (STAGE 2A, 2B)

    LS LUMP SUM

    230 023582 TEMPORARY SIGNAL AND LIGHTING (LOCATION 2) (STAGE 1A,1B)

    LS LUMP SUM

    231 023583 TEMPORARY SIGNAL AND LIGHTING (LOCATION 2) (STAGE 1C)

    LS LUMP SUM

    232 023584 TEMPORARY SIGNAL AND LIGHTING (LOCATION 2) (STAGE 1D, 1E)

    LS LUMP SUM

    233 023585 TEMPORARY SIGNAL AND LIGHTING (LOCATION 2) (STAGE 2A)

    LS LUMP SUM

    234 023586 TEMPORARY SIGNAL AND LIGHTING (LOCATION 3) (STAGE 1D, 1E)

    LS LUMP SUM

    235 023587 TEMPORARY SIGNAL AND LIGHTING (LOCATION 3) (STAGE 2A)

    LS LUMP SUM

    236 023588 TEMPORARY SIGNAL AND LIGHTING (LOCATION 3) (STAGE 2B)

    LS LUMP SUM

    237 023589 TEMPORARY SIGNAL AND LIGHTING (LOCATION 3) (STAGE 2C)

    LS LUMP SUM

    238 860402 LIGHTING (CITY STREET) LS LUMP SUM

    239 860460 LIGHTING AND SIGN ILLUMINATION LS LUMP SUM

    240 023590 LIGHTING AND SIGN ILLUMINATION (TEMPORARY)

    LS LUMP SUM

  • Contract No. 12-0E3104 15

    Item No.

    Item Code Item Description Unit of Measure Estimated Quantity

    241 023591 FLASHING BEACON (TEMPORARY) LS LUMP SUM

    242 023592 COMMUNICATION SYSTEM LS LUMP SUM

    243 023593 COMMUNICATION SYSTEM (TEMPORARY) LS LUMP SUM

    244 023594 ELECTRICAL SERVICE (IRRIGATION) (CITY) LS LUMP SUM

    245 023595 ELECTRIC SERVICE (IRRIGATION) (LOCATION 1) LS LUMP SUM

    246 023596 ELECTRIC SERVICE (IRRIGATION) (LOCATION 2) LS LUMP SUM

    247 860990 CLOSED CIRCUIT TELEVISION SYSTEM LS LUMP SUM

    248 023597 CLOSED CIRCUIT TELEVISION SYSTEM (CITY) LS LUMP SUM

    249 861101 RAMP METERING SYSTEM (LOCATION 1) LS LUMP SUM

    250 023598 RAMP METERING SYSTEM (LOCATIONS 2 AND 3) LS LUMP SUM

    251 023599 RAMP METERING SYSTEM (LOCATION 1) (REMOVE)

    LS LUMP SUM

    252 023600 RAMP METERING SYSTEM (LOCATION 2) (REMOVE)

    LS LUMP SUM

    253 999990 MOBILIZATION LS LUMP SUM

  • Contract No. 12-0E3104 16

    SPECIAL PROVISIONS

    SECTION 1 (BLANK)

    SECTION 2 BIDDING

    2-1.01 SMALL BUSINESS AND NONSMALL BUSINESS SUBCONTRACTOR PREFERENCES

    General

    The Department applies Small Business Preference or NonSmall Business Preference under Govt Code 14835 et seq. and 2 CA Code of Regs 1896 et seq.

    Contractors, subcontractors, suppliers, and service providers who qualify as small businesses are encouraged to apply for certification as a small business by submitting their application to the Department of General Services, Office of Small Business and DVBE Services.

    Contract award is based on the total bid, not the reduced bid. Small Business Preference

    The Department allows a bidder certified as a small business by the Office of Small Business and DVBE Services, Department of General Services, a preference if:

    1. The bidder submitted a completed Request for Small Business Preference or NonSmall Business

    Preference form with its bid 2. The low bidder did not request the preference or is not certified as a small business The bidder's signature on the Request for Small Business Preference or NonSmall Business Preference form

    certifies that the bidder is certified as a small business at the time and day of bid or has submitted a complete application to the Department of General Services. The complete application and any required substantiating documentation must be received by the Department of General Services by 5:00 p.m. on bid opening date.

    The Department of General Services determines if a bidder was certified on bid opening date. The Department confirms the bidder's status as a small business before applying the small business preference.

    The small business preference is a reduction for bid comparison in the total bid submitted by the small business contractor by the lesser of:

    1. 5 percent of the verified total bid of the low bidder 2. $50,000 If after the application of the small business preference the Department determines that a certified small

    business bidder is the low bidder, the Department does not consider a request for nonsmall business preference. NonSmall Business Subcontractor Preference

    The Department allows a bidder not certified as a small business by the Office of Small Business and DVBE Services, Department of General Services, a preference if:

    1. The bidder submitted a completed Request for Small Business Preference or NonSmall Business

    Preference form with its bid. 2. The Certified Small Business Listing for the NonSmall Business Preference form shows that you are

    subcontracting at least 25 percent to certified small businesses. You may submit this information with your bid. If you do not, submit it so that it is received by the Office Engineer no later than 4:00 p.m. on the 2nd business day after bid opening.

    Each listed subcontractor and supplier must be certified as a small business at the time and day of bid or must

    have submitted a complete application to the Department of General Services. The complete application and any required substantiating documentation must be received by the Department of General Services by 5:00 p.m. on bid opening date.

  • Contract No. 12-0E3104 17

    The nonsmall business subcontractor preference is a reduction for bid comparison in the total bid submitted by the nonsmall business contractor requesting the preference by the lesser of:

    1. 5 percent of the verified total bid of the low bidder 2. $50,000

    2-1.02 DISABLED VETERAN BUSINESS ENTERPRISES

    General

    Take necessary and reasonable steps to ensure that DVBEs have opportunity to participate in the contract. Comply with Mil & Vet Code 999 et seq. The Department encourages bidders to obtain DVBE participation in order to ensure the Department achieves

    its State-mandated overall DVBE goal. If you obtain DVBE participation: 1. Complete and submit the Certified DVBE Summary form. List all DVBE participation on this form. 2. List each 1st tier DVBE subcontractor on the Subcontractor List form regardless of percentage of the total

    bid. DVBE Incentive

    The Department grants a DVBE incentive to each bidder who achieves a DVBE participation of 1 percent or greater (Mil & Vet Code 999.5 and Code of Regs 1896.98 et seq).

    To receive this incentive, submit the Certified DVBE Summary form. If you do not submit this form with your bid and you are the low bidder or the 2nd or 3rd low bidder, submit it so that it is received by the Office Engineer no later than 4:00 p.m. on the 4th business day after bid opening. If a DVBE joint venture is used, submit the joint venture agreement with the Certified DVBE Summary form. Other bidders may be required to submit this form if bid ranking changes.

    Incentive Evaluation

    The Department applies the Small Business and NonSmall Business preference during bid verification and proceeds with the following evaluation for DVBE incentive.

    The DVBE incentive is a reduction, for bid comparison only, in the total bid submitted by the lesser of: 1. Percentage of DVBE achievement, rounded to 2 decimal places, of the verified total bid of the low bidder 2. 5 percent of the verified total bid of the low bidder 3. $250,000 The Department applies DVBE incentive and determines if bid ranking changes. A non-small business bidder cannot displace a small business bidder. However, a small business bidder with

    higher DVBE achievement can displace another small business bidder. The Department proceeds with awarding the contract to the new low bidder and posts the new verified bid

    results at its Office Engineer Web site.

    2-1.03 CALIFORNIA COMPANIES

    Under Pub Cont Code 6107, the Department gives preference to a "California company," as defined, for bid comparison purposes over a nonresident contractor from any state that gives or requires a preference to be given to contractors from that state on its public entity construction contracts.

    Complete a California Company Preference form. The California company reciprocal preference amount is equal to the preference amount applied by the state of

    the nonresident contractor with the lowest responsive bid unless the California company is eligible for a small business preference or a nonsmall business subcontractor preference; in which case the preference amount is the greater of the two, but not both.

    If the low bidder is not a California company and a California company's bid with reciprocal preference is equal to or less than the lowest bid, the Department awards the contract to the California company on the basis of its total bid.

  • Contract No. 12-0E3104 18

    2-1.04 TIE BID RESOLUTION

    If a small business bidder and a nonsmall business bidder request preferences and the reductions result in a tied bid, the Department awards the contract to the small business bidder.

    If a DVBE small business bidder and a non-DVBE small business bidder request preferences and the reduction results in a tied bid, the Department awards the contract to the DVBE small business bidder.

    After bid verification, if there is a tie between 2 or more bidders, the Department breaks the tie by tossing a coin.

    2-1.05 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS

    You may opt out of the payment adjustments for price index fluctuations as specified in "Payment Adjustments for Price Index Fluctuations" of these special provisions. If you elect to opt out of the provisions of this specification, you must complete the "Opt Out of Payment Adjustments for Price Index Fluctuations" form. The completed form must be submitted with your bid.

    SECTION 3 CONTRACT AWARD AND EXECUTION

    3-1.01 SMALL BUSINESS PARTICIPATION REPORT

    The Department has established an overall 25 percent small business participation goal. To determine if the goal is achieved, the Department is tracking small business participation on all contracts.

    Complete and sign the Small Business (SB) Participation Report form included in the contract documents even if no small business participation is reported. Submit it with the executed contract.

    SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES

    The 1st working day is the 55th day after contract approval. Do not start work at the job site until the Engineer approves your submittal for: 1. Storm Water Pollution Prevention Plan (SWPPP) 2. Notification of Dispute Resolution Advisor (DRA) or Dispute Review Board (DRB) nominee and

    disclosure statement as specified in Section 5-1.15, "Dispute Resolution," of the Standard Specifications You may enter the job site only to measure controlling field dimensions and locating utilities. Do not start other

    work activities until all the submittals from the above list are approved and the following information is submitted: 1. Notice of Materials To Be Used. 2. Contingency plan for reopening closures to public traffic. 3. Written statement from the vendor that the order for the sign panels has been received and accepted by the

    vendor. The statement must show the dates that the materials will be shipped. 4. Written statement from the vendor that the order for electrical material has been received and accepted by

    the vendor. The statement must show the dates that the materials will be shipped. 5. Written statement from the vendor that the order for structural steel has been received and accepted by the

    vendor. The statement must show the dates that the materials will be shipped. You may start work at the job site before the 55th day after contract approval if: 1. You obtain required approval for each submittal before the 55th day 2. The Engineer authorizes it in writing The Department grants a time extension if a delay is beyond your control and prevents you from starting work

    at the job site on the 1st working day. Complete the work, except plant establishment work, within 550 working days. Complete the work, including plant establishment work, within 800 working days. INCENTIVES AND DISINCENTIVES

    Incentive payments and disincentive deductions apply to the completion of the work specified in the Incentive / Disincentive table.

    Comply with "Maintaining Traffic" and "Closure Requirements and Conditions" of these special provisions.

  • Contract No. 1